You are on page 1of 799

Combined Sewage Storage

Tunnel (CSST)
Contract No. ISD14-2036

Issued for Tender

Prepared for:
City of Ottawa

Prepared by:
Stantec Consulting Ltd.

CH2M HILL

December 15, 2015

Revision Record
Revision Description
0 Issued for 95% Internal Review
1 Issued for 95% Design
2 Issued for Tender Internal Review
3 Issued for Tender Final Review
4 Issued for Tender

CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 1 of 6

DIVISION 00 BIDDING AND CONTRACTING REQUIREMENTS Pages


00010 Table of Contents 6
00060 Project Directory 1
00100 Amendments to the CCDC4 2011 Agreement 2
00105 Supplementary Conditions CCDC 4-2011 Specifications 20
Amendments to the CCDC41 2008 Insurance
00110 3
Requirements
00200 Instructions to Tenderers 13
00205 White Paper Instructions to Tenderers 13
00400 Form of Tender 24
00410 Cash Allowances 3
00450 Standard Drawings & Standard Specifications 10
00496 Escrow Bid Documents 5
00496A Escrow Bid Documents Agreement and Attachments 10
00803 Dispute Review Board 9
00803A Dispute Review Board Three Party Agreement 8

DIVISION 01 GENERAL REQUIREMENTS Pages


01010 Summary of Work 8
01015 Contractors Use of Premises 9
01025 Measurement and Payment 25
01050 Coordination 6
01060 Regulatory Requirements 12
01080 Manufacturers Services 4
01100 Special Project Procedures 5
01117 Construction Sequences and Constraints 36
01119 Preservation and Protection 6
01120 Pre-construction and Post-construction Survey 6
01160 Erosion and Sediment Control Plan 2
01200 Alternatives 2
01220 Project Meetings 5
01310 Progress Schedules 2
01330 Submittal Procedures 20
01353 Special Procedures: Traffic Control 51
01355 Waste Management and Disposal 7
01420 References 4
01450 Quality Control 12
01510 Temporary Utilities 4
01520 Construction Facilities 12
01560 Temporary Barriers and Enclosures 7
01561 Environmental Protection 5
01635 Value Engineering Change Proposals 4
01705 Contract Work Health and Safety Clauses 12
01710 Tunnel and Shaft Safety 6
01720 Preparation, Mobilization, Demobilization 5
CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 2 of 6

01740 Cleaning 3
01750 Operations and Maintenance Manual 5
01770 Closeout Procedures 2
01780 Closeout Submittals 6
01810 Commissioning 23
01820 Demonstration and Training 5

DIVISION 02 SITE WORK Pages


02072 Geotextiles 3
02140 Groundwater Control 13
02150 Excavation Support System 7
02200 Site Preparation 2
02222 Demolition and Removal 6
02226 Removal of Existing Asphalt Pavement 3
02228 Blasting 9
02231 Clearing and Grubbing 5
02232 Tree Pruning 5
02260 Mechanically Stabilized Earthen Slopes 7
02311 Site Grading 3
02315 Excavating, Trenching and Backfilling 13
02316 Rock Removal 4
02362 Dust Control 2
02400 Shaft Construction 14
02405 Steel Liner Plates 3
02407 Shaft Secant Piles 12
02410 Drilled Shaft 8
02412 Shaft Backfill 7
02415 Steel Sheet Piling 4
02430 Tunnel Excavation by Tunnel Boring Machine (TBM) 30
02437 Rock Reinforcement and Excavation 10
02439 Pre-excavation Grouting from Surface 15
02440 Pipe Jacking 8
02442 Other Tunnel Excavation Methods 7
02444 Tunnel and Shaft Ventilation and Utilities 9
02450 Micropile Foundation 17
02455 Contact Grouting 12
Geotechnical and Structural Instrumentation and 26
02480
Monitoring
02482 Vibration Monitoring 13
02511 Water Mains 4
02530 Sanitary Sewer and Odour Control Ducts 13
02630 Storm Sewer 10
02631 Maintenance Holes and Catch Basins 4
02701 Aggregates: General 3
02702 Aggregates: Landscaping 4
02721 Granular Base 4
CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 3 of 6

02723 Granular Sub-Base 3


02743 Asphalt Concrete Paving 5
02770 Concrete Walks and Curbs 3
02785 Unit Paving 5
02821 Chain Link Fences and Gates 2
02870 Exterior Site Furnishings 3
02901 Tree and Shrub Preservation 5
02906 Trees, Shrubs and Ground Cover Planting 9
02911 Topsoil Placement and Grading 6
02933 Sodding 6
02980 Restoration 1

DIVISION 03 CONCRETE Pages


03100 Concrete Forms and Accessories 4
03200 Concrete Reinforcement 6
03202 Steel Fibre Reinforcement for Concrete 12
Cast-in-Place Concrete (Shafts and Underground
03300 11
Structures)
03301 Cast-in-Place Concrete (Odour Control Structures) 11
03345 Concrete Finishing and Curing 7
03361 Shotcrete 6
03362 Concrete Sealer 2
03410 Precast Concrete Structures 6
03420 Precast Concrete Tunnel Lining 14
03430 Precast Modular Block Retaining Wall 21
03700 Concrete Restoration 2

DIVISION 04 MASONRY Pages


04051 Common Work Results for Masonry 7
04060 Masonry Mortar and Grout 6
04080 Masonry Anchorage and Reinforcing 5
04090 Masonry Accessories 3
04220 Concrete Masonry Units 10
04412 Granite Cladding 6

DIVISION 05 METALS Pages


05121 Structural Steel for Buildings 5
05310 Steel Deck 3
05500 Metal Fabrications 6
05501 Metal Fabrications - Architectural 6
05502 Metal Fabrications - Landscaping 5

DIVISION 06 WOODS AND PLASTICS Pages


06100 Rough Carpentry 2
06110 Framing and Sheathing 3
06600 Plastic Fabrications 9
CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 4 of 6

DIVISION 07 THERMAL AND MOISTURE PROTECTION Pages


07130 Self Adhering Sheet Waterproofing 3
07210 Building Insulation 3
07212 Board Insulation 2
07272 Vapour and Air Barriers 3
07420 Plastic Wall Panels 5
07465 Metal Roofing and Wall Cladding 4
07466 Fibre Cement Siding 4
07550 Modified Bituminous Membrane Roofing 10
07620 Flashing and Sheet Metal 2
07710 Vegetation System for Roofing 5
07840 Firestopping and Smoke Seals 3
07900 Joint Sealers 3

DIVISION 08 WINDOWS AND DOORS Pages


08110 Steel Doors and Frames 7
08331 Overhead Coiling Doors 3
08710 Door Hardware 2
08711 Door Hardware Installation 2

DIVISION 09 FINISHES Pages


09910 Paints 9
09930 Protective Coating 8

DIVISION 10 FURNISHINGS Pages


10441 Exterior Signage 3
10520 Portable Fire Extinguishers 2
10990 Manufactured Specialties 2

DIVISION 11 EQUIPMENT Pages


11001 Engineered Fall Arrest System 2
11120 Electric Motor Actuator 13
11160 Process Valves and Piping 6
11201 Stainless Steel Wedge-Style Slide Gates 8
11202 Flap Gates 9
11230 Stop Logs 9

DIVISION 13 SPECIAL CONSTRUCTION Pages


13222 Grease and Mist Eliminator 4
13251 Carbon Adsorption Odour Control 10
13900 Instrumentation and Controls 71
13910 Remote Processing Units 4
13915 Alarm Autodialer / Security System 6
13930 Structured Communications System 32
13991 Control Panels and Junction Boxes 30
CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 5 of 6

DIVISION 14 CONVEYING EQUIPMENT Pages


14600 Hoists and Cranes 3

DIVISION 15 MECHANICAL Pages


15010 Mechanical General Requirements 5
15053 Motors, Drives and Guards for Mechanical Systems 3
15061 Hangers, Bases and Supports 7
15072 Vibration and Seismic Control for HVAC Equipment 12
15075 Mechanical Identification 5
15081 Thermal Insulation for Piping 8
15082 Thermal Insulation for Ducting 5
15101 Installation of Pipework 4
15142 Domestic Water Piping 4
15151 Drainage, Waste and Vent Piping: Cast Iron and Copper 2
15152 Drainage Waste and Vent Piping - Plastic 2
15187 Copper Tubing and Fittings Refrigerant 4
15401 Plumbing Specialties and Accessories 8
15411 Plumbing Fixtures and Trim 4
15440 Plumbing Pump 4
15480 Domestic Water Heaters 3
15540 FRP Fans 6
15615 Polyvinyl Chloride (PVC) Duct 7
15731 Split Unit Air Conditioning 4
15766 Unit Heaters - Electric 4
15811 Ductwork Low Pressure to 500PA 5
15820 Duct Accessories 4
15822 Dampers Operating 3
15824 Duct Heaters 2
15831 HVAC Fans 5
15851 Louvres, Intakes and Vents 2
15916 Electric Heating and Cooling Controls 3
15950 Testing, Adjusting and Balancing (TAB) 5

DIVISION 16 ELECTRICAL Pages


16010 Electrical General Requirements 7
16051 Installation of Cables in Trenches and in Ducts 2
16052 Concrete Encased Ducts 2
16053 Metering and Switchboard Instruments 4
16054 Coordination, Short Circuit and Device Evaluation 8
16061 Grounding Primary 2
16062 Grounding Secondary 2
16070 Electrical Demolition 2
16071 Fastenings and Supports 2
16122 Wires and Cables (0-1000V) 5
16131 Splitters, Junction and Pull Boxes 3
CITY OF OTTAWA SECTION 00010
COMBINED SEWAGE STORAGE TUNNEL TABLE OF CONTENTS
CONTRACT NO. ISD14-2036 PAGE 6 of 6

16132 Outlet Boxes, Conduit Boxes and Fittings 2


16133 Conduits, Conduit Fastenings and Conduit Fittings 4
16141 Wiring Devices 3
16151 Wire and Box Connectors (0- 1000V) 1
16153 Connectors and Terminations 1
16223 Motor Starters to 600V 15
16261 SCADA Uninterruptible Power Supply 4
16262 Process Uninterruptible Power Supply 10
16275 Dry Type Transformers up to 600V Primary 2
16370 Electrical Testing from 23V to 15kV 11
16412 Moulded Case Circuit Breakers 1
16414 Disconnect Switches Fused and Non-Fused 3
16441 Panelboards Breaker Type 3
16491 Fuses Low Voltage 2
16505 Lighting Equipment 5
16531 Exit Lights 2
16536 Unit Equipment for Emergency Lighting 3

Appendices:
1. CCDC 4 Unit Price Contract 2011
2. Geotechnical Data Report
3. Geotechnical Baseline Report
4. Phase II Environmental Site Assessment (ESA) Report
5. Hydrogeological Report Assessment for a Permit to Take Water Application
6. Ministry of Environment DRAFT Permit to Take Water (PTTW) - To be provided by Addendum
7. Ministry of Environment ECA
8. IOS As-Built Drawings
9. RCI As-Built Drawings
10. Real Property Sketches (Referenced in Section 01015 Attachment A).
CITY OF OTTAWA SECTION 00060
COMBINED SEWAGE STORAGE TUNNEL PROJECT DIRECTORY
CONTRACT NO. ISD14-2036 PAGE 1 of 1

OWNER:
City of Ottawa
110 Laurier Avenue
Ottawa, Ontario
K1P 1J1

Purchasing Officer: Project Manager:


Louise Amyotte-Baker Randy Dempsey, P.Eng.
City of Ottawa City of Ottawa
Supply Management Division Infrastructure Services Department,
100 Constellation Cres., 4th Floor West 100 Constellation Cres., 6th Floor West
Ottawa, Ontario Ottawa, Ontario
K2G 6J8 K2G 6J8
Phone: (613) 580-2424 Ext. 21750 Phone: (613) 580-2424 Ext. 14102
Fax: (613) 560-2126 Fax: (613) 560-6064
E-mail: Louise.Amyotte-Baker@ottawa.ca E-mail: Randy.Dempsey@ottawa.ca
CONSULTANTS

Prime Consultant: Stantec Consulting Ltd. Sub-Consultant: CH2M Hill


Project Manager: Adrien Comeau, P.Eng. Project Manager: Pascal Pitre, M.P.L, P.Eng.
400-1331 Clyde Avenue 1101 Prince of Wales Drive, Suite 330
Ottawa, ON K2C 3G4 Ottawa, ON K2C 3W7

Phone: (613) 724-4406 Phone: (613) 723-8700 ext. 73105


Fax: (613) 722-2799 Fax: (613) 723-7489
E-mail: Adrien.Comeau@stantec.com E-mail: Pascal.Pitre@ch2m.com
Geotechnical Consultant: Golder Associates
Ltd.
Project Manager: Mike Cunningham, P.Eng.
1931 Robertson Road
Ottawa, ON K2H 5B7

Phone: (613) 592-9600


Fax: (613) 592-9601
E-mail: mike_cunningham@golder.com

END OF SECTION

CITY OF OTTAWA SECTION 00100
COMBINED SEWAGE STORAGE TUNNEL AMENDMENTS TO THE CCDC4 2011 AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 1 of 2

1 Form of Contract

.1 The form of contract is the agreement as defined by the Canadian Construction Documents Committee,
CCDC 4 - Unit Price Contract 2011 (available from the CCDC at www.ccdc.org) and as amended by this
section and Section 00105.

2 Article A-3 - Contract Documents

.1 DELETE paragraph 3.1 and SUBSTITUTE the following:

"3.1 The following are the Contract Documents referred to in Article A-1 of the Agreement - THE
WORK.
- Section 00100 Amendments to the CCDC4 2011 Agreement
- The Agreement between the City and Contractor, including the definitions
- Addenda, as issued
- Section 00200 - Instruction to Tenderers
- Section 00105 Supplementary Conditions CCDC 4-2011 Specifications
- General Conditions CCDC 4 - 2011 - Unit Price Contract
- Section 00400 - Form of Tender
- Section 00410 Cash Allowances
- Section 01117 Construction Sequences and Constraints
- Specifications as listed in Section 00010 - Table of Contents (Division 00 to Division 16)
- Drawings including all sections as listed in Appendix 1 to the Contract
- CCDC 40 Rules for Mediation
- Section 00110 Amendments to the CCDC41 2008 Insurance Requirements
- CCDC41-2008 Insurance Requirements
- Geotechnical Baseline Report
- Geotechnical Data Report
- Material and Finishing Schedules
- Phase II Environmental Site Assessment (ESA) (reference document)
- Application For a Category 3 Permit to Take Water (reference document)
- Other reference documents included in Appendices to the Contract

3 Article A-5 - Payment

.1 In paragraph A-5.3.1 (1), DELETE 2% per annum and REPLACE with 0% per annum.

.2 In paragraph A-5.3.1 (1), DELETE 4% per annum and REPLACE with 0% per annum.

.2 In paragraph A-5.3.2:
CITY OF OTTAWA SECTION 00100
COMBINED SEWAGE STORAGE TUNNEL AMENDMENTS TO THE CCDC4 2011 AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 2 of 2

In the first line, DELETE and in the manner prescribe by paragraph 5.3.1 of this article,
And REPLACE with of Prime plus 1%.

4 Article A-7 Language of Contract

.1 In paragraph A-7.1: At the end of the first sentence, DELETE /French.

5 Definitions

.1 Paragraph 4, Consultant:
ADD after the last sentence The contract documents may refer to Consultant, Engineer, Owners
Agent and Contract Administrator. All these have the same meaning as Consultant as defined in
GC2.2.

.2 Paragraph 9, Contractor:
ADD after the last sentence The Contractor shall be the constructor as defined within the Occupational
Health and Safety Act, R.S.O. 1990, c.O.1, as amended, (the Act) subject to sub-clause GC 3.2.1
Construction by Owner or other Contract.

.3 Paragraph 24, Value Added Taxes:


In the first lines, DELETE "or any Provincial" and or Territorial.
In the third line DELETE "the Quebec Sales Tax".

END OF SECTION
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 1 of 20

1 GC 1.1 Contract Documents

.1 DELETE paragraph 1.1.7.1 and SUBSTITUTE the following:

"1.1.7.1 If there is a conflict within Contract Documents:


.1 The order of priority of documents, from highest to lowest, shall be
- Section 00100 Amendments to the CCDC4 2011 Agreement
- The Agreement between the City and Contractor, including the definitions
- Addenda, as issued
- Section 00200 - Instruction to Tenderers
- Section 00105 Supplementary Conditions CCDC 4-2011 Specifications
- General Conditions CCDC 4 - 2011 - Unit Price Contract
- Section 00400 - Form of Tender
- Section 00410 Cash Allowances
- Section 01117 Construction Sequences and Constraints
- Specifications as listed in Section 00010 - Table of Contents (Division 00 to Division 16)
- Drawings including all sections as listed in Appendix 1 to the Contract
- CCDC 40 Rules for Mediation
- Section 00110 Amendments to the CCDC41 2008 Insurance Requirements
- CCDC41-2008 Insurance Requirements
- Geotechnical Baseline Report
- Geotechnical Data Report
- Material and Finishing Schedules
- Phase II Environmental Site Assessment (ESA) (reference document)
- Application For a Category 3 Permit to Take Water (reference document)
- Other reference documents included in Appendices to the Contract

.2 At GC 1.1, ADD the following subsections:


1.1.7.5 Notwithstanding paragraphs 1.1.7.1 to 1.1.7.4:

.1 provisions establishing the higher levels of safety, reliability, durability, performance,


quality and service will prevail over provisions establishing lower levels of safety,
reliability, durability, performance, quality and service; and
.2 if the ambiguity, conflict or inconsistency is between a provision of general application
and a provision that applies only to a specific part of the Work, the provision that
applies to the specific part of the Work shall prevail for that specific part of the Work.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 2 of 20

.3 DELETE paragraph 1.1.8 and SUBSTITUTE the following:

"1.1.8 The City shall provide the Contractor up to ten (10) copies of the Contract Documents to perform
the Work. Should the Contractor require additional sets, the contract documents will be made
available to the contractor at their own expense."

2 GC 1.4 Assignment
.1 At GC 1.4, ADD the following subsections:
6.2.4 Change in Ownership and Control

.1 No Change in Ownership of the Contractor, or of any person with any form of direct,
indirect, beneficial or other ownership interest in the Contractor, shall be permitted:

.1 where the person acquiring the ownership interest is a [Restricted Person] or a


person whose standing or activities: (i) are inconsistent with the Citys role (in the
Citys reasonable opinion); (ii) may compromise the reputation or integrity of the
City or any related party; or (iii) are inconsistent with the nature of the City or the
Project, so as to negatively affect public perception of the City or the Project; or

.2 if such Change in Ownership would have a material adverse effect on the


performance of the activities within the scope of Work.

.2 Subject to Section 6.2.4.1 no Change in Control of the Contractor, or of any person with
any form of direct, indirect, beneficial or other ownership interest the Contractor, shall be
permitted without the prior written consent of the City not to be unreasonably withheld or
delayed.

.3 This Section shall not apply to a Change in Ownership or Change in Control of persons
whose Securities evidencing ownership or any other ownership interests are listed on a
recognized stock exchange.

.4 Whether or not the Contractor is required to obtain the Citys consent pursuant to this
Section, the Contractor shall provide notice to the City of any proposed Change in
Ownership or Change in Control of the Contractor, or of any person with any form of
direct, indirect, beneficial or other ownership interest in the Contractor, as the case may
be, within 5 Business Days after such Change in Ownership or Change in Control, and
such notification shall include a statement identifying, in respect of the relevant owners in
the ownership interests of the Contractor, or of any person with an ownership interest in
the Contractor, as the case may be, the holdings prior to and proposed holdings following
the Change in Ownership or Change in Control, respectively.

3 GC 2.2 Role of the Consultant

.1 In paragraph 2.2.3, AMEND the second sentence by adding the following phrase to the end of the sentence:
"... upon the request of the Contractor.".

.2 At paragraphs 2.2.7; DELETE the words: "Except with respect to GC 5.1 - FINANCING INFORMATION
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 3 of 20

REQUIRED OF THE OWNER appearing in the first line of 2.2.7.

.3 At paragraph 2.2.15, ADD the following sentence:


"The Consultant is hereby authorized to approve and sign a Change Directive on behalf of the City."

4 GC 3.2 Construction by Owner or Other Contractors

.1 At paragraphs 3.2.2 and 3.2.3; DELETE the words: "When separate contracts are awarded for other parts of
the Project, or and between the words performed by ADD on Site

.2 At paragraphs 3.2.2.2; ADD the words to the end of the sentence: "upon notifying the contractor in writing
accordingly.

.3 At GC 1.4, ADD the following subsections:

3.2.7 Without limiting any other obligations in the Contract, including, but not limited to, Section 01117
Construction Sequences and Constraints and GC 3.2., the Contractor acknowledges and agrees
that:

.1 the Owner may assign the methods and manner (where applicable) of the performance of
the Work, the coordination and scheduling of the performance of the Work and the safety
training in respect of the performance of the Work to the Rideau Transit Group General
Partnership (in this section, RTG) pursuant to an agreement between the Owner and
RTG for the design, construction, financing and maintenance of the Confederation Line
light rail transit system in Ottawa (in this section, the OLRT Contract);

.2 the Contractor shall comply with the instructions of RTG relating to matters of health and
safety, methods and manner (where applicable) of the performance of the Work, and
coordination and scheduling of the performance of the Work with work undertaken by
RTG in respect of the OLRT Contract;

.3 if directed by the Owner, RTG shall have responsibilities as the constructor under the
Ontario Health and Safety Act (Ontario);

.4 if:

.1 the Contractor causes any damage to RTGs work under the OLRT Contract;

.2 RTG incurs any additional costs or there is any delay in the schedule or
performance of its works as a result of the Contractor not complying with the
coordination, scheduling and safety instructions of RTG; or

.3 RTG incurs any additional costs or there is any delay in the schedule or
performance of its work under the OLRT Contract as a result of the performance
of the Work,

then the Contractor shall be responsible for all impacts and consequences of such delay or
additional costs, including to indemnify and to hold harmless the Owner for any change
order issued under the OLRT Contract or amendment made to the OLRT Contract in
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 4 of 20

respect thereof, or for any rights or remedies enforced by RTG against the Owner under
the OLRT Contract in respect thereof.

.5 if directed by the Owner, the Contractor shall, in good faith and acting reasonably,
negotiate and enter into any agreements with the Owner and/or RTG that are necessary or
desirable to effect the foregoing requirements of this Section or which are otherwise in
respect of the subject matter hereof, including:

.1 introduction and storage of equipment, tools and other materials on site by the
Contractor;

.2 site security measures;

.3 scheduling of the Contractors works; and

.4 dispute resolution between the parties.

5 GC 3.5 Construction Schedule

.1 ADD to end of 3.5.2 and the owner reserves the right to request more frequent schedule updates of the
project, when the project does not appear to be capable of being completed within the defined time frames of
the contract.

6 GC 3.6 Supervision

.1 ADD to end of 3.6.1 and the owner shall be notified in writing for consideration by the Engineer prior to
changing the Supervisor.

7 GC 3.9 Document on Site

.1 At GC 3.9, ADD the following subsections:


.3.9.2 Record drawings:
.1 The Contractor shall be required to produce and demonstrate to the Engineer on a monthly basis
that Contractor has kept the records of the adjustments of the work on a set of Record drawings
kept on site.
.2 The contractor shall on a monthly basis issue a certificate with their monthly progress payment
request that the Record drawings are complete and up to date as reflected in the work certified to
date.
.3 As part of the project breakdown, the Contractor will identify a schedule of values, as defined in
GC5.2.5, associated with the monthly Record drawing update with a value of a 0.5% of the project
and billed on a monthly basis.
.4 When the Contractor requests for substantial performance, the Contractor shall submit a legible
copy of the marked up Record drawings.
.5 The Contractor will submit operation and maintenance instruction manuals updated and revised to
show construction revisions upon submittal of the marked up record drawings.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 5 of 20

8 GC 5.1 Financing Information Required of the Owner

.1 DELETE paragraph 5.1.1.

9 GC 5.2 Applications For Progress Payment

.1 ADD 5.2.8 as follows: The Contractor shall include an updated work schedule with each progress billing
submission as required in Section 01310, Progress Schedules otherwise payment of progress billing shall be
held back until the updated schedule is submitted.

.2 ADD 5.2.9 as follows: The Contractor shall include an original signed Statutory Declaration and valid WSIB
Certificate of Clearance with all progress payments (note: a statutory declaration is not required on the 1st
Progress Draw).

10 GC 5.5 Payment of Holdback Upon Substantial Performance of The Work

.1 DELETE paragraph 5.5.3 in its entirety.

.2 In paragraph 5.5.4; DELETE the first sentence in paragraph 5.5.4 and SUBSTITUTE the following:
" In a common law jurisdiction, the holdback amount authorized by the certificate for payment of the holdback
amount is due and payable ten (10) days following the expiration of the holdback period stipulated in the lien
legislation applicable to the Place of Work."

.3 DELETE paragraph 5.5.5 in its entirety.

11 GC 5.6 Progressive Release of Holdback

.1 DELETE the third and fourth lines in paragraph 5.6.1 and SUBSTITUTE the following:
"the City may pay the Contractor the holdback amount retained for such subcontract work, or the Products
supplied by such Supplier, ten (10) days following the expiration of the holdback period for such work"

.2 DELETE paragraph 5.6.2 in its entirety

12 GC 5.7 Final Payment

.1 DELETE in the second line of paragraph 5.7.4 "5 days" and SUBSTITUTE "30 days".

13 GC 6.2 Change Order and GC 6.3 Change Directive

.1 ADD the following paragraph:


6.2.4 All Quotations submitted for Changes to the Contract must include all associated cost impacts on
time and shall not be qualified

6.2.5 All approved change orders must account for revisions to added or credited time to the Contract
Schedule. Change Orders approved without the indication of a Change in time period of Contract
cannot be contested at a later date. Additional or credit of time to contract must be represented
with financial credit/extra associated with extension/reduction of contract time or overtime hours
worked.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 6 of 20

6.2.6 This does not prevent the contractor from addressing a claim for cumulative time impact
associated with multiple changes.
.1 Should it be demonstrated that the cumulative impact of multiple individual Change Orders and
should the claim be supported with demonstrated documentation of the variation on the approved
schedule, then the Contractor is entitled to submit costs to the Consultant within 15 days of
notifying the Owner of the change to the schedule.

6.2.7 The adjustment in the Contract Price for a change carried out by way of a Change Order or a Change
Directive as provided in GC 6.2 CHANGE ORDER and GC 6.3 CHANGE DIRECTIVE, shall be in
accordance with the rates and conditions stipulated in this Supplementary Condition.
.1 All labour, equipment, rental of equipment or tools, materials, subcontracts and outside
services to be charged as a result of changes to the scope of the Work will be subject to prior
authorization by the City.
.2 For the determination of the costs associated with Change Orders and Change Directive, the
following provisions will apply:
2.1 The City will reimburse the contractor for "Field Labour Costs" as the actual direct
wages or salaries of the workers, up to and including working foremen, plus actual
payroll burdens, but not including additional cost for full time site superintendent unless
it is clearly demonstrated that additional time above and beyond the extent of the Time
for Completion of Contract / Work.
(i) Payroll Burden" means the payments in respect of workers compensation, vacation
pay, unemployment insurance, public liability, and property damage insurance,
sickness and accident insurance, pension fund and such other welfare and benefit
payments as form part of the Contractor's normal labour costs and will include any
applicable cost or expense which has been incurred by the Contractor for food,
lodging and similar items.
(ii) The Contractor will provide the City with the information required to calculate Field
labour rates within 14 days of the date of Contract Award.
(iii) Field Labour rates for premium portion overtime will be fixed and remain firm for
the duration of this Contract and will not be subject to escalation unless prior
written approval is obtained from the City, and such approval will not be
unreasonably withheld.
(iv) Only labour personnel up to and including working foremen will be chargeable on
additional work and then only to the extent such personnel are directly engaged on
the additional work. The City will not pay for supervision beyond the working
foreman level, nor will it pay for administration or management time spent on
additional work.

2.2 The City will pay the Contractor for the actual cost of materials installed or used directly
in connection with the Work (excepting materials supplied by the City). Payment will be
for the actual cost to the Contractor delivered at the site. Copies of invoices from
delivery companies or transporters' must accompany the Contractor's billing.

2.3 The City will pay for the cost of rentals for Contractor's owned equipment already on
site will be based on the actual time such equipment is used beyond the period the
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 7 of 20

equipment was expected to be on site, exclusive of operators time, and on the following
basis:
(i) At established hourly, daily, weekly or monthly rental rates.
(ii) The stipulated rental rates will apply when the number of hours the equipment is
operated does not exceed 175 hours in any one month, or does not exceed 40 hours
in any one week, or does not exceed 8 hours in any one day.
(iii) For rental rates quoted, no differentiation will be made between equipment owned
by Contractor or rented by Contractor from third parties.
(iv) For equipment not already on site, rental agreements and copies of invoices from
equipment Rental Company must accompany the Contractors billing.

.3 Where the Contractor arranged for Work to be carried out by a Subcontractor or its own forces
and has received prior approval from the City prior to the commencement of the Work, the
City will pay the Contractor the approved cost of the Subcontractor's work, plus a 10%
mark-up to the Contractor for all administration, supervision, bonding premiums, record
documentation, overheads and profits.

.4 The City will reimburse the Subcontractor via the contractor or the contractors own forces for
actual Field Labour, material and equipment costs of work performed plus a 15% mark-up to
cover the cost of small tools, expendables and consumables, field overhead, supervision above
working foreman level and all other indirect labour and materials costs not defined as
reimbursable. Expendables and consumables includes all items which are consumed in the
performance of the Work whether or not such materials are incorporated in the permanent
works.

.5 The City will provide for an additional 5% mark-up to the Subcontractor via the contractor for
the profit and overhead associated with Change Orders and Change Directives that are a result
of the Subcontractors necessity to subcontract out a portion of the work.

.6 Maximum mark-up permitted on any Change Order or Change Directive will not exceed an
aggregate total of 35%.

.7 When Change Orders or Change Directives are agreed by the owner to proceed on a time and
material basis or the contractor is preparing a claim against the work, the Contractor must:

.1 Provide daily work records prepared by the Contractor and reporting the labour and
equipment employed and the material used on any specific portion of the Work, to be
reconciled with and signed by the Engineer each day, whenever, in the opinion of the
Engineer, such records are required.

.2 Maintain and keep sufficiently complete and accurate books, payrolls, accounts and
records relating to the Work or any extensions or additions thereto or claims arising
there from to permit the verification and audit thereof and the Contractor will have no
claim for repayment of any nature and kind whatsoever therefore, unless such books,
payrolls, accounts and records have been so maintained and kept.

.3 Submit to the City, at the end of each Working Day a detailed report showing the
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 8 of 20

names, occupations and hours worked of all personnel employed that performed work
on a time and material basis, the material supplied and the description and hours of use
for equipment and tools employed.

.4 The City, its Engineer or their agents may inspect and audit the books, payrolls,
accounts and records of the Contractor at any time during the period of the Contract
and at any time thereafter as deemed necessary, and the Contractor will supply payrolls
and any other records required whenever requested by the City.

14 GC 6.4 Concealed or Unknown Conditions

.1 DELETE paragraphs 6.4.1 through 6.4.3 and REPLACE with new paragraphs 6.4.1 through 6.4.3:
6.4.1 The Contractor shall notify the Consultant in writing of the following conditions, known as
concealed or unknown conditions, but hereinafter called changed conditions or differing site
conditions, promptly upon their discovery and before they are disturbed, and in no case shall such
notification be made later than five (5) calendar days after such conditions are discovered:

a) Subsurface or latent physical conditions in the Place of the Work differing materially
from those indicated in the Contract Documents; or

b) Unknown physical conditions in the Place of the Work of an unusual nature differing
materially from those ordinarily encountered and generally recognized as inherent in
Work of the character provided for in the Contract Documents.

The Contractors notification shall provide sufficient description of the conditions as encountered
and how such conditions represent changed conditions so as to allow the Consultant to review and
investigate such conditions as provided in GC 6.4.3.

6.4.2 No claim by the Contractor related to shaft, tunnel, trench or other open-cut excavation shall be
allowed under the Concealed or Unknown Conditions provisions unless the Contractor submits
documentation that demonstrates that such alleged conditions are materially different from those
conditions identified in the Contract Documents and are more adverse than those conditions. The
Contractor shall submit such documentation within 30 calendar days after notification to the
Consultant that the Contractor believes a material difference exists. The Contractor may conduct
any investigations as are reasonably necessary for demonstrating that a material difference exists,
and any and all costs incurred by the Contractor to conduct such investigations shall be borne by
the Contractor unless the Consultant agrees that a material difference in conditions does exist and
that such conditions have a cost and/or time impact. If the Consultant agrees that there is a
material difference that impacts the Contractors cost and/or time of performing the Work,
payment for investigation(s), including necessary testing, to document the material difference will
be paid for by the Owner as part of the cost impact directly associated with the materially different
conditions. Payment will be made by the Owner for reasonable and customary prices for geologic /
geotechnical investigation(s) and testing. The Contractor is encouraged to review such planned
investigations and/or testing with the Consultant prior to execution of the same. The Consultant
will be sole judge of what is reasonable and customary.

In addition to the documentation to support the Contractors position that concealed or unknown
conditions exist, the Contractor shall also submit documentation, backup, justification, and
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 9 of 20

compensation, as is necessary, for the alleged impact to Contractors cost of and/or time required
for performance of the Work. Such documentation shall be submitted within the 30-day period
cited above.

The Owner and Consultant agree a priori that the full extent of the alleged concealed or unknown
conditions may not be known within the 30-day period cited above for submission of
documentation. If the full extent of the alleged concealed or unknown conditions is not known
within the 30-day period, the Contractor shall submit such documentation as may be available
within the required period. The Contractor shall submit all additional documentation as may be
required to support its position that materially different conditions exist and to document the cost
and/or time impact on the performance of the Work within 30 calendar days of the date on which
the full extent of such conditions is determined. The Contractor shall promptly notify the
Consultant when the full extent of the alleged changed conditions is known.

The Contractor expressly agrees to maintain Daily Work Records as required by GC 6.3.9 to
include detailed daily labor, material, production, and equipment logs defining hours and costs for
all periods of Contractor performance representing claimed concealed or unknown site conditions.
These logs shall fully separate bid Contract Work from Work associated with addressing and
overcoming claimed concealed and unknown conditions. These Daily Work Records shall
constitute documentation of performance, and the Contractor and Consultant agree to attempt to
reconcile their respective Daily Work Records on a daily basis. Such reconciliation of Daily Work
Records shall not be construed by the Contractor to indicate acceptance of the Contractors claim
of concealed or unknown site conditions or cost or time impact to the Contractors performance of
the Work. The failure of the Contractor to maintain Daily Work Records shall render the
Consultants Daily Work Records as definitive.

6.4.3 The Consultant shall, after Contractor notification of the existence of concealed or unknown
conditions, promptly review the conditions, and if the Consultant finds that such conditions do
constitute changed conditions as defined in GC 6.4.1 and cause an increase in or decrease in the
Contractors cost of, or the time required for, performance of any part of the Work defined in the
Contract Documents, an equitable adjustment shall be made, and the Contract Documents shall be
modified in writing in accordance with the provisions of General Conditions Part 5 Payment and
other applicable paragraphs within Part 6 Changes in the Work.

The Consultants review will overlap with the period of time during which the Contractor is
required to assemble and submit initial and final documentation regarding the claim. Within 30
calendar days of the receipt of the Contractors initial documentation, the Consultant will advise
the Contractor, in writing, of the Consultants initial opinion as to the existence of changed
conditions. The Contractor acknowledges that a final determination cannot be made until after the
Contractor submits its final documentation as required in GC 6.4.2. The Consultant will advise
the Contractor of the Consultants final determination, in writing, within 30 calendar days of
receipt of the Contractors full documentation of the nature of and cost and/or time impacts of the
alleged concealed or unknown conditions. Alternatively the Consultant may request able infraction
or enter negotiations with the Contractor over the cost with respect to time impacts,

If the Consultant determines that concealed or unknown conditions do not exist, and therefore,
there is no justification for an adjustment in Cost or Time of the Work, the Consultant will so
advise the Contractor in writing. Should the Contractor disagree with such determination, the
Contractor agrees to initially engage the Consultant in negotiations and then implement other
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 10 of 20

dispute resolution provisions of Part 8 Dispute Resolution of the General Conditions, as modified
by these Supplementary Conditions, to resolve the dispute regarding the Consultants
determination.

No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted
after the date on which the Substantial Performance Certificate is issued by the Consultant.

6.4.3 For greater certainty, the Owner may avail itself of the dispute resolution provision under this
Contract in respect of any matters under this Section 6.4.

15 GC 6.5 Delays

.1 ADD the following paragraph:


"6.5.6 The costs which the Contractor may, from time to time, be entitled to pursuant to the provisions
of paragraphs 6.5.1, 6.5.2 or 6.5.3 shall not include loss of profits or consequential damages and
"reasonable costs" shall be specifically defined as documented, itemized costs directly
attributable to delay and categorized as follows:
- extended job supervision
- extended site office overhead
- extended use of construction equipment
- wage and material cost escalation
- extended head office overhead and profit for the work at a reasonable rate demonstrated by
the Contractor.

.2 ADD the following paragraph:


"6.5.7 Upon notice of Delay, the Contractor shall demonstrate the impact of the delay clearly identified
on each subsequent schedule update.

16 GC 6.6 Claims for Change in Contract Price

.1 CHANGE the following paragraph:


"6.6.1 ADD to the first sentence after the first word claim other than covered by GC 6.5 Delays.

17 GC 7.1 Default Notice

.1 At paragraphs 7.1.2, ADD the following subsections:


.1 If, in the opinion of the City or Citys Agent, the Contractor fails to satisfactorily carry out the
obligations and duties of an employer and/or constructor as required under the Occupational
Health and Safety Act, the City reserves the right to immediately notify the Contractor in writing
of the alleged default.
.2 Upon issuance, the notice of alleged default shall be signed off by both the Contractor and the
City or Citys Agent.
.2. At paragraphs 7.1.3, ADD the following subsections
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 11 of 20

.4 In the case of an alleged default under GC 7.1.2.1, upon receipt of written notice, the Contractor
shall take action forthwith to correct the default to the satisfaction of the City or Citys Agent.
.3 At paragraphs 7.1.4.2, ADD the following subsections:
.1 In the case of an alleged default under GC 7.1.2.1, and should the Contractor disagree with the
alleged default, the City or Citys Agent reserves the right to terminate all or part of the work and
immediately contact the Ontario Ministry of Labour to render a decision.
.2 In the case of an alleged default under GC 7.1.2.1, should it be determined by the Ontario
Ministry of Labour that a default did not occur, the City will reimburse all expenses to the
Contractor for the termination of all or part of the work.

18 GC 7.2 Contractor's Right to Suspend the Work or Terminate the Contract

.1 DELETE paragraph 7.2.3.1 in its entirety.

.2 In paragraph 7.2.3.4 DELETE in the first and second lines the words "except for GC 5.1 - FINANCING
INFORMATION REQUIRED OF THE OWNER".

19 GC 8.1 Authority of the Consultant

.1 REVISE paragraph 8.1.2 to read:


8.1.2 If a dispute arises under the Contract, regardless of whether or not the Consultant has authority under the
Contract to make a finding or the parties are unable to reach agreement following procedures stated in GC 8.2,
the procedures set out in paragraph 8.1.3, paragraphs 8.2.3 to 8.2.8 of GC 8.2 NEGOTIATION, DISPUTE
REVIEW BOARD, MEDIATION AND ARBITRATION, and GC 8.3 - RETENTION OF RIGHTS apply to
that dispute with the necessary changes to detail as may be required.

20 GC 8.2 Negotiation, Mediation and Arbritration

.1 Article GC 8.2 is renamed to NEGOTIATION, DISPUTE REVIEW BOARD, MEDIATION AND


ARBITRATION.

.2 ADD new paragraph 8.2.2 and RENUMBER current paragraphs 8.2.2 and 8.2.3 to be 8.2.3 and 8.2.4:
"8.2.2 This Contract shall include a Dispute Review Board. The specific details and requirements for engaging
the Dispute Review Board and for its operation during the period of the Contract are provided in Section
00803 Dispute Review Board."

.3 ADD new paragraph 8.2.5 and RENUMBER current paragraphs 8.2.4 through 8.2.8:
8.2.4 As provided and following the requirements and procedures stipulated in Specification Section 00803,
Dispute Review Board, prior to engaging in either mediation or arbitration to resolve disputes, either the
Contractor or Owner shall refer a dispute to the Dispute Review Board for action and resolution.

.4 REVISE renumbered paragraph 8.2.6 to read:


8.2.6 After a period of 10 Working Days following receipt of the Dispute Review Boards written findings or
receipt of clarification of such findings, if such clarification is requested by either the Owner or Contractor, if
either party provides written notice to the other party that it rejects the Dispute Review Boards findings and
neither party appeals the findings or requests the Dispute Review Board to reconsider, the parties shall request
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 12 of 20

the Project Mediator to assist the parties to reach agreement on any unresolved dispute. The mediated
negotiations shall be conducted in accordance with the Rules for Mediation of Construction Disputes as
provided in CCDC 40 in effect at the time of bid closing.

.5 In RENUMBERED paragraphs 8.2.6 through 8.2.10, REVISE paragraph references to other paragraphs
within the current paragraphs of GC 8.2 to match the paragraph renumbering described above.

21 GC 8.3 Retention of Rights

.1 DELETE paragraph 8.3.1 and SUBSTITUTE the following:


"8.3.1 It is agreed that no act by either party shall be construed as a renunciation or waiver of any rights or
recourses."

22 GC 9.1 Protection of Work and Property

.1 ADD the following sentence at the end of paragraph 9.1.2:


In addition, the Contractor is responsible to call all Utilities for service locates prior to commencing the work.
Should the Contractor fail to call the necessary Utilities for locates, the Contractor will be responsible for all
costs associated with the remedial measures to reinstate the existing service.

23 GC 9.2 Toxic and Hazardous Substances and Materials

.1 DELETE paragraph 9.2.1 in its entirety.

.2 DELETE paragraph 9.2.3 in its entirety.

.3 ADD the following paragraph:

"9.2.5.5 The reporting requirements of this provision do not relieve the Contractor from its legal
responsibilities pursuant to any municipal, provincial or federal legislation."

.4 DELETE paragraph 9.2.8 in its entirety.

.5 DELETE paragraph 9.2.9 in its entirety.

.6 ADD the following sentence to the end of paragraph 9.2.6:


"The costs which the Contractor may, from time to time, be entitled to shall not include loss of profit or
consequential damages."

24 GC 10.2 Laws, Notices, Permits and Fees

.1 ADD the following to the end of the first sentence in paragraph 10.2.3:
"which were in force at the date of bid closing, and those in force at the time of execution of works."

25 GC 11.1 Insurance

.1 ADD the following sentence at the end of paragraph 11.1.1.1:


"If the Contractor is to engage in blasting operations, it shall ensure that it obtains an endorsement to its general
liability insurance which overrides the blasting exclusion in that general liability insurance so that the
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 13 of 20

Contractor is insured for its blasting operations until the date of acceptance of the entire work by the City. If
the Contractor employs Subcontractors for blasting operations, the Contractor shall ensure that its subcontract
includes the requirements for blasting coverage as provided herein and the additional insureds required by this
Contract".

.2 ADD the following paragraph:


"11.1.9 The Contractor shall provide the City with an original Certificate of Insurance and shall ensure
that the City at all times is in receipt of a valid Certificate of Insurance for all the policies
required by GC 11.1. The Contractor shall ensure that the Certificate of Insurance states that
thirty (30) days prior written notice shall be given to all the named insureds in the event of any
changes, cancellation or termination of the policies. The City's receipt and acceptance of a
Certificate of Insurance is in no way an approval of the Contractor's policy or policies of
insurance, and does not affect the obligations to insure set out in this GC 11.1 -INSURANCE.

The City may withhold payment of any monies due to the Contractor under this or any other
contract until the Contractor has provided the City with a valid Certificate of Insurance as
required by this condition."

26 GC 12.1 Indemnification

.1 ADD the following paragraph 12.1.1.1 (3):


"(3) any breach of a representation or warranty by the party from whom indemnification is sought; and

.2 ADD the following sentence at the end of paragraph 12.1.1:


Without limitation, no claim for indemnity shall be made by the Contractor under this paragraph 12.1 in
respect of a differing site condition described in GC 6.4 CONCEALED OR UNKNOWN CONDITIONS,
which GC 6.4 CONCEALED OR UNKNOWN CONDITIONS shall be the sole and exclusive remedy of the
Contractor in respect of such differing site conditions.

.3 ADD the following paragraph 12.1.2.4:


".4 the limits of indemnity set forth in paragraphs 12.1.2.1 and 12.1.2.2 shall not apply in cases of
willful misconduct or deliberate acts of wrongdoing.

.4 REPLACE paragraph 12.1.5.2 with the following paragraph 12.1.5.2:


.2 arising out of the Contractor's performance of the Contract which are attributable to a lack of or
defect in title or an alleged lack of or defect in title to the Place of the Work, provided that no
indemnity is provided by the Owner, and no claim shall be asserted by the Contractor, in respect
of any matter which is set out as a restriction, encumbrance or other limitation on the Place of
Work in this Contract, including schedule constraints and use of the premises constraints outlined
in Section 01015 (Contractors Use of Premises) and Section 01117 (Construction Sequences and
Constraints).

.5 ADD the following paragraph 12.1.7:


"12.1.7 Without limiting or impairing any indemnity by, or other obligation of, the Contractor in this
Contract:
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 14 of 20

.1 The Contractor shall indemnify and save harmless the Owner from and against all
claims, demands, loss, costs, damages, suits and actions whatsoever, including any claim
for personal injury and any loss or for damage to property, which arise out of or in
connection with the entry onto and use of the Site 6 staging area and access through
PWGSC property north of Wellington Street, including any made by PWGSC against the
Owner. If PWGSC is made a party to any litigation commenced by or against the Owner
or the Contractor, the Contractor will promptly indemnify and hold harmless the Owner,
PWGSC and its agents and will pay to the Owner (whether for its own benefit of for
PWGSC) all costs and expenses incurred or paid by Owner in connection with such
litigation, including any costs and expenses claimed by PWGSC against the Owner.
.2 The Contractor hereby releases and discharges the Owner and PWGSC, and their
respective employees and anyone for whom it is responsible in law, from any claim,
demand or action whatsoever as a result of any loss, damage, injury or death suffered by
the Contractor or any of its contractors, employees and anyone for whom it is responsible
in law, howsoever caused, arising from use or occupancy of Site 6 staging area and access
through PWGSC property north of Wellington Street. This paragraph constitutes a full
waiver and release in favour of the Owner and PWGSC for any such claim.
.3 Neither the Owner nor PWGSC warrants safe access to, on or under the Site 6 staging
area and access through PWGSC property north of Wellington Street. Such access or the
presence of the Contractor, its employees, contractors, servants, licensees and agents on
Site 6 staging area and access through PWGSC property north of Wellington Street shall
be solely at the risk and peril of the Contractor and the Contractor assumes all risk of loss,
damage to property of, or injury to itself, its servants, contractors, agents, employees or
Contractor in connection or in any way related therewith. Neither the Owner nor
PWGSC shall have responsibility for any such loss, damage or injury, or for any safety
related issues. Neither the Owner nor PWGSC has made and does not make any
representation as to the present or future conditions of the Site 6 staging area and access
through PWGSC property north of Wellington Street. The Contractor covenants,
represents and warrants that any employee, contractor, servant, agent or licensee that will
access the real property will be adequately trained and at all times comply with all
applicable health and safety laws and requirements.
.4 For greater certainty, the indemnities and releases in this paragraph 12.1.7 are not
subject to the limitations in paragraph 12.1.3.

.6 ADD the following paragraph 12.1.8:


"12.1.8 Without prejudice to the parties rights in respect of payments or liquidated damages provided for
herein, the indemnities under this Contract shall not apply and there shall be no right to claim
damages for breach of this Contract, in tort or on any other basis whatsoever, to the extent that
any loss claimed by either party is:
.1 for punitive, exemplary or aggravated damages;
.2 for loss of profits, loss of use, loss of production, loss of business or loss of business
opportunity sustained by either party and not by third parties; or
.3 is a claim for consequential loss or for indirect loss of any nature suffered or allegedly
suffered by either party.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 15 of 20

.7 ADD the following paragraph 12.1.9:


"12.1.9
.1 Subject to the indemnities provided herein, neither party shall be liable in tort to the
other party in respect of any negligent act or omission of any such person relating to or in
connection with this Contract and no such person shall bring such a claim.
.2 Notwithstanding any other provision of this Contract, and except to the extent
recovered under any of the insurances required pursuant to this Contract, neither Party
shall be entitled to recover compensation or make a claim under this Contract, or any
other agreement in relation to the Project, in respect of any loss that it has incurred (or
any failure of the other party) to the extent that the party has already been compensated in
respect of that loss or failure pursuant to this Contract, or otherwise.
.3 The Owner and the Contractor shall at all times take commercially reasonable steps to
minimize and mitigate any loss for which the relevant party is entitled to bring a claim
against the other party pursuant to this Contract.

27 GC 13 Changes in the Work

.1 ADD the following General Condition:

"GC 13 CHANGES IN THE WORK

13.1 The Contractor shall inform the Surety Company or Companies who have issued Performance Bonds or
Labour and Material Payment Bonds for this Contract, if any change to the Contract requires
adjustments of the bonds, the Contractor shall initiate and pay for such adjustments.

13.2 The Contractor shall advise the Engineer if the schedule is affected by any change and obtain
authorizations from the Engineer before proceeding with related work which may affect contemplated
changes. The Contractor shall advise the Engineer of the effect on the overall schedule, if any, due to
changes required by a Change Directive"."

28 GC 14 Municipal Freedom of Information and Protection of Privacy

.1 ADD the following:

"GC 15 MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY

15.1 The Contract, including all Contract Documents, shall become public information, unless the Contractor
specifically requests that certain parts of the Form of Tender remain confidential subject to the
Municipal Freedom of Information and Protection of Privacy Act"."

29 GC 15 Retail Sales Tax-Non-Resident Contractors

.1 ADD the following General Condition:

"GC 15 RETAIL SALES TAX - NON-RESIDENT CONTRACTORS

15.1 If the Contractor is a non-resident Contractor, as defined in the Retail Sales Tax Act, R.S.O. 1990,
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 16 of 20

c.R.31 as amended, it will obtain and provide the City with a duplicate copy of a valid certificate issued
by the Minister of Revenue indicating that the Contractor has fulfilled its obligation to deposit funds or a
guarantee bond with the Treasurer of Ontario to secure payment of the tax payable in respect of tangible
personal property consumed or used pursuant to or in the carrying out of the Contract.

15.2 The non-resident Contractor will provide the certificate within seven (7) Working Days of the date the
City requests it. If the non-resident Contractor fails to provide the appropriate certificate within the time
limit specified by this condition, the City may, in addition to any other remedies which it might have,
withhold from payment to the non-resident Contractor, an administration fee, to be determined by the
City, to cover costs incurred by the City to comply with the requirements of the Retail Sales Tax Act."

30 GC 16 Integrity Provisions

.1 ADD the following General Condition:

"GC 16 INTEGRITY PROVISIONS

.1 The Contractor represents, warrants and covenants to the Owner that:


(1) no Restricted Person has or will have Direct or Indirect power or control over the Contractor in
relation to the decisions, management, actions or policies of the Contractor or in relation to the
operation, management and ownership of the Project;
(2) no Restricted Person has or will have directly or indirectly, an Economic Interest in the
Contractor or the Project;
(3) it is not now, and will not become, a Restricted Person; and
(4) in respect of the Project, it and its subcontractors have not contracted with, and will not
contract with, any person that is a Restricted Person.

31 GC 17 Contractor Requirements under the City of Ottawas Federal Contribution Agreement

.1 ADD the following General Condition:

"GC 17 CONTRACTOR REQUIREMENTS UNDER THE CITY OF OTTAWAS FEDERAL


CONTRIBUTION AGREEMENT

17.1 Without altering, impairing or limiting any other obligations of the Contractor in the Contract, the
Contractor acknowledges and agrees that for a period ending on the earlier of eight (8) years after the
earlier of the Substantial Completion Date or the termination of this Contract:

.1 the Contractor shall provide and shall cause each subcontractor to provide to the Owner all
information, reports, documents, records and the like, in the possession of, or available to, the
Contractor as the Owner may reasonably require from time to time for any purpose in connection
with this Contract. The Contractor shall use commercially reasonable efforts to ensure that, for
such purpose, all such information, reports, documents, records and the like in the possession of,
or available to the subcontractors shall be available to the Contractor and the Contractor shall
include relevant terms in all subcontracts to this effect;
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 17 of 20

.2 all information, reports, documents and records in the possession of, or available to, the
Contractor which are required to be provided to or available to the Owner hereunder, shall be
subject and open to inspection and audit by the Owner at any time and from time to time, which
inspection and audit shall take place during normal business hours and at the Contractors normal
places of business unless the Owner and the Contractor otherwise agree. The Owner shall also
have the right to monitor and audit the performance of any and all the activities within the Work
wherever located, and the Contractor shall cooperate with, and shall require each subcontractor to
cooperate with, and provide access to the representatives of the Owner monitoring and auditing
the Work, including providing them with access and copies (at the Owners reasonable cost) of
all relevant information, reports, documents and records pertaining to the performance of the
activities within the Work. Except as otherwise provided herein, all of the Owners costs for the
inspections, audits and monitoring shall be borne by the Owner;

.3 in conducting an audit of the Contractor hereunder or as otherwise provided under this Contract,
the Owner shall have all rights necessary or incidental to conducting an audit, including the right
to have access to and inspect and take copies (at the Owners reasonable cost) of all books and
records of the Contractor required to be provided to or available to the Owner hereunder, upon
reasonable notice and at reasonable times. The Contractor shall fully cooperate with the Owner
and its auditors in the conduct of any audits, including by making available all such records and
accounts in existence at that time as they may require to perform a full and detailed audit, and the
Contractor further agrees to promptly review and settle with the Owner all matters arising from
such audits, including the refunding of monies to the Owner where applicable. At the reasonable
request of the Owners auditors, the Contractor shall provide such information, reports,
documents and records as the Owners auditors may reasonably require;

.4 the Owners rights pursuant to this section shall be in addition to, and shall not limit, any other
audit, information, inspection or similar rights under this Contract; and

.5 the Owners rights pursuant to this section shall not limit or restrict any governmental authoritys
(including its own) right of review, audit, information or inspection under applicable law. Upon
notice to the Contractor, the Owners right pursuant to this section may also be exercised by Her
Majesty the Queen in Right of Ontario, the Auditor General of Ontario, Her Majesty the Queen
in Right of Canada, the Auditor General of Canada and anyone acting on their behalf without the
requirement for further action on the part of the Owner.

17.2 Without altering, impairing or limiting any other obligations of the Contractor in the Contract
Documents, the Contractor acknowledges and agrees that throughout the term of the Contract, without
any prejudice to any access rights of any such person as a member of the general public or pursuant to
applicable law, the Owner and its agents and representatives shall have unrestricted access to the Place
of Work and any workshop where materials, or equipment are being manufactured, prepared or stored at
all reasonable times during normal working hours, including for the purposes of general inspection or
audit, or of attending any test or study being carried out in respect of the Work, or to fulfill any
statutory, public or other duties or functions. In exercising their access rights under this section the
Owner shall (i) provide reasonable prior notice appropriate to the circumstances (other than for any
offices or other facilities provided at the Place of Work for the use of the Owner or its agents and
representatives); and (ii) comply with all relevant safety procedures and any reasonable directions with
regard to site safety that may be issued by or on behalf of the Contractor from time to time. With the
prior authorization of the Owner, any of the Her Majesty the Queen in Right of Ontario, the Auditor
General of Ontario, Her Majesty the Queen in Right of Canada, the Auditor General of Canada and
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 18 of 20

anyone acting on their behalf shall also have access to the Place of Work and other sites.

17.3 Without altering, impairing or limiting any other obligations of the Contractor in the Contract
Documents, the Contractor acknowledges and agrees that it shall comply with all applicable laws in
undertaking the Work, including all applicable labour, environmental, and human rights legislation.

17.4 Subject to sections 17.4.1 and 17.4.2, but notwithstanding anything else in the Contract to the contrary,
the Contractor acknowledges and agrees that, in accordance with the transparency and accountability
principles of the Owner, the Owner has a right to disclose or publish (including on websites) this
Contract, any or all terms hereof, including any or all contractual submissions and other records kept in
accordance with the Contract, any information related to the performance of the Contractor or any
related persons or any information derived from the Contract or the information related to the
performance of the Contractor (or any related party or subcontractor) as the Owner, in its discretion,
may consider appropriate. In exercising its discretion, the Owner will be guided by the principles set
out in sections 17.4.1 and 17.4.2.

.1 the Owner will not disclose portions of the Contract or any terms hereof, including any
contractual submissions or other records kept in accordance with the Contract, any information
related to the performance of the Contractor (or any related party or subcontractor) or any
information derived from this Contract or the information related to the performance of the
Contractor (or any related party or subcontractor) which would be exempt from disclosure under
section 10(1) of the Municipal Freedom of Information and Protection of Privacy Act (Ontario);
and

.2 notwithstanding section 17.4.1, where a compelling public interest in the disclosure of the
information clearly outweighs the public interest in limiting the disclosure of the information
supplied by the Contractor (or any related party or subcontractor), the Owner may disclose such
information.

17.5 The Owner may disclose this Contract, any or all terms hereof, including any or all contractual
submissions and other records kept in accordance with this Contract, any information related to the
performance of the Contractor (or any related party or subcontractor) or any information derived from
this Contract or the information related to the performance of the Contractor (or any related party or
subcontractor) to any of the Her Majesty the Queen in Right of Ontario, the Auditor General of Ontario,
Her Majesty the Queen in Right of Canada, the Auditor General of Canada and anyone acting on their
behalf in connection with funding and/or contribution agreements made in respect of this Project. In the
event of such disclosure, the Contractor acknowledges and agrees that:

.1 such persons may be subject to the Freedom of Information and Protection of Privacy Act
(Ontario), Access to Information Act (Canada) or other applicable laws in respect of protection
and/or disclosure of such information;

.2 such disclosure is not limited or prohibited by this Contract; and

.3 subject to compliance with, as applicable, Freedom of Information and Protection of Privacy Act
(Ontario), Access to Information Act (Canada) or other applicable laws, such persons will be free
to use, disclose or publish (including on websites) any information on such terms and in such
manner as they see fit.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 19 of 20

17.6 The Contractor acknowledges and agrees during the term of this Contract that:

.1 public communications activities undertaken by the Owner, or by the Contractor if directed by


the Owner, may include or refer to Her Majesty the Queen in Right of Ontario and Her Majesty
the Queen in Right of Canada in connection with funding and/or contribution agreements made
in respect of this Project;

.2 the Owner, together with Her Majesty the Queen in Right of Ontario and Her Majesty the Queen
in Right of Canada may have regular media events about the funding and status of the Project.
Key milestones may be marked by public events, news releases and/or other mechanisms. The
Contractor will use commercially reasonable efforts to accommodate such events, including at the
Place of Work, when requested by the Owner at no additional cost or expense to the Owner; and

.3 the Owner may request that the Contractor install signage on the Place of Work supplied by the
Owner identifying the Project and the Contractor will use commercially reasonable efforts to
accommodate such signage when requested by the Owner, all at no additional cost or expense to
the Owner.
32 Definitions

.1 ADD the following Definitions:

Change in Ownership means, with respect to a person, any change in ownership, whether beneficial or otherwise,
of any of the securities of ownership of such person, or in the direct or indirect power to vote or transfer any of the
securities of ownership of such person.

Change in Control means, with respect to a person: (a) any Change in Ownership, where the effect of such change
is to result in control of the decisions made by or on behalf of such person subsequently being with a different entity
or entities than prior to such change; (b) any other change in respect of the power to elect a majority of the directors of
the person or otherwise control the decisions made on behalf of such person; or (c) any other change of direct or
indirect power to direct or cause the direction of the management, actions or policies of such person.

Direct or Indirect Power or Control means the direct or indirect power or control over the decisions,
management, actions or policies of a person, including through the direct or indirect power or control over the
decisions, management, actions or policies of any persons having direct or indirect power or control over the
decisions, management, actions or policies of any other person, whether through:
- ownership, beneficial or otherwise, of any of the shares, units or equity interest of a person;
- the direct or indirect power to vote any of the shares, units or equity interests of a person; or
- the direct or indirect power or authority to influence or direct the approval of a decision, the
management, actions or policies of a person or to prevent the approval of a decision, the management,
actions or policies of a person through any contractual right or other power or interest with or over a
person.

Economic Interest means any right to receive, directly or indirectly and whether in cash or in kind, a payment,
repayment, fee, interest, dividend, distribution, redemption or any other consideration of benefit or value to the
recipient of any nature whatsoever.
CITY OF OTTAWA SECTION 00105
COMBINED SEWAGE STORAGE TUNNEL SUPPLEMENTARY CONDITIONS
CCDC 4-2011 SPECIFICATIONS
CONTRACT NO. ISD14-2036 PAGE 20 of 20

Restricted Person means any person who (or any member of a group of persons acting together, any one of
which):
- has, directly or indirectly, its principal or controlling office in a country that is subject to any economic
or political sanctions imposed by Canada for reasons other than its trade or economic policies;
- is or has been involved in the illegal manufacture, sale, distribution or promotion of narcotic substances
or arms, or is or has been involved in the promotion, support or carrying out of terrorism;
- in the case of an individual, he or she (or in the case of a legal entity, any of the members of the board
of directors or its senior executive managers) has been sentenced to imprisonment or otherwise given a
custodial sentence (other than a suspended sentence) for any criminal offence (other than minor traffic
offences or misdemeanours) less than 5 years prior to the date at which the determination of whether
the person falls within this definition is being made;
- has as its primary business the acquisition of distressed assets or investments in companies or
organizations which are or are believed to be insolvent or in a financial standstill situation or potentially
insolvent;
- is subject to any claim of the Owner, the Province of Ontario or the Government of Canada in any
proceedings (including regulatory proceedings) which have been concluded or are pending at the time
at which the determination of whether the person falls within this definition is being made and which
(in respect of any such pending claim, if it were to be successful) would, in the Owners view, in either
case, be reasonably likely to materially affect the ability of the Contractor to perform its obligations
under this Contract; or
- has been convicted of an offence under the Proceeds of Crime (Money Laundering) and Terrorist
Financing Act (Canada), has been convicted of an offence relating to anti-competitive behaviour under
the Competition Act (Canada), or has been convicted of the commission of a money laundering offence
or a terrorist activity financing offence under the Criminal Code (Canada).

END OF SECTION
CITY OF OTTAWA SECTION 00110
COMBINED SEWAGE STORAGE TUNNEL AMENDMENTS TO THE CCDC41
2008 INSURANCE REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 1 of 3

.1 REPLACE paragraph 1 with the below text:


The City of Ottawa shall purchase and maintain in full force at all times, from the execution of the Contract through to
Construction Completion:

Wrap-up comprehensive liability insurance with a combined single limit of liability of not less than one
hundred million dollars ($100,000,000) per occurrence and in aggregate for bodily injury, personal injury and
property damage including loss of use thereof. The policy shall be primary over and above any other existing
policy. The insured parties under the policy shall include the successful Contractor, all sub-consultants and all
subcontractors. The deductible shall be not less than one hundred thousand dollars (100,000); the first fifty
thousand (50,000) shall be paid by the Contractor or Contractors responsible for the loss to the City of
Ottawa. If more than one Contractor is involved, the City of Ottawas Representative shall be the sole judge as
to how the deductible is apportioned.

Upon notification of a claim being made, the City of Ottawa shall, at its sole discretion, be entitled to retain the
amount of the deductible in whole or in part from payment to the Contractor. Such amount will be applied by
the City of Ottawa in satisfaction of that claim and excess amounts, if any, will be paid to the Contractor
in the event and at such time as the claim is settled, dismissed or withdrawn. Notwithstanding the foregoing,
the City of Ottawa may, at its sole discretion, issue an invoice to the Contractor for the actual amount
of the claim settlement up to the amount of the deductible, and if the invoice is not paid within thirty (30)
days, the City of Ottawa shall deduct such amount from a future payment due to the Contractor

Such insurance shall include but not be limited to:


Products and broad form completed operations liability; the completed operations liability coverage shall
remain in effect for a period of not less than twenty-four ( 24) months after Construction
Completion;
Premises, property and operations;
Occurrence property damage;
Medical payments;
Owners and contractors protective liability;
Blanket contractual liability
Contingent employer's liability;
Personal injury liability;
Non-owned automobile liability;
Cross liability with respect to additional insureds;
Severability of interest clause;
Employees as additional insureds;
Broad form property damage endorsement;
Operation of attached machinery; and
Sudden and accidental pollution,
Blasting, demolition, pile driving
Caisson work or tunnelling

.2 REPLACE paragraph 2 with the below text:


The City of Ottawa shall maintain for the term of the Project, Environmental Liability Insurance which will
cover the Contractor and Subcontractors on the Project. Such Environmental Liability Insurance shall provide
coverage for on site cleanup of new conditions, third party claims for on-site and off-site bodily injury and
CITY OF OTTAWA SECTION 00110
COMBINED SEWAGE STORAGE TUNNEL AMENDMENTS TO THE CCDC41
2008 INSURANCE REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 2 of 3

property damage, and off-site clean up for a limit of not less than twenty five million dollars ( $25,000,000) per
occurrence and in the aggregate. If such insurance is issued on a claims made basis, such insurance shall contain a
24 month extended reporting period or be maintained for a period of two years subsequent to completion of the
project.

Claims under this insurance shall be subject to a deductible of one hundred thousand dollars ( $100,000)
per claim. The first fifty thousand dollars ($50,000) of the one hundred thousand dollars ( $100,000)
deductible shall be paid by the Contractor or Contractors responsible for the loss. If more than one contractor
is involved, the City of Ottawa Representative shall be the sole judge as to how the deductible is apportioned.

Upon notification of a claim being made, the City of Ottawa shall, at its sole discretion, be entitled to retain
the amount of the deductible in whole or in part from payment to the Contractor. Such amount may be
applied by the City in satisfaction of that claim and excess amounts, if any, will be paid to the
Contractor in the event and at such time as the claim is settled, dismissed or withdrawn. Notwithstanding the
foregoing, the City may, at its sole discretion, issue an invoice to the Contractor for the actual amount of the
claim settlement up to the amount of the deductible, and if the invoice is not paid within thirty (30) days, the
City shall deduct such amount from a future payment due to the Contractor.

-
.3 REPLACE paragraph 3 with the below text:
Throughout the term of the Contract including all warranty periods, the Contractor shall obtain and maintain at
their own expense the following insurance in relation to the CSST Project, any services required to be performed
by the Contractor under the Contract Documents, or otherwise, each such policy to be issued by an insurance
company licensed to carry on the business of issuing such policies in Ontario, and possessing a Best's Financial
Strength Rating of at least A- or better.

Comprehensive General Liability Insurance which shall include, but not limited to:
Bodily injury and property damage;
Personal injury;
Blanket contractual liability;
Premises, property and operations;
Products and broad form completed operations coverage;
Occurrence property damage;
Medical payments;
Contingent employer's liability coverage, for any claims that might be brought against the City of
Ottawa by any employee of the Contractor;
Owner's and Contractor's protective coverage for all subcontracted operations;
Sudden and accidental pollution coverage;
Broad form property damage;
Employees as additional insured;
Non-owned automobile; and
Cross liability and severability of interest clause.
Such insurance shall provide a combined single limit of not less than Twenty Five Million Dollars
($25,000,000) for any one occurrence or accident for all claims arising out of bodily injury (including
death) and damage to property of others. Such liability insurance shall contain no exclusions in
conflict with the character of the Work required to be performed under the Contract and shall include
the Commission as additional insured.
CITY OF OTTAWA SECTION 00110
COMBINED SEWAGE STORAGE TUNNEL AMENDMENTS TO THE CCDC41
2008 INSURANCE REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 3 of 3

The above noted insurance policies shall add the City of Ottawa, its elected officials, agents, officers and employees
as an additional insured with respect to the operations of the Contractor. Such insurance policies shall be non-
contributing with and apply as primary and not as excess of any insurance available and shall contain a waiver of
subrogation in favor of the City of Ottawa.

.4 REPLACE paragraph 4 with the below text:


Contractor shall provide Automobile Liability insurance, for liability arising out of the use of leased and owned
automobiles in connection with the performance of the Work. Coverage will consist of a combined single limit of
liability of five million dollars ($5,000,000) per occurrence and annual aggregate and shall be in effect where the Work
is being performed.

.5 REPLACE paragraph 7 and its subsections with the below text:


Contractor shall maintain contractors equipment insurance covering the Contractor's plant, construction machinery,
tools, tackle and other equipment in a manner acceptable to the City.

ADD additional paragraph8 as follows


All the above insurance policies shall contain an endorsement to provide the City of Ottawa with 30 days advance
written notice of cancellation of the insurance coverage.
Prior to commencement of the project and at each policy renewal, the contractor shall provide the City of Ottawa
with an insurance certificate as evidence of the above noted insurance.

END OF SECTION

CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 1 of 13

1 TENDER CALL
.1 The City of Ottawa, hereinafter called the "City" or Owner invites Tenders for Contract
Number:

ISD14-2036 described as follows:

.1 In general, the Work under this contract consists of supply and installation of materials,
labour and equipment for the construction of the Combined Sewage Storage Tunnel
(CSST) as per the work described in Section 01010 Summary of Work.
.2 Name of work:
Construction of the Combined Sewage Storage Tunnel

2 TENDER DELIVERY ADDRESS


.1 Tenders shall be addressed and delivered to:
City of Ottawa
Supply Branch
100 Constellation Crescent, 4th Floor West
Nepean, Ont., K2G 6J8

3 REQUEST FOR TENDER SCHEDULE


Event Dates
Request for Tender Issued December 16, 2015
Tenderers Briefing January 14, 2016
Rock Core Viewings January 18-22 and 25, 2016
Submission of White Papers February 1, 2016
Commercially Confidential Meetings (CCMs) February 15-20, 2016
Last Day for Tenderers Questions March 22, 2016
Last Day for Addendum by the City March 30, 2016
Tender Submission Deadline April 5, 2016

4 TIME FOR RECEIVING TENDERS


.1 Tenders shall be received until: 3:00 p.m. local time, Tuesday, April 5, 2016.
.2 Tenders received by the time and date specified above will be opened and read in public as
soon as possible after that time. Public reading of a Tender does not imply any decision by
the City as to whether a Tender is or is not irregular.
.3 The timing device at the point of receipt will determine the time the Tenders are received.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 2 of 13

5 SIGNING, SEALING AND WITNESSING OF TENDER FORM


.1 Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also
sign. Insert the words "Sole Proprietor" under signature.
.2 Partnership: Signature of Minimum partners in the presence of a witness who will also
sign. Insert the word "Partner" against each signature.
.3 Limited Company:
.1 Signature of duly authorized signing officer in their normal signatures. Insert the
officer's capacity in which the signing officer acts against each signature. The
tender forms shall be affixed with the Corporates seals.
.2 If the tender is signed by officials other than the President and Secretary of the
Company or the President Secretary Treasurer of the company, a copy of the by
law resolution of the Board of Directors authorizing them to do so must also be
submitted with the tender in the tender envelope.

6 TENDER DEPOSIT
.1 At the time of tendering, the Tenderer shall submit, with its Tender, a deposit in the form of
a certified cheque or a bid bond signed and sealed by the Tenderer's surety in favour of the
City of Ottawa. The Tender deposit be an original and shall be equal to at least ten percent
(10%) of the total Tender price.
.2 The City will not pay interest on Tender deposits.
.3 The City will retain the Tender deposit of the successful Tenderer until:
.1 the successful Tenderer has executed the Agreement between City and Contractor
in accordance with the article Successful Tenderer- Execution of Form of
Agreement in this section and Section 00400, Form of Tender; and
.2 the successful Tenderer has provided all bonding in accordance with the article
Successful Tenderer- Bonds in this section and Section 00400, Form of Tender.
.4 The City will return the deposit of unsuccessful Tenderers at a time determined by the City.

7 AGREEMENT TO BOND
.1 At the time of Tendering, the Tenderer shall submit, with its Tender, an Agreement to Bond
completed and executed by the Tenderer's surety. The Agreement to Bond must be an
original and the Tenderer's surety shall be to the satisfaction of the City.

8 ADDENDAS
.1 The Tenderer shall ensure that its name and address for receipt of addendas are included on
the City's list of firms to whom addendas to this Contract, if any, are to be sent. Inclusion
on the City's list does not absolve the Tenderer of its responsibilities set out in the article
"Contract Documents" of this Section.
.2 The Tenderer shall ensure that all addendas issued are acknowledged and listed under
Section 00400, Form of Tender.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 3 of 13

9 IRREGULAR TENDERS
.1 The City shall be the sole judge of whether or not a Tender is irregular.

10 UNBALANCED TENDERS
.1 The Tenderer shall not submit an unbalanced Tender.
.2 The City shall have the right to:
.1 deem a Tender to be unbalanced; and
.2 reject a Tender which it deems to be unbalanced.

11 COLLUSION
.1 The Tenderer shall not engage in collusion of any sort and, in particular, shall:
.1 ensure that no person or other legal entity, other than the Tenderer, has any
undisclosed interest in the Tenderer's Tender; and
.2 prepare its Tender without any knowledge of, comparison of figures with or
arrangement with any other person or firm preparing a Tender for the same work.

12 RIGHT TO ACCEPT OR REJECT TENDERS


.1 Notwithstanding any other provision in this Contract, the City shall have the right to:
.1 Accept any Tender; and
.2 Reject any Tender; and
.3 Reject all Tenders.
.2 Without limiting the generality of Item 11.1, the City shall have the right to:
.1 Accept an irregular Tender; and
.2 Accept a Tender which is not the lowest Tender; and
.3 Reject a Tender, even if it is the only tender received by the City.
.3 Acceptance of the Tender shall occur at the time the City awards the Tender and not
necessarily at the time the award is communicated to the successful Tenderer.

13 CONTRACT DOCUMENTS
.1 The Tenderer shall obtain and review all Contract Documents as listed in the Form of
Tender and all Addenda issued by the City pertaining to this Contract.
.2 Tender Documents are made available only for the purpose of obtaining offers for this
project. Their use does not confer licence or grant for other purposes.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 4 of 13

14 ERRORS, OMISSIONS AND DISCREPANCIES IN THE CONTRACT


DOCUMENTS
.1 If the Tenderer finds any errors or omissions in or discrepancies among the Contract
Documents, it shall immediately notify the Purchasing Officer identified in Section 00060,
Project Directory.
.2 No oral explanation or interpretation by any person shall modify any of the Contract
Documents.

15 IRREVOCABILITY OF OFFER
.1 The Tenderer shall not revoke its offer until after the expiration of ninety (90) days after the
opening of Tenders by the City.
.2 If the Tenderer revokes its offer prior to the expiration of ninety (90) days after the Tender
opening, the Tenderer shall forfeit its Tender deposit but this shall not prohibit the City
from pursuing any other legal remedy which it may have.

.3 While the City will attempt to award the Contract as expeditiously as possible, the Tenderer
shall make allowance in the Construction Schedule for the full ninety (90) days
"Irrevocability of Offer" period noted above. Such allowance shall include all financial
obligations required to complete the project as specified.

16 SUBSTITUTIONS
.1 The Contract is based on the Contract Documents.
.2 Specific materials, products and systems are specified to provide a standard of acceptance.
Equivalent materials, products or systems by other manufacturers are acceptable as
substitutions when approved by an Addendum, provided that the properties and compliance
of the substitutions meet or exceed the properties and compliance of the specified materials,
products and systems in all respects and that items exposed to sight are of the same
appearance as the specified items.
.3 Substitutions, which do not satisfy the above requirements, may be rejected by the
Consultant. Materials, products and systems, which are so rejected, shall be replaced by the
specified items at no cost to the City.
.4 In the event that, prior to closing of tenders, the Tenderer wishes to offer a substitution or a
proposal of work materials or methods as an alternative to those described in the Contract
Documents, he/she shall submit a request in writing at least 21 calendar days prior to the
tender closing date.
.5 The request shall include:
.1 A description of the proposed substitutions; and
.2 In the case of materials, products or systems, a direct comparison between the
properties and compliances of the specified materials, products or systems with the
properties and compliances of the proposed substitution, arranged in tabular form
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 5 of 13

in the same sequence as specified herein or in the sequence listed in the specified
manufacturer's published literature, as applicable; and
.3 In the case of materials or products, country of manufacture.
.4 If requested by the Director, a list of no less than five projects of comparable size
where the proposed substitution has been used in a similar application. Such
projects shall have been completed prior within the last five years and, where
applicable, shall have been subject to climatic conditions similar to those
experienced in Ottawa. The list shall include the name and current telephone
number of the Consultant and the Owner for each project.
.6 In the event that the Consultant deems the information provided with the request for
approval of a substitution to be inadequate, the request may be rejected.
.7 Approval of alternative proposals of work materials or methods will be signified by the
issue of an addendum.
.8 The cost of additional work and/or modification to the design due to the use of alternative
materials, products or systems shall be borne by the Contractor.
.9 Where the terms "or equal", "or equivalent" or terms of similar meaning are used in the
specifications, this shall not be construed as acceptance of any alternative material, product
or system to those specified. The use of these terms does not relieve the Contractor from his
responsibility to follow the procedures for approval of substitutions specified herein (during
tender period) or the procedures described in Section 01200, Alternatives (after award of
Contract).
.10 No substitutions will be permitted after award of the Contract except in accordance with
General Conditions GC 6.1 "Changes" and the article "Alternative Products" in Section
01200 Alternatives. For procedures regarding substitutions after the award of the Contract,
refer to General Conditions GC 6.1 "Changes".

17 EXAMINATIONS OF DOCUMENTS AND SITE


.1 Each Tenderer, before submitting his Tender, shall carefully examine the drawings and
specifications to establish the extent of the work and shall visit and examine the site and
fully inform himself/herself of all the existing conditions, limitations and difficulties which
may arise and include in his/her Tender the cost of all labour, materials, equipment and
services required to complete the Work.
.2 Drawings and Specifications are complementary. Items shown or mentioned in one and not
in the other are deemed to be included as part of the contract.
.3 In the event of any discrepancy between the Drawings and the Specifications, the
Specifications shall apply.
.4 In the event of any discrepancy between one drawing and another, the larger scale drawing
shall apply.
.5 The sequence and numbering of the drawings and details and the organization of the
specifications into Divisions and Sections are established for convenient ordering of
information. It must not be assumed that such ordering of information is intended to define
or limit the scope of extent of the work of any particular subcontractor or supplier. The
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 6 of 13

drawings and specifications as a whole must be fully read, in detail, to determine the extent
of any portion of the Work. It is the responsibility of the Contractor to coordinate
subcontractors and suppliers prices such that the stipulated Tender Price is all inclusive as
specified herein.
.6 Sub-Contractors are responsible to familiarize themselves with the Contract Documents
and the work of all trades therein. Sub-Contractors must base their quotations to the
General Contractor on a thorough review of all contract Drawings and Specifications.

18 AMENDMENTS TO TENDERS
.1 Tenders submitted in accordance with these instructions are irrevocable. Requests for
withdrawals or revisions for whatever reason will be allowed only if unequivocal,
submitted in writing, and received by the Supply Management Division prior to Tender
closing date.

19 QUESTIONS
.1 Tenderers are required to submit their Tenders on the basis of the information contained in
the Tender Documents only. Should a Tenderer find any discrepancy, omission or
ambiguity in the Contract Documents, or should he/she be in any doubt as to their meaning,
he/she shall notify the Purchasing Officer identified in Section 00060 Project Directory in
writing by email or fax communications.
.2 All questions, regarding this Request for Tender, are to be referred to the Contracting
Authority no later than fourteen (14) working days before the Tender Closing Date.
.3 To ensure consistency and quality of information to Bidders, answers to questions relevant
to the interpretation of this Request for Tender will be forwarded by addendum to every
prospective Bidder without revealing the sources of the questions. The Purchasing Officer
will send a written instruction to all Tenderers.
.4 No questions shall be submitted to any of the Consultants. If so, such questions shall be
disregarded, and shall not form part of any addendum.

20 SUCCESSFUL TENDERER BONDS


.1 The successful Tenderer and its surety shall provide:
.1 A performance bond signed and sealed by the Tenderer's surety; and
.2 A labour and material payment bond signed and sealed by the Tenderer's surety;
Each in the amount of One Hundred percent (100%) of the total Tender price.

.2 The surety of the successful Tenderer and the bonds referred to above shall be to the
satisfaction of the City.

21 PARENT COMPANY GUARANTEE


.1 Depending on the Tenderers business structure and financial position, one or more
parent(s) or other affiliate(s) of the Tenderer may be added as a party for purposes of
providing a guarantee of obligations under this Contract.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 7 of 13

22 SUCCESSFUL TENDERER WORKPLACE SAFETY & INSURANCE BOARD


CERTIFICATE OF CLEARANCE
.1 The successful Tenderer shall provide the City with a valid Workplace Safety & Insurance
Board Certificate of Clearance to the satisfaction of the City.

23 SUCCESSFUL TENDERER EXECUTION OF FORM OF AGREEMENT


.1 For the purposes of this Contract, the form of Agreement shall be the Agreement between
Owner and Contractor contained in Unit Price Contract CCDC4-2011.
.2 The General Conditions contained in Section 00100 Amendments to the CCDC4-2011
Agreement, Unit Price Contract CCDC4-2011, and Section 00105 - Supplementary
General Conditions CCDC 4 2011 Specifications shall be the General Conditions of this
Contract.
.3 The successful Tenderer shall execute, in triplicate, signed and sealed copies of the
Agreement between City and Contractor that forms part of the Contract Documents.
.4 The successful Tenderer shall forward the three copies of the executed Agreement to the
City.

24 SUCCESSFUL TENDERER INSURANCE


.1 Refer to Section 00110 for amendments to CCDC14 2011 Insurance Requirements.

25 TIME FOR COMPLETION OF CONTRACT / WORK


.1 The successful Tenderer shall acknowledge that time is of the essence and shall complete
the Contract as quickly as possible from date of award of contract.
.2 The Contractor shall phase the construction such that the Work will be Substantially
Performed and turned over to the City for Occupancy within the noted timeframes.
.3 Summary of required completion dates;
.1 Construction Start (on site): June 1, 2016
.2 Substantial Performance: October 31, 2019
.1 The successful Tenderer shall Substantially Perform the work as defined
in CCDC4-2011 GC5.4 and as defined in the Construction Lien Act
(R.S.O 1990, Chapter C.30) by this date. This shall be sued as the date for
calculation of Liquidated Damages as defined in Article 28 of this Section
00200.
.3 Completion: April 30, 2020
.1 The successful Tenderer shall Complete the work as defined in as defined
in the Construction Lien Act (R.S.O 1990, Chapter C.30) by this date.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 8 of 13

.4 The Contractor acknowledges that he is aware that the awarding of this Contract, and/or
release of the Commence Work Order is at the Citys discretion. The Contractor shall not
make any claims for additional costs or expenses due to delays in the commencement of
work (or portions thereof). The Contractor acknowledges that it is aware that the awarding
of this Contract, and/or release of the Commence Work Order, are subject to City of Ottawa
obtaining the following:
.1 MOECC Draft Permits to take Water (PTTW) issued by MOECC
.2 Signing of Federal and Provincial Contribution Agreements
.5 The Contractor shall not make any claims for additional costs or expenses due to delays in
the commencement of work (or portions thereof). The Contract Substantial Performance
and Project Completion dates will be adjusted to account for delays to release of the
Commence Work Order.
.6 Project Completion: The Contractor shall provide a Construction schedule that identifies
the final date of completion in the shortest time period possible and separately identifies
each element of the construction, the planned completion dates for each and the critical
path.

26 INCENTIVE / DISINCENTIVE
.1 Scope of Work
.1 The Contractor is advised that for the portion of the Work outlined below
Incentive/Disincentive will apply. This provision does not modify any completion
date or working day provisions as stated elsewhere in the Contract Documents.
.2 The Contractor shall complete all works at Site 3a indicated on the Contract
Drawings and within the Specifications, meeting the schedule constraints outlined in
Section 01117. Access to this site is permitted only between March 1, 2018 and
December 31, 2018. Final restoration, landscaping, and work within the chambers
may be completed between March 1, 2019 and May 31, 2019 (for diversion
chamber) and between March 1, 2019 and August 2019 (for odour control building).
.2 Incentive for early completion
.1 If works at Site 3a, including demobilization from site and reinstatement to the
satisfaction of the Contract Administrator, (excluding final restoration), is completed
to the satisfaction of the Contract Administrator on or before 3:00 p.m. local time on
December 31, 2018 the Contractor will be paid an incentive of $315,000. In
addition, for each full calendar day prior to the above date that the above work is
completed, to the satisfaction of the Contract Administrator, the Contractor will be
paid $10,500 per calendar day, up to a maximum additional incentive payment of
$315,000. Therefore, the maximum grand total incentive available is ($315,000
+$315,000 =) $630,000.
.3 Disincentive for late completion
.1 If the works at Site 3a, including demobilization from site and reinstatement to the
satisfaction of the Contract Administrator, (excluding final restoration) is not
completed to the satisfaction of the Contract Administrator on or before 3:00 p.m.
local time on December 31, 2018 the Owner will deduct a single lump sum amount
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 9 of 13

of $630,000 from amounts otherwise payable to the Contractor under the Contract.
In addition, the Owner will deduct an amount equal to a further $10,500 per day for
each additional full calendar day until the above work is completed, up to a
maximum additional deduction of $315,000. Therefore, the maximum grand total
disincentive that would be deducted is ($315,000 +$315,000 =) $630,000. In
addition, the Contractor will be solely responsible for all costs associated with fully
demobilizing by December 31, 2018 and remobilizing to site, when permitted as
identified in Section 01117, to complete the work. The Contractor will be required to
complete the work within the specified timeline in 2019. Any work needed to occur
outside of this time will require an access agreement with the NCC and will be solely
the Contractors responsibility and their expense and risk.
.2 Any and all compensation for the Contractor to schedule the operations in
accordance with these requirements, including, if required, utilizing extra crews,
shall be deemed to be included in the Contract bid price for the various tender items
and no additional payment shall be made except for the payments outlined above.
.4 Basis of Payment
.1 This Special Provision - The Contractor will be paid under the Contract Item
Incentive/Disincentive following successful completion of the above work to the
satisfaction of the Contract Administrator, or deducted from amounts otherwise
payable to the Contractor under the Contract.

27 SUCCESSFUL TENDERER SUBMISSION OF DOCUMENTATION


.1 The successful Tenderer shall submit the documentation as required by the article
"Successful Tenderer - Bonds", "Successful Tenderer Workplace Safety & Insurance Board
Certificate of Clearance", "Successful Tenderer Execution of Form of Agreement" and
"Successful Tenderer Insurance'" of this document, within seven (7) working days of the
day the City notifies the successful Tenderer that the documentation should be sent to the
City.
.2 If the successful Tenderer fails to comply with the above requirement, the City may, in its
sole discretion, withdraw its acceptance of the Tender and the Tenderer shall have no
recourse whatsoever against the City.

28 SUCCESSFUL TENDERER - LIQUIDATED DAMAGES


.1 The successful Contractor shall pay liquidated damages in the amount of eleven thousand
five hundred eighty eight Dollars ($11,588.00) per calendar day as a result of the non-
delivery of the completed work beyond the Contract dates.

29 SUCCESSFUL TENDERER COMMENCEMENT OF THE WORK


.1 The successful Tenderer shall not commence the Work until it has received a Commence
Work Order issued by the City. For the purpose of establishing a schedule for the Work, it
is assumed that the Commence Work Order will be issued 3 working days after the
Contract Award is complete.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 10 of 13

30 TENDERERS' BRIEFING
.1 All Tenderers are strongly recommended to attend the Tenderers Briefing due to the
complexity of some parts of the project. The Tenderers Briefing will take place at:

10:00 a.m. local time, Thursday January 14, 2016


.2 Meeting Location:
1331 Clyde Avenue, Suite 400, Ottawa ON K1K 4H7.

31 ROCK CORE VIEWING


.1 All Tenderers are notified that viewings will be held to view rock cores collected during the
geotechnical investigation, for informational purposes. No cores are permitted to be
removed from the viewing area.
.2 Viewing Procedures
.1 Due to the number of rock cores, there will be two viewings for each Tenderer. Each
Tenderer is permitted one (1) viewing of each set of cores with a maximum of four
(4) attendees.
.2 All requests for viewings by proponents of the core samples must be formally
submitted (electronic and / or hard copy) to the City of Ottawa Purchasing Officer.
Each Tenderer shall identify three (3) timeslots identified below for both viewing
that they prefer to attend. The purchasing officer will notify each Tenderer of their
actual timeslot once all Tenderers viewing timeslots have been requested. The
formal viewing request must include the following information:
.1 Name of the proponent requesting the viewing.
.2 Names of the companies representing the proponent whom will be
participating in the viewings on the specific day.
.3 Names of those employees for the respective companies representing the
proponent participating in the core sample review on the specific day.
.3 The facility will at all times be supervised by the Consultant while the Tenderers are
present at the facility and the visits can only take place between the hours of 8:00 am
and 4:00 pm during the specified days. No technical information related to the
samples or the project will be shared with any of the visiting parties from the
proponents. Consultant staff will not provide any technical information about the
samples to the Tenderers who are to refer to the available documentation (i.e., GDR
and GBR).
.4 Each individual participating in the viewings will receive a brief health and safety
orientation at 8:00am or 1:00pm, depending on their selected timeslot, and will be
expected to sign a sheet confirming they received the orientation.
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 11 of 13

.5 Core Set #1 Viewing Timeslots


Available Dates Available Times
January 18, 2016 8:00am 12:00pm
January 18, 2016 1:00pm 5:00pm
January 19, 2016 8:00am 12:00pm
January 19, 2016 1:00pm 5:00pm
January 20, 2016 8:00am 12:00pm

.6 Core Set #2 Viewing Timeslots

Available Dates Available Times


January 21, 2016 1:00pm 5:00pm
January 22, 2016 8:00am 12:00pm
January 22, 2016 1:00pm 5:00pm
January 25, 2015 8:00am 12:00pm
January 25, 2015 8:00am 12:00pm
.7 Each proponent will be assigned a timeslot based on the schedule above for viewing
each set of core samples. Only one proponent team will be admitted to the sample
storage warehouse at a time. The order of viewing will be decided by the Purchasing
Officer.
.8 All persons entering the sample storage warehouse will be required to wear CSA
approved steel toed safety shoes, safety eyewear and will be required to review and
comply with the storage warehouse health and safety plan. Samples may be visually
inspected and photographed by the proponents; however, no destructive testing of the
core may be carried out.
.3 Viewing Location:
93 Hines Road Storage Facility Storage Bay 6, Ottawa, ON

32 FAIRNESS COMMISSIONER
.1 The City has retained a Fairness Commissioner to monitor, advise and provide expert
procurement guidance during the Tender process. The Fairness Commissioners role is to
actively monitor the Tender process from the release of the Tender to the selection of the
successful Tenderer to ensure that all processes are conducted in accordance with the
provisions of the Tender.
.2 The Fairness Commissioner will be present at all Commercially Confidential Meetings and
other discussions between the Owner, Consultant and a Tenderer to ensure compliance with
the Tender. The Fairness Commissioner may be contacted at any time by a Tenderer to
discuss fairness issues.
33 CONFLICT OF INTEREST AND UNFAIR ADVANTAGE
.1 The Owner reserves the sole and absolute right to disqualify any Tenderer that, in the
Owners sole and absolute discretion, has a conflict of interest or an unfair advantage. If the
Owner determines that a conflict of interest or unfair advantage does exist, the Owner may
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 12 of 13

withhold consideration of the Tenderers submission until the conflict of interest or unfair
advantage is eliminated or mitigated to the satisfaction of the Owner. If the conflict of
interest or unfair advantage cannot be eliminated or mitigated to the satisfaction of the
Owner, the Tenderer will receive no further consideration in this Tender.
.2 Tenderers are required to complete Form Conflict of Interest and Unfair Advantage
Declaration, attached as Statement C as part of its submission.
.3 A non-exhaustive list of certain key persons that have worked on the design and
engineering assignment or other aspects of the project that render them ineligible to
respond to this Tender is: Stantec Consulting Ltd., CH2M Hill, Golder Associates, Jacobs
Engineering, Peregoy Construction Services Inc., and Borden Ladner Gervais LLP.
.4 By participating in this Tender process and providing a Tender Submission, a Tenderer: (a)
confirms that it has disclosed to the Owner all matters in which it has retained, directly or
indirectly (including through an insurer), any of the above-noted firms and shall forthwith
disclose any new retainer following the date of such disclosure; (b) if it has retained any of
the above-noted firms, acknowledges that either no conflicts of any nature whatsoever,
including legal or business conflicts, exist or will be created as a result of participation in
the Tender process to the above-noted firms having acted, and continuing to act, for and on
behalf of the Owner in respect of the Project; and (c) notwithstanding the foregoing,
acknowledges that it is waiving all conflicts of any nature whatsoever, including legal or
business conflicts, which may now or hereafter exist as a result of the above-noted firms
having acted, and continuing to act, for and on behalf of the Owner in respect of the
Project.
.5 A conflict of interest means a situation where business, professional, personal, financial
or other interests of the Tenderer or a team member, or one of its respective principals,
shareholders, directors, officers, key employees or executives, whether direct or indirect,
affect or compromise, or appear to affect or compromise, the Tenderers, a team members
or the Owners (including its representatives, advisors or agents) ability to act with
complete independence, objectivity, fairness or judgment in respect of the Tenderers or a
team members undertaking of its obligations under or in respect of its Tender submission
or the Tender process. A conflict of interest may be real, potential or perceived in nature:
.1 A real conflict of interest arises where the business, professional, personal, financial
or other considerations of the Tenderer and/or a team member, or one of its
respective principals, shareholders, directors, officers, key employees or executives,
affect or compromise, or reasonably appears to affect or compromise the Tenderers
or a team members undertaking of its obligations under or in respect of its Tender
submission or the Tender process;
.2 A potential conflict of interest incorporates the concept of foreseeability that is when
a reasonable and well-informed person can reasonably foresee that a business,
professional, personal, financial or other interest may someday give rise to a real
conflict of interest. (for example a future commitment to a third party); and
.3 A perceived conflict of interest is a circumstance that a reasonable and well-informed
person might view as a real or potential conflict of interest, even if no real or
potential conflict of interest actually exists.
.6 An unfair advantage means a situation where the Tenderer or a team member, whether
directly or indirectly, gains an unwarranted advantage over other Tenderers that does or
CITY OF OTTAWA SECTION 00200
COMBINED SEWAGE STORAGE TUNNEL INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 13 of 13

could compromise the integrity of the Tender process and/or does or could result in any
material unfairness to other Tenderers. Similar to a conflict of interest, an unfair advantage
may be real, potential or perceived in nature.

END OF SECTION

CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 1 OF 13

PART 1 GENERAL

1.1 WHITE PAPER INSTRUCTION TO TENDERERS

.1 White Paper Submissions are requested by the Owner. While they are not mandatory,
Tenderers are strongly encouraged to submit White Paper Submissions.

.2 With the financial support of its CSST Project funding partners at Infrastructure Canada
and the Province of Ontario, the City of Ottawa has identified a pre-established budget of
$150M for the construction of the CSST Project. As part of the white paper and
commercially confidential meeting process (described under Part 3 of this Section
00205), the Owner wishes to solicit input and engage the Tenderers in discussions related
to the feasibility of delivering the project within this budgetary limit. For greater clarity,
the budget referred to in this paragraph is not a cap or limit on the Contract Price payable
by the Owner to the Contractor under the Contract, which will be determined in
accordance with the Contract.

.3 The purpose of the White Paper Submissions is thus to solicit and provide a forum for
Tenderers to provide further suggestions and explore the viability of their ideas for
improved cost-effectiveness in the delivery of the CSST project as they relate to project
design and construction, cost and schedule control, as well as risk management in view of
the Owners budgetary and schedule constraints for the project.
.4 There are three categories of White Paper Submissions requested. Tenderers are
encouraged to be creative in proposing White Paper Submissions within the categories
described below.
- Category 1: Preferred White Paper Submissions represent specific topics of
design, contractual obligation, and/or project delivery in which the Owner is
particularly interested in receiving White Paper Submissions from the Tenderer. The
areas of specific interest as Preferred White Paper Submissions are described in Part
2 of this Section 00205. All Preferred White Paper Submissions will be considered
to be non-commercially confidential and, if deemed to have merit, may result in City-
initiated changes to the Contract Documents during the procurement. As such, these
changes would be issued in the form of an addendum to the Contract Documents and
would be part of the base bid for all Tenderers;
- Category 2: Non-Commercially Confidential White Paper Submissions
representing ideas that are outside those areas of interest listed by the Owner. Non-
Commercially Confidential White Paper Submissions generated by the Tenderers, if
deemed to have merit, may result in City-initiated changes to the Contract
Documents during the procurement. As such, these changes would be issued in the
form of an addendum to the Contract Documents and would be part of the base bid;
and
- Category 3: Commercially Confidential White Paper Submissions. All
Commercially Confidential White Paper Submissions will be exclusive to each
Tenderer and will not be shared with other Tenderers, and will provide value to both
the Owner and the Contractor. The process for the submittal and review of
Commercially Confidential White Papers is explained in Part 4 and Part 5 of this
Section 00205.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 2 OF 13

The provisions contained in Section 00205 will apply to each of the three categories of
White Paper Submission to the extent indicated.

.5 As part of the review process, the contents of the White Paper Submissions will be
discussed within a commercially confidential setting as explained in Part 3 of this Section
00205. The Owners determination of the merits of each submission shall be in
accordance to the review process outlined in Part 4 and Part 5 of this Section 00205. Part
5 addresses the detailed development, submittal requirements and review process for
accepted Category 3 submissions.

.6 As specified in Section 00200, the Owner will retain the services of a Fairness
Commissioner to monitor, advise and provide expert procurement guidance during the
White Paper Submission Review Process as well as be present at all White Paper
Submission Meetings.

.7 Parameters for White Paper Submissions

.1 Each White Paper Submission must fall within the parameters described below:
The White Paper Submission must guarantee some form of demonstrable added
value or material benefit to the Owner (for example, revenue, lifecycle
enhancements, operating system improvements or cost savings, any form of
social, environmental or sustainable added value to the Owner);
- The White Paper Submission must not substantially impair any essential form,
fit, function or characteristic of the Work, such as, but not limited to, safety,
service life, reliability, economy of operation, ease of maintenance, aesthetics
and necessary standard features at the sole discretion of the City; (particularly as
it either impacts its functionality, operation or negotiated land use agreements
with land owners); and
- The White Paper Submission shall not materially increase the risk to project
implementation, system performance, cost or schedule of completion.
.2 The Tenderer must submit a separate White Paper Submission for each proposed
White Paper Submission proposal and the Tenderer will identify, for each
submission, the category of submission under which it falls. Each White Paper
Submission must be capable of being assessed for acceptability on its own merits.
Unless the Tenderer clearly indicates that certain White Paper Submissions are not
mutually exclusive of one another, individual White Paper Submissions must not be
dependent or contingent on the acceptance of another or other White Paper
Submission(s) in order to meet the parameters and requirements outlined in this
Section 00205. The Owner will be entitled, in their sole discretion, to accept some,
all, or none of the White Paper Submissions.
.3 Category 3 Commercially Confidential White Paper Submissions must each provide
an Instant Contract Saving of a minimum of $500,000.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 3 OF 13

1.2 WHITE PAPER SUBMITTAL REQUIREMENTS

.1 At a minimum, and as applicable, the Contractor shall include, in each White Paper, the
information described below:

.1 A description of the difference between the existing Contract requirement and that
proposed in the White Paper Submission, the comparative advantages and
disadvantages of each, a justification when an item's function or characteristics are
being altered, and the effect of the change on the end item's performance.

.2 A list of the Contract requirements that must be changed if the White Paper
Submission is accepted, including a recommendation as to how the revisions must be
made and any suggested specification revisions.

.3 A description of the added value and material benefit resulting from the proposal,
including the associated differences in cost. The cost information shall include both
capital cost savings and life cycle cost savings. The cost reduction associated with the
White Paper Submission shall take into account the Contractor's implementation
costs.

.2 The Contractor will submit all White Paper Submissions as described in this Section
00205 and shall include completed Appendix 1 and 2 with the submission.

PART 2 CATEGORY 1 (PREFERRED) WHITE PAPER SUBMISSIONS

.1 Category 1 (Preferred) White Paper Submission List

White Paper Submissions are requested in order to obtain proposed enhancements from
Tenderers that they believe can facilitate cost and schedule certainty or reduction in the
delivery of the CSST project. The Owner is particularly interested in receiving White Paper
Submissions from the Tenderers on the following topics:
.1 Project Delivery:
a. White Paper 1: Overall Construction Sequencing Requirements to Meet a 41
Month Project Construction Schedule within Specified Site Access Constraints
b. White Paper 2: Timeline Required for Construction of Works at Site 3a and
Ability to Respect Specified Site Access Constraints
c. White Paper 3: Methods to optimize precast concrete segment production and
mobilization
.2 Design Modifications:
a. White Paper 4: Cost Saving Measures on Shoring Design and Shaft
Construction to help Meet Funding Limitations
.3 Contractual Terms and Obligations:
a. White Paper 5: Proposed Modifications to Contractual Terms related to Risk
Sharing
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 4 OF 13

.2 Preferred White Paper Submissions must fall within the parameters described under Part
1 of this Section 00205.

PART 3 WHITE PAPER SUBMISSION MEETINGS

.1 The purpose, procedures, submittal requirements, and evaluation process related to the
White Paper Submissions, including the White Paper Submission Meeting, will be
reviewed at the Tenderers Briefing. Refer to Section 00200 for details on the Tenderers
Briefing.

.2 The Owner will hold, with each Tenderer, one White Paper Submissions Meeting, which
will be considered commercially confidential.

.3 The purpose of the White Paper Submission Meeting is to facilitate an open dialogue
with the Owner and provide an opportunity for the Tenderer to present their White Paper
Submissions in the various categories defined in Part 1 of this Section 00205. The White
Paper Submission Meeting will provide the opportunity to discuss, with the Owner,
whether the Preferred White Paper Submissions and potential Contractor White Paper
Submissions are of interest to the Owner and the extent to which the potential White
Paper Submissions and Preferred White Paper Submissions may be acceptable to the
Owner.

.4 White Paper Submission Meetings will be scheduled at the mid-way point of the tender
period as outlined in the Tender schedule in Section 00200.

.5 The Contractor must provide the information requested in this Section 00205 no later
than 10 Business Days prior to a White Paper Submission Meeting. The Owner will not
provide any written commentary with respect to the White Paper Submissions either prior
to or during the White Paper Submission Meeting. Submissions will be reviewed and
evaluated as described in Part 4 of this Section 00205.

PART 4 WHITE PAPER SUBMISSION REVIEW

.1. General

.1. The White Paper Submissions will be conclusively reviewed for acceptability by the
Owner and Consultant.

.2. Each White Paper Submission will be considered on its own merits.

.3. The Owner and the Consultant will be the sole judge of the acceptability of a White
Paper Submission and of the added value and material benefit to be derived from the
adoption of all or any part of such proposal. Those White Paper Submissions deemed
by the Owner and the Consultant, in their sole discretion, to be acceptable will be
reviewed as described herein and, at that time, may be accepted in whole, in part, or
grouped together by the Owner where deemed necessary.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 5 OF 13

.4. In determining the cost savings, the right is reserved to disregard the submission if, in
the judgment of the Owner and Consultant, such prices do not represent a fair
measure of the value of the work to be performed or to be deleted. The Owner retains
the right to have a cost consultant review the proposed cost savings identified by the
White Paper Submission.

.5. Following the submission of the White Papers, and at any point during their review
of any White Paper Submission, the Owner reserves the right to request, from the
Tenderer, additional information, more detailed descriptions and/or clarifications to
the extent that it feels is necessary to assess the merits of the subject White Paper
Submission.

.6. The decision of the Owner and Consultant regarding acceptability or unacceptability
of the White Paper Submission, as well as the savings and costs, shall be final. The
Owner and Consultant will not have any obligation or liability whatsoever in relation
to the consideration or rejection of any White Paper Submission.

.2. Review of Category 1 (Preferred) and Category 2 (Non-Commercially Confidential)


White Paper Submissions:

.1. Within 10 Business Days following the White Paper Submission Meeting, the Owner
will complete its review of the Category 1 (Preferred) and Category 2 (Non-
Commercially Confidential) White Paper Submissions. Those submissions that are
determined to have merit and value may be incorporated into the Contract Document
and the changes will be communicated to all Tenderers by addendum.

.2. As part of the Addendum issued to all Tenderers, the Owner reserves the right to
modify the description of the idea in a manner that they feel represents the best value
to the project.

.3. Initial Review of Category 3 (Commercially Confidential) White Paper Submissions:

.1. Within 10 Business Days following the White Paper Submission Meeting, the Owner
will complete its initial review of the Category 3 (Commercially Confidential) White
Paper Submissions and will inform each Tenderer who has submitted a Category 3
White Paper which of their Category 3 Submissions are accepted and can be
developed in further detail for submission as part of the final RFT submission as
specified under Part 5 of this Section 00205.
.2. The Owners acceptance of the Category 3 White Paper Submission for detailed
development and submittal by the Tenderer as part of the final RFT submission does
not guarantee the Owners acceptance of the final submittal as part of a response to
the RFT.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 6 OF 13

PART 5 DETAILED DEVELOPMENT AND SUBMITTAL OF CATEGORY 3


(COMMERCIALLY CONFIDENTIAL) WHITE PAPERS

5.1 DEFINITIONS

.1 Collateral Costs, as used herein, means Owners costs of operation, maintenance,


logistics support, or Owner-furnished property.

.2 Collateral Savings, as used herein, means those measurable net reductions resulting
from a Commercially Confidential White Paper Submission in the Owner's overall
projected collateral costs, exclusive of acquisition savings, whether or not the acquisition
cost changes.

.3 Category 3 Commercially Confidential White Paper Submission, Category 3 White


Paper Submission, or White Paper Submission, as used within this Part 5, refers to a
White Paper Submission that has been identified as being commercially confidential in
nature and that has been accepted by the Owner as being worthy of further development
and submittal as part of the final Request for Tender (RFT) submission.

.4 Contractor's Development Costs, as used herein, mean those costs the Contractor incurs
that are specifically related to developing, testing, preparing and submitting the
Commercially Confidential White Paper Submission. Contractor's development costs will
not be recoverable. If the Commercially Confidential White Paper Submission is adopted,
the Contractor's share of the savings as hereinafter defined shall be considered full
compensation to the Contractor for the development and implementation of the
Commercially Confidential White Paper Submission.

.5 Implementation Costs, as used herein, means those costs the Contractor incurs to make
the contractual changes required by the Owner's acceptance of a Commercially
Confidential White Paper Submission. Such costs will be subject to Owner audit.

.6 Owner Costs, as used herein, means those costs the Owner incurs that result directly
from developing and implementing the Commercially Confidential White Paper
Submission, such as, but not limited to, any net increases in the cost of engineering,
testing, operations, maintenance and logistic support. The term also includes the
administrative costs of review and processing the Commercially Confidential White
Paper Submission.

.7 Instant Contract Savings, as used herein, means the reduction in Contractor cost of
performance (which includes overhead and profit attributable to the reduced or
eliminated work), resulting from acceptance of the Commercially Confidential White
Paper Submission, minus implementation costs and Owner costs.

5.2 FINAL SUBMITTAL REQUIREMENTS

.1. Final Submittal Requirements for Category 3 White Papers (submitted as part of the final
RFT submission) are as follows:
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 7 OF 13

.1 Once a Category 3 White Paper Submission is accepted by the Owner, Tenderers are
provided with the opportunity to develop a detailed proposal and separately submit each
one in an envelope clearly marked and sealed as Category 3 (Commercially
Confidential) White Paper Submissions.
.2 At a minimum, the Tenderer shall include in each Category 3 White Paper Submission
the technical information described below:
.1 A description of the difference between the existing Contract requirement
and that proposed in the White Paper Submission, the comparative
advantages and disadvantages of each, a justification when an item's function
or characteristics are being altered, and the effect of the change on the end
item's performance.
.2 An itemized list and analysis of the Contract requirements that must be
changed if the White Paper Submission is accepted, including a
recommendation as to how the revisions must be made and any suggested
specification revisions.
.3 All specifications, instructions, plans and drawings detailing the
implementation of the White Paper Submission. All drawings and
specifications must be prepared by and sealed by a Professional Engineer
registered in the Province of Ontario.
.4 A revised schedule for the affected portion(s) of the Work and the entire
contract work, if any.
.5 Potential impact on the environment and obtaining permits resulting from the
White Paper Submission.
.6 Any other information required in the judgment of the Owner to review
and/or implement the White Paper Submission. Such information shall be
provided by the Tenderer as soon as practicable after the Owner's request
thereof.
.3 .At a minimum, the Tenderer shall include in each Category 3 White Paper Submission
the financial information described below:
.1 A separate, detailed cost estimate for: (i) the affected portions of the existing
Contract requirement and (ii) the White Paper Submission. The cost estimate
shall include, without limitation, both capital cost savings, and life cycle cost
savings as well as an itemized breakdown including the items, quantities, unit
prices for both the affected portion in the original design and the proposed
changes in the White Paper Submission. The cost reduction associated with
the White Paper Submission shall take into account the Contractor's
implementation costs.
.2 A description and estimate of the Owner Costs in implementing the White
Paper Submission.
.3 A prediction of any effects the proposed change would have on Collateral
Costs. The financial offer associated with each Category 3 White Paper
Submission will thus include any associated design costs and any costs
associated with the review of the White Paper Submission by the Owner and
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 8 OF 13

Consultant and/or by any other third party technical or other specialty


advisor.
.4 White Paper Submissions that are conditional only on obtaining any
authorizations and approvals required in connection with same, including the
approval of any relevant government authority, will be considered
unconditionally guaranteed. For greater clarity, the Tenderer is responsible
for obtaining and paying for any and all approvals related to the proposed
White Paper Submission. The Contractor will also be responsible for, and
shall include associated costs for, securing any approvals or changes related
to any other required approvals (e.g. permits) arising out of any White Paper
Submissions it puts forward.
.5 Any other information required in the judgment of the Owner to review
and/or implement the White Paper Submission. Such information shall be
provided by the Tenderer as soon as practicable after the Owner's request
thereof.

5.3 REVIEW OF CATEGORY 3 (COMMERCIALLY CONFIDENTIAL) WHITE


PAPER SUBMISSIONS

.1 Category 3 White Paper Submissions will be reviewed further to bid closing and only at
the negotiation stage with the successful Tenderer. Category 3 White Paper Submissions
will not be considered as part of the evaluation of Tenders or identification of the
Successful Tenderer. All Tenderers acknowledge and agree that the Contract Documents
may be materially modified or amended as a result of any Commercially Confidential
White Paper Submissions that are accepted by the Owner from the Successful Tenderer,
and each Tenderer waives any right to contest such modifications or amendments.

.2 The Category 3 submission(s) will be reviewed by a committee consisting of the Owner


and its Consultant Team. The financial submission will also be reviewed by a Cost
Consultant.

.3 If it is determined there will be a cost decrease to the Owner, Instant Contract Savings
will be shared between the Contractor and the Owner as specified within this Section
00205.

.4 White Paper Submissions will be processed expeditiously, however, neither the Owner
nor Consultant will be liable for any delay in acting upon or for failure to act upon, any
White Paper Submissions submitted pursuant to this Section.

.5 The Owner and the Consultant will be the sole judge of the acceptability of a White Paper
Submissions and of the savings and costs from the adoption of all or any part of such
proposal. In determining the savings, the right is reserved to disregard the Contract bid
prices represented in the White Paper Submissions if, in the judgment of the Owner and
Consultant, such prices do not represent a fair measure of the value of the work to be
performed or to be deleted. The decision of the Owner and the Consultant regarding
acceptability or unacceptability of the White Paper Submissions, as well as the savings
and costs, shall be final.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 9 OF 13

.6 The Owner and the Consultant may require the Tenderer to modify the White Paper
Submission to make it acceptable. If any modification increases or decreases the savings
resulting from the White Paper Submission(s), the Contractor's fair share will be
determined upon the basis of the White Paper Submission(s) as modified.

5.4 COST SHARING ARRANGEMENTS

.1 The Contractor and Owner shall each receive a 50 percent share in the Instant Contract
Savings. Upon acceptance of the White Paper Submission (s) by the Owner and
Consultant, the Instant Contract Savings will be incorporated into the contract price and
associated contract award documents. Any White Paper submissions that are not
immediately accepted by the Owner and Consultant will be retained for possible re-
consideration further to contract award. If accepted at a later date, the associated savings
will be applied by means of a change order.

.2 The Contractor is not entitled to share the Collateral Savings and other future contract
savings resulting from the accepted White Paper Submission (s). Life cycle cost savings
in maintenance, operations etc. will remain with the Owner and will not be shared with
the Contractor.

5.5 WARRANTY

.1 The Contractor shall be, and shall remain, liable for the effectiveness of the design of the
change proposed.

.2 The Contractor warrants that such change: shall be free from defects in design, function,
configuration and purpose; shall fully perform the function as intended and required by
the Contract Documents; complies with all laws, rules, regulations and ordinances
governing such an item; and infringes no patent, copyright, trade secret or other third
party proprietary right or interest.

5.6 DATA

.1 To the extent permitted or allowed by law, neither the Owner nor Consultant will
disclose, use or duplicate any data provided by the Contractor pursuant to this Section,
while such Commercially Confidential White Paper Submission is being evaluated. This
restriction shall not apply to any information if it is, or has been obtained, or is otherwise
available, from the Contractor or from any other source, without limitation. Once the
White Paper Submission evaluation process has concluded, the Owner shall have the
right to duplicate, use and disclose any data in any manner, and for any purpose, and have
others do so, under this or any other Owner contract.
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 10 OF 13

Appendix 1
Category 1: Preferred White Paper Submission

Re-scoping Description Category Re-scoping Technical Adjustment Price Adjustment


Requirements Requirements
1.0

2.0

3.0

4.0

5.0
CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 11 OF 13

Appendix 1
Category 2: Non-Commercial White Paper Submission

Category Re-scoping Technical Adjustment Requirements Price Adjustment Requirements


CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 12 OF 13

Appendix 1
Category 3: Commercially Confidential White Paper Submission

Category Re-scoping Technical Adjustment Requirements Price Adjustment Requirements


CITY OF OTTAWA SECTION 00205
COMBINED SEWAGE STORAGE TUNNEL WHITE PAPER INSTRUCTIONS TO TENDERERS
CONTRACT NO. ISD14-2036 PAGE 13 OF 13

APPENDIX 2

INFORMATION TO BE SUBMITTED BY TENDERERS RELATING TO POTENTIAL


WHITE PAPER SUBMISSIONS

CATEGORIZATION OF POTENTIAL WHITE PAPER SUBMISSION


(1) = Preferred
(2) = Non-Commercially Confidential
(3) = Commercially Confidential
* Tenderer to tick relevant box
PARAMETERS:
Will the White Paper Submission guarantee some form of demonstrable added Yes / No
value/material benefit to The Owner?
Will the White Paper Submission impact functionality? If yes, how? Yes / No
Will the White Paper Submission postpone Substantial Performance? If yes, what is the Yes / No
expected duration of the postponement?
Will the White Paper Submission require a variance or other changes to any required Yes / No
approvals (e.g. Permits)? If yes, please specify.
DESCRIPTION AND IMPACT OF THE WHITE PAPER SUBMISSION
1. Please provide a brief description of the White Paper Submission.
2. What are the specific provisions of the Contract Documents that relate to or may be affected by the
White Paper Submission?
3. What are the specific benefits which the Tenderer is prepared to guarantee will accrue to the Owner?
4. What are the assumptions or conditions, if any, which underlie the guarantee of specific benefits in item
3 above?
5. What are the potential financial impacts of the proposed change? (should be broken down into capital,
lifecycle, maintenance, operations)
6. What is the potential negative impact, if any, associated with the White Paper Submission?
7. List and describe any other factors which the Tenderer wishes the Owner to consider in considering the
merits of the White Paper Submission.

CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 1 of 24

00 40 00 FORM OF TENDER
Tender by:
Name of Tenderer

Address of Tenderer

Telephone Number Fax Number Email Address

hereinafter called the "Tenderer".

1 CONTRACT DOCUMENTS
.1 The Contract Documents for Tender Number: ISD14-2036 are listed in Section 00100
Amendments to the CCDC4 2011 Agreement.

2 TENDERER'S DECLARATIONS
.1 The Tenderer declares that it has obtained and read the Contract Documents.
.2 The Tenderer declares that it understands and agrees to be bound by the Contract Documents.
.3 Without limiting the generality of Item 2.2 of this Tender Form, the Tenderer declares that it has, at
the time of tendering, fulfilled all of those obligations under the Contract, which are required to be
fulfilled by the time of tendering.
.4 The Tenderer declares that all information, which it has provided or will provide to the City, is true.
.5 The Tenderer declares that this tender is made without knowledge, comparison of figures or
arrangement with any other company, firm or person submitting a Tender for the same Work.
.6 The Tenderer declares that no member of the City of Ottawa Council or any officer of the
Corporation of the City of Ottawa is, or will become, interested directly or indirectly as a contracting
party, partner, surety or otherwise or in the performance of the Contract, or in the supplies, Work or
business to which it relates or in any portion of profits thereof, or of any such supplies to be used
therein, or in any of the moneys to be derived therefrom.
7 The Tenderer agrees to provide, within 24 hours after notice by the City, a complete list of all
Subcontractors and manufacturers that will be retained for the duration of the Contract. This list will
be required prior to award.
.8 The Tenderer agrees that, June 1, 2016, assuming the issuance of an official commence work order
by the timelines outlined within the Contract, the Tenderer will commence the work, assembling all
necessary labour forces and equipment on the site and will continue the work with the utmost
diligence until completion.
.9 The Successful Tender shall complete the Work on or before the City's Date of Substantial
Performance and Completion as set out in the article Time for Completion of Contract / Work in
Document 00200 Instructions to Tenderers.

3 TENDERERS OFFER
.1 The Tenderer offers to do the Work in accordance with the Contract Documents.
CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 2 of 24

.2 The Tenderer offers to do the Work and to accept payment at the contract price specified in this Tender
Form, in accordance with the Contract Documents.

4 ADDENDA
.1 The Tenderer acknowledges that it has received, reviewed and provided in its Tender Price for all
work and costs associated with the following addenda:

Addendum No. 1 dated

Addendum No. 2 dated

Addendum No. 3 dated

Addendum No. 4 dated

Addendum No. 5 dated

Addendum No. 6 dated

Addendum No. 7 dated

Addendum No. 8 dated

Addendum No. 9 dated

Addendum No. 10 dated

5 CONTRACT PRICE
The Schedule of Prices forms the basis for determining the Total Contract Price. Quantities for Unit Price items in
the Schedule of Prices are estimated.

SUMMARY AMOUNT

PART A GENERAL AND MISCELLANEOUS ITEMS $

PART B TUNNELING AND ASSOCIATED WORKS $

PART C ODOUR CONTROL FACILITIES AND SURFACE


$
WORKS

PART D CASH ALLOWANCES $ 975,000

PART E PROVISIONAL ITEMS $

Total Contract Price (Sum of Part A to Part E)


$
(Do Not Include HST in Total Contract Price)
Contractors Harmonized Sales Tax (HST) Registration Number:
CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 3 of 24

.1 TOTAL CONTRACT PRICE: $


(Total Contract Price in Canadian Dollars, excluding value added taxes)

Repeat TOTAL CONTRACT PRICE in writing:

Canadian Dollars

This offer is made this day of, 20

CONTRACTOR (TENDERER) WITNESS

Signature Signature

Name and title of person signing Name and title of person signing

Signature Signature

Name and title of person signing Name and title of person signing

6 BASIS OF AWARD
The City intends to award a contract to the bidder who submits the lowest responsive bid (as defined
In the City of Ottawa Purchasing By-Law No. 50 of 2000, as amended) by Total Contract Price
(Excluding HST) described herein. Upon formal notification of award the bidder shall thereafter be
known as the Contractor.
CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 4 of 24

Statement A: Breakdown of Items and Prices Refer to Supplement #1

Within forty eight (48) hours of Tender Close, Statement A: Breakdown of Items and Prices Schedule shall be
completed by the three (3) lowest Tenderers and provided to the City of Ottawa.

Contract Number: ISD14-2036

For the purpose of this Tender the term Provide is defined as: supply, install, test and place into successful
operation.

Notes:

6.1 Provisional Items


.1 Items of work that are likely to be required during the course of construction but the exact quantities
or requirements of which will depend on ground conditions or other uncertain factors encountered,
are shown in the Schedule of Items and Prices under the heading Provisional Items. The Tenderer
acknowledges that the work in Provisional Items may or may not be executed in the Contract.

.2 Work done under such items will not require an individual Contract Change Order, but will be
authorized in writing and will be measured for payment.

.3 At the discretion of the Owner, this work may or may not be included in the Contract and may or
may not be taken into account by the Owner in comparing tenders and awarding a contract.
.4 The unit prices inserted above for provisional quantities shall be applicable to extras or deductions
even if actual quantities are found to vary considerably from them.

.5 Unless approved by the Owner, the substantial performance of the project shall not be delayed even
if the actual quantities of the provisional items are found to vary considerably.
.6 Provisional items are not major items as defined in CCDC4-2011 and if not used, or are partially
used, partial payment for unused amounts shall not be made.
6.2 Cash Allowances: Refer to Section 00410 for details and requirements.
6.3 All work is to be completed in accordance with the Contract Documents

6.4 In addition to the Breakdown of Items and Prices Schedule, the Contractor shall provide a schedule
of values to facilitate payment for lump sum items as per CCDC4-2011, GC5.2.5.
CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 5 of 24

Statement B: Subcontractors

The Contractor named in the form of Tender shall list all subcontractor (s) to be used for the project along with his or
her responsibilities in the space provided below.

Scope of Work Sub-Contractor


Division 1

Division 2

Division 3

Division 4

Division 5

Division 6

Division 7

Division 8

Division 9

Division 10

Division 11

Division 13

Division 14

Division 15

Division 16

Others (Specify)
CITY OF OTTAWA SECTION 00400
COMBINED SEWAGE STORAGE TUNNEL FORM OF TENDER
CONTRACT NO. ISD14-2036 PAGE 6 of 24

Within twenty four (24) hours of Tender Close, Statement B shall be completed by the three (3) lowest Tenderers and
provided to the Supply Branch, the City of Ottawa.

Replacement, substitution or addition of any Key Team Member and named subcontractor subsequent to the Request
for Pre-Qualification Submission Due Date is not permitted without the prior written consent of the City, which
consent may be withheld by the City. The Key Team Members and named subcontractors shall remain constant after
the Request for Pre-Qualification Submission Due Date through Tendering and until the end of Construction.

If there is any change in the Key Team Members and named subcontractors, subsequent to the Request for Pre-
Qualification Submission Due Date, written notice must be provided to the City five (5) business days before such
change. The City, in their sole and absolute discretion, may withhold consent, should the change have a material
adverse impact on the Project. The substitute must meet or exceed the qualifications of the Key Team Member and/or
subcontractor they replace.

In addition, any change, replacement, substitution or addition of a Key Team Member and subcontractor subsequent to
the Request for Pre-Qualification Submission Due Date, without the prior written consent of the City, may be grounds
for disqualification.

Statement C: Conflicts and Unfair Advantage

Tenderers are required to complete Form Conflict of Interest and Unfair Advantage, attached as Statement C within
twenty four (24) hours of Tender Close. Refer to GC17 outlined in Section 00200 Instructions to Tenderers.

END OF SECTION

SUPPLEMENTAL INFORMATION

STATEMENT A: BREAKDOWN OF ITEMS AND PRICES

STATEMENT C: FORM CONFLICT OF INTEREST AND UNFAIR ADVANTAGE


COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
Part A: General and Miscellaneous Items

A1 Mobilization/Demobilization
A1.1 General 1 LS
A1.2 TBM 1 LS
A2 Contaminated Soil Disposal Offsite 8,000 t
A3 Street Sweeping 1,000 hr
A4 Flusher (Operated) 3000 hr
A5 Hydro Excavating/Vacuum Truck (Operated) 150 hr
A6 Police Assistance at Intersections 500 hr $ 204.56 $ 102,280.00
A7 Incentive/Disincentive (Site 3a) 1 LS $ 630,000.00 $ 630,000.00
Subtotal Part A

Part B: Tunneling and Associated Works


B1 Tunneling and Precast Lining Installation
B1.1 EWT East (Site 5a to Site 3c) 2,015 m
B1.1.1 2400mm EWT Outlet Pipe 40 m
B1.2 EWT West (Site 3c to Site 1) 2,100 m
B1.3 NST (Site 10 to Site 6) 1,915 m
Pipe Jacking/Microtunneling Installation of RRC
B2
Diversion Sewer
B2.1 Drive 1 - Site 5B to Site 5A 140 m

B2.2 Drive 2 - Site 5B to Site 5C 145 m

B3 Shafts and Underground Structures

B3.1 Site 1 - TBM Extraction Shaft 1 LS


Site 2 Junction Chamber with Connections to EWT
B3.1.1 1 LS
and NST
B3.1.2 Site 2 EWT Access Chamber and Shaft 1 LS

Site 3a - RCI Diversion Chamber, Drop Structure,


B3.2 1 LS
and Deaeration Chamber, with Connection to EWT

Site 3c - EWT Access Chamber and Mid-Tunnel


B3.3 1 LS
Launch and/or Extraction Shaft
Site 4 - EWT Access Chamber and Shaft with
B3.4 1 LS
Tunnel Connection
Site 5a - EWT Outlet Chamber and EWT Launch or
B3.5 1 LS
Extraction Shaft
Site 5a - IOS Connection Chamber Including All
B3.6 1 LS
Connections
B3.7 Site 5b - RRC Microtunnel Shaft 1 LS
B3.8 Site 5c - RRC Diversion Chamber 1 LS
B3.9 Site 6 - Portal Construction and TBM Extraction 1 LS

Site 8 - McLeod Street Drop Structure, Vent Shaft,


B3.10 1 LS
Deaeration Chamber and Tunnel Connection

Page 1 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.

Site 9 - Catherine Street Drop Structure, Vent Shaft,


B3.11 1 LS
Deaeration Chamber and Tunnel Connection

Site 9 - Catherine Street Sewer Chamber with


B3.11.1 1 LS
Lateral Connection to B3.11

B3.12 Site 10 - NST Launch Shaft and Access Chamber 1 LS

B4 Instrumentation and Monitoring


Monitoring Arrays, including installation,
B4.1 monitoring, reporting, maintenance, and 21 ea
abandonment
Automatic Total Stationing Systems, including
installation, maintenance, power supply,
B4.2 5 ea
programming, monitoring, automatic data collection
and reporting, and abandonment
Soil Deformation Monitoring Points, including
B4.3 installation, monitoring, reporting, maintenance, and 54 ea
abandonment
Utility Monitoring Points, including installation,
B4.4 monitoring, reporting, maintenance, and 17 ea
abandonment
Vibrating Wire Piezometers, including installation,
B4.5 monitoring, reporting, maintenance, and 40 ea
abandonment, 2 sensors
Additional Vibrating Wire Piezometer Sensors,
B4.5.1 including installation, monitoring, reporting, 5 ea
maintenance, and abandonment
Inclinometers, including installation, monitoring,
B4.6 26 ea
reporting, maintenance, and abandonment
B4.7.1 Tiltmeter negotiation 1 LS
Tiltmeters, including installation, monitoring,
B4.7.2 172 ea
reporting, maintenance, and abandonment
Reflectorless Survey Points, including installation,
B4.8 monitoring, reporting, maintenance, and 98 ea
abandonment
Optical Survey Targets, including installation,
B4.9 monitoring, reporting, maintenance, and 31 ea
abandonment
Structural Monitoring Points, including installation,
B4.10 monitoring, reporting, maintenance, and 28 ea
abandonment
Multi Point Borehole Extensometers, 2 Sensors,
B4.11 including installation, monitoring, reporting, 15 ea
maintenance, and abandonment
Additional Multi-Point Borehole Extensometer
B4.11.1 5 ea
Sensors
Seismographs, including installation, monitoring,
B4.12 3 ea
reporting, maintenance, and abandonment
B4.13 Decommissioning Monitoring Wells 96 ea

Page 2 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.

Develop and Implement Instrumentation Plan for


Cathcart/Bolton/King Edward areas, including all
B4.14 1 LS
equipment, installations, monitoring, reporting,
maintenance, and abandonment as appropriate

Develop and Implement Instrumentation Plan for


Cumberland, St. Andrew, and Bruyere/Cathcart
B4.15 areas, including all equipment, installations, 1 LS
monitoring, reporting, maintenance, and
abandonment as appropriate
Develop and Implement Instrumentation Plan for
Tabaret Hall, including all equipment, installations,
B4.16 1 LS
monitoring, reporting, maintenance, and
abandonment as appropriate
Pavement Monitoring Points, including installation,
B4.17 monitoring, reporting, maintenance, and 4 ea
abandonment/removal
Convergence Points and Tape Extensometer
B4.18 including installation, monitoring, reporting, 1 LS
maintenance, and abandonment/removal
B5 Division 1: General Requirements 1 LS
B6 Pre-Construction Inspection 1 LS
Subtotal Part B

Part C: Odour Control Facilities and Surface Works


Site 1: Odour Control Facility and Surface
C1 Subtotal
Works
C1.1 Division 1: General Requirements 1 LS
C1.2 Division 2 - Site Works
C1.2.1 Granular 'A' 657 t
C1.2.2 Granular 'B' - Type II 1146 t
Performance Graded Superpave 12.5 FC2
C1.2.3 77 t
Level C (PG 64-34)
Performance Graded Superpave 19 Level C
C1.2.4 77 t
(PG 64-34)
Performance Graded Superpave 12.5 Level B
C1.2.5 90 t
(PG 58-34)
Performance Graded Superpave 19 Level B
C1.2.6 110 t
(PG 58-34)
Pipe - 50mm dia. copper (water service)
C1.2.7 including excavation, pipe supply, 19 m
appurtenances, installation, and backfilling
Pipe - 1350mm RCP CL-65D Air Duct
C1.2.8 including excavation, pipe supply, 72 m
installation, and backfilling

Manholes for Air Duct - 2400mm dia. Precast


C1.2.9 2 ea
maintenance hole as per OPSD 701.013

C1.2.10 Tree removal 10 ea


C1.2.11 Dust control 1 LS
C1.2.12 Hydraulic seeding and mulching 1800 m2
C1.2.13 Topsoil, imported (100 mm thick) 180 m3

Page 3 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C1.2.14 Tree planting 30 ea
600mm x 600mm PCC ditch inlet per OPSD-
C1.2.15 2 ea
705.030

C1.2.16 300mm PVC pipe storm sewer - class SDR 35 22 m

Chain security fence as per OPSD 972.130 -


C1.2.17 63 m
1.8m height
Single rail steel beam guide rail as per
C1.2.18 90 m
OPSD912.130
Extruder terminal system as per OPSD
C1.2.19 1 ea
922.530
C1.2.20 River stone 258 m2
Rip-rap treatment for ditch inlets per OPSD
C1.2.21 10 m2
810.020
Concrete sidewalks, medians, boulevards and
C1.2.22 61 m2
islands
Asphalt sidewalks, paths, medians,
C1.2.23 58 m2
boulevards and islands
C1.2.24 "Omega" fence 1.778m height 13 ea
C1.2.25 "Omega" fence 1.549m height 4 ea
C1.2.26 Interpretive Panel 9 m
C1.2.27 Interlocking Pavers: P1A 14 m2
C1.2.28 Interlocking Pavers: P1B 6 m2
C1.2.29 Bench 1 ea
C1.2.30 Armour Stone Boulder 13 ea
Landscape Plantings (including roof
C1.2.31 1 LS
plantings)
C1.2.32 Tree Plantings 1 LS
C1.2.33 Tree Plantings 1 LS
C1.2.34 All Other Sections in Division 2 1 LS
C1.3 Division 3: Concrete 1 LS
C1.4 Division 4: Masonry 1 LS
C1.5 Division 5: Metals 1 LS
C1.6 Division 6: Woods and Plastics 1 LS
C1.7 Division 7: Thermal and Moisture Protection 1 LS
C1.8 Division 8: Windows and Doors 1 LS
C1.9 Division 9: Finishes 1 LS
C1.10 Division 10: Furnishings 1 LS
C1.11 Division 11: Equipment 1 LS

C1.12 Division 13: Special Construction 1 LS

C1.13 Division 14: Conveying Equipment 1 LS


C1.14 Division 15: Mechanical 1 LS
C1.15 Division 16: Electrical 1 LS
C2 Site 2: Surface Works Subtotal
C2.1 Division 1: General Requirements 1 LS
C2.2 Division 2 - Site Works
Full depth removal of asphalt, concrete
C2.2.1 1 LS
sidewalk, curb/gutter
Shave Asphalt Pavement - 40 mm (Dry
C2.2.2 1000 m2
Grinding)

Page 4 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
Excavation, capping, removal and backfill of
C2.2.3 watermain, gas, Rogers, street lighting ducts 1 LS
and wiring, other utilities
C2.2.4 Granular 'A' 200 t
C2.2.5 Granular 'B' - Type II 370 t
Concrete sidewalks, medians, boulevards and
C2.2.6 325 m2
islands
Performance Graded Superpave 12.5 FC2
C2.2.7 120 t
Level E (PG 64-34)
Performance Graded Superpave 19 Level E
C2.2.8 60 t
(PG 64-34)
400mm Watermain PVC, CL 150, DR-18,
C2.2.9 including excavation, pipe supply, 17 m
appurtenances, installation, and backfilling
400mm Butterfly valve, W5 & valve
chamber, W2, including excavation, pipe
C2.2.10 1 ea
supply, appurtenances, installation, and
backfilling
Excavation and backfill for relocation,
C2.2.11 blankings, and connections to existing 4 ea
watermains
Excavation, installation, connection, backfill,
C2.2.12 commissioning of gas main and coordination 11 m
with Enbridge
Excavation, coordination and backfill for
C2.2.13 1 LS
relocation of Rogers

Excavation, installation, connection, backfill


C2.2.14 6 m
of utilities (Street lighting ducts and wiring)

C2.2.15 Removal of light standard 2 ea


C2.2.16 Replacement of light standard 2 ea
C2.2.17 Replacement of road signage 1 ea
C2.2.18 Tree removal 12 ea
C2.2.19 Dust control 1 LS
C2.2.20 Tree planting 12 ea
C2.2.21 Remove and replace bicycle rack 5 ea
C2.2.22 Saw-cutting of asphalt 54 m
C2.2.23 Saw-cutting of concrete curb, sidewalk 4 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C2.2.24 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
C2.2.25 Pea Gravel 11 m2
C2.2.26 Tree Grate and Guard 12 ea
C2.2.27 Landscape Plantings 1 LS
C2.2.28 Tree Plantings 1 LS
C2.2.29 Tree Pruning 1 LS
C2.2.30 All Other Sections in Division 2 1 LS
C2.3 Division 3: Concrete 1 LS
C2.4 Division 4: Masonry 1 LS
C2.5 Division 5: Metals 1 LS
C2.6 Division 6: Woods and Plastics 1 LS

Page 5 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C2.7 Division 7: Thermal and Moisture Protection 1 LS
C2.8 Division 8: Windows and Doors 1 LS
C2.9 Division 9: Finishes 1 LS
C2.10 Division 10: Furnishings 1 LS
C2.11 Division 11: Equipment 1 LS
C2.12 Division 13: Special Construction 1 LS
C2.13 Division 14: Conveying Equipment 1 LS
C2.14 Division 15: Mechanical 1 LS
C2.15 Division 16: Electrical 1 LS
Site 3a: Odour Control Facility and Surface
C3 Subtotal
Works
C3.1 Division 1: General Requirements 1 LS
C3.2 Division 2 - Site Works
Full depth removal of asphalt, concrete and
C3.2.1 1 LS
asphalt sidewalk, curb/gutter
Concrete sidewalks, medians, boulevards and
C3.2.2 282 m2
islands
Asphalt sidewalks, medians, boulevards and
C3.2.3 407 m2
islands
C3.2.4 Perforated pipe subdrain 38 m
C3.2.5 Granular 'A' 650 t
C3.2.6 Granular 'B' - Type II 542 t
Performance Graded Superpave 12.5 FC2
C3.2.7 90 t
Level B (PG 58-34)
Performance Graded Superpave 19 Level B
C3.2.8 90 t
(PG 58-34)
Pipe - 100mm dia. PVC SDR28 (sanitary
C3.2.9 service) including excavation, pipe supply, 5 m
installation, and backfilling
Pipe - 135mm dia. PVC SDR28 (sanitary
C3.2.10 service) including excavation, pipe supply, 67 m
installation, and backfilling
Pipe - 50mm dia. copper (water service)
C3.2.11 including excavation, pipe supply, 40 m
appurtenances, installation, and backfilling
Pipe - 38mm dia. copper (water service)
C3.2.12 including excavation, pipe supply, 20 m
appurtenances, installation, and backfilling
Excavation and backfill for water service
C3.2.13 1 ea
reconnection by open cut
C3.2.14 Concrete Barrier Curb as per SC1.1 188 m (P)
600mm PVC SDR35 odour control duct
C3.2.15 including excavation, pipe supply, 119 m (P)
installation, and backfilling
Excavate, cap, remove, and backfill existing
C3.2.16 1 LS
irrigation lines
Irrigation lines, including excavation, pipe
C3.2.17 supply, appurtenances, installation, and 21 m
backfilling
Excavate, remove, and backfill existing and
C3.2.18 17 m
abandoned watermain

Page 6 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
200mm Watermain, PVC, CL 150, DR-18,
C3.2.19 including excavation, pipe supply, 40 m (P)
appurtenances, installation, and backfilling
Excavation and backfill for relocation,
C3.2.20 blankings, and connections to existing 4 ea
watermains
Remove and replace catchbasin including
C3.2.21 3 ea (P)
leads
C3.2.22 Tree removal 21 ea
C3.2.23 Dust control 1 LS
C3.2.24 Hydraulic seeding and mulching 1250 m2
C3.2.25 Topsoil, imported (100 mm thick) 125 m3
C3.2.26 Saw-cutting of asphalt 79 m
C3.2.27 Saw-cutting of concrete curb, sidewalk 24 m
C3.2.28 Valve Box 1 ea

Excavation, installation, connection, backfill


C3.2.29 20 m
of utilities (Street lighting ducts and wiring)

C3.2.30 Removal of light standard 2 ea


C3.2.31 Replacement of light standard 2 ea
C3.2.32 Handrail and post removal 4 m
C3.2.33 Granite curb 9 m
C3.2.34 72" Palisade Bench 2 ea
C3.2.35 96" Palisade Bench 3 ea
C3.2.36 Trapecio Bench 1 ea
C3.2.37 Handrail 8 m
C3.2.38 Drinking Fountain 1 ea
C3.2.39 Granite Pillar 7 ea
C3.2.40 Landscape Plantings 1 LS
C3.2.41 Tree Plantings 1 LS
C3.2.42 Tree Pruning 1 LS
C3.2.43 All Other Sections in Division 2 1 LS
C3.3 Division 3: Concrete 1 LS
C3.4 Division 4: Masonry 1 LS
C3.5 Division 5: Metals 1 LS
C3.6 Division 6: Woods and Plastics 1 LS
C3.7 Division 7: Thermal and Moisture Protection 1 LS
C3.8 Division 8: Windows and Doors 1 LS
C3.9 Division 9: Finishes 1 LS
C3.10 Division 10: Furnishings 1 LS
C3.11 Division 11: Equipment 1 LS
C3.12 Division 13: Special Construction 1 LS
C3.13 Division 14: Conveying Equipment 1 LS
C3.14 Division 15: Mechanical 1 LS

C3.15 Division 16: Electrical 1 LS

C4 Site 3b: Surface Works Subtotal


C4.1 All Works 1 LS
C5 Site 3c: Surface Works Subtotal
C5.1 Division 1: General Requirements 1 LS
C5.2 Division 2 - Site Works
Removal and reinstatement of Concrete
C5.2.1 20 m
Barrier Retaining Wall

Page 7 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
Asphalt Pedestrian Walkway Removal
C5.2.2 861 m2
(existing and temporary)
C5.2.3 Asphalt for Pedestrian Walkway 971 m2
C5.2.4 Granular 'A' 380 t
C5.2.5 Granular 'B' - Type II 750 t
C5.2.6 Tree removal 51 ea
C5.2.7 Tree Plantings 1 LS
C5.2.8 Dust control 1 LS
C5.2.9 Sodding including watering 4013 m2
C5.2.10 Topsoil, imported (100 mm thick) 401 m3
C5.2.11 Saw-cutting of asphalt 5 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C5.2.12 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
Site preparation for staging including
C5.2.13 removals, clearing and grubbing, stripping, 1 LS
access roads, etc.

Site preparation for reinstatement, including


C5.2.14 grading, topsoil and seed/sod, filter cloth, 1 LS
landscape plantings (not including trees), etc

C5.2.15 Tree Pruning 1 LS


C5.2.15 All Other Sections in Division 2 1 LS
C5.3 Division 3: Concrete 1 LS
C5.4 Division 4: Masonry 1 LS
C5.5 Division 5: Metals 1 LS
C5.6 Division 6: Woods and Plastics 1 LS
C5.7 Division 7: Thermal and Moisture Protection 1 LS
C5.8 Division 8: Windows and Doors 1 LS
C5.9 Division 9: Finishes 1 LS
C5.10 Division 10: Furnishings 1 LS
C5.11 Division 11: Equipment 1 LS
C5.12 Division 13: Special Construction 1 LS
C5.13 Division 14: Conveying Equipment 1 LS
C5.14 Division 15: Mechanical 1 LS
C5.15 Division 16: Electrical 1 LS
C6 Site 4: Surface Works Subtotal
C6.1 Division 1: General Requirements 1 LS
C6.2 Division 2 - Site Works
Full depth removal of asphalt, concrete
C6.2.1 1 LS
sidewalk, curb/gutter
Shave Asphalt Pavement - 40 mm (Dry
C6.2.2 1 m2
Grinding)

Excavation, capping, removal and backfill of


C6.2.3 abandoned watermain, watermain, gas main, 1 LS
sanitary sewer, storm sewer, other utilities

Concrete sidewalks, medians, boulevards and


C6.2.4 120 m2 (P)
islands
C6.2.5 Granular 'A' 100 t

Page 8 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C6.2.6 Granular 'B' - Type II 130 t
Performance Graded Superpave 12.5 FC2
C6.2.7 90 t
Level E (PG 64-34)
Performance Graded Superpave 19 Level E
C6.2.8 50 t
(PG 64-34)
1200 mm concrete pipe storm sewer - class
C6.2.9 65D including excavation, pipe supply, 38 m (P)
installation, and backfilling
525 mm PVC SDR35 pipe sanitary sewer -
C6.2.10 including excavation, pipe supply, 42 m (P)
installation, and backfilling
200mm Watermain, PVC, CL 150, DR-18,
C6.2.11 including excavation, pipe supply, 14 m (P)
appurtenances, installation, and backfilling
2400mm dia. Storm maintenance hole per
C6.2.12 4 ea
OPSD-701.013
1200mm dia.Round Sanitary maintenance
C6.2.13 4 ea
hole per OPSD-701.010
Excavation and backfill for relocation,
C6.2.14 blankings, and connections to existing 4 ea
watermains
C6.2.15 Dust control 1 LS
C6.2.16 Saw-cutting of asphalt 30 m
C6.2.17 Saw-cutting of concrete curb, sidewalk 6 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C6.2.18 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
C6.2.19 Landscape Plantings 1 LS
C6.2.20 Tree Plantings 1 LS
Excavation, installation, connection, backfill,
C6.2.21 commissioning of gas main and coordination 24 m
with Enbridge
Remove and replace bicycle rack and Canada
C6.2.22 3 ea
Post box
C6.2.23 Tree Pruning 1 LS
C6.2.24 All Other Sections in Division 2 1 LS
C6.3 Division 3: Concrete 1 LS
C6.4 Division 4: Masonry 1 LS
C6.5 Division 5: Metals 1 LS
C6.6 Division 6: Woods and Plastics 1 LS
C6.7 Division 7: Thermal and Moisture Protection 1 LS
C6.8 Division 8: Windows and Doors 1 LS
C6.9 Division 9: Finishes 1 LS
C6.10 Division 10: Furnishings 1 LS
C6.11 Division 11: Equipment 1 LS
C6.12 Division 13: Special Construction 1 LS
C6.13 Division 14: Conveying Equipment 1 LS
C6.14 Division 15: Mechanical 1 LS
C6.15 Division 16: Electrical 1 LS
C7 Site 5a, 5b: Control Building and Surface Works Subtotal

Page 9 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C7.1 Division 1 - General Requirements 1 LS
C7.2 Division 2 - Site Works
C7.2.1 Removal and salvage of unit pavers 20 m2 (P)
C7.2.2 Full depth removal of paths, walkways 1 LS
C7.2.3 Excavation, removal, backfill of culverts 9 m (P)
C7.2.4 Granular 'A' 700 t
C7.2.5 Granular 'B' - Type II 1250 t
C7.2.6 Pavers: P5A 59 m2

C7.2.7 Asphalt for Temporary Pedestrian Walkway 450 m2

C7.2.8 Stonedust for Pedestrian Walkway 200 m2


C7.2.9 Asphalt for Pedestrian Walkway 1530 m2
C7.2.10 600 mm CSP Culvert 9 m

1200mm Concrete ventilation pipe - class


C7.2.11 140D, including excavation, pipe supply, 58 m
appurtenances, installation, and backfilling

750mm Concrete ventilation pipe - class


C7.2.12 140D, including excavation, pipe supply, 46 m
appurtenances, installation, and backfilling
2400 mm manhole with ditch inlet top,
C7.2.13 including excavation, supply, appurtenances, 1 ea
installation and backfilling
C7.2.14 Tree relocation 18 ea
C7.2.15 Tree removal 36 ea
C7.2.16 Tree Plantings 1 LS
C7.2.17 Dust control 1 LS
C7.2.18 Hydroseed 10667 m2
C7.2.19 Topsoil, imported (100 mm thick) 1067 m3
C7.2.20 Saw-cutting of asphalt 39 m
C7.2.21 Chain Link Fence and Gate 125 m
Site preparation including clearing and
C7.2.22 1 LS
grubbing, stripping, access roads, etc.
Site preparation for reinstatemeint, including
C7.2.23 1 LS
removals, grading, etc
C7.2.24 Landscape Plantings 1 LS

C7.2.25 Laurentian Stone precast Steps (1.8m wide) 3 ea

C7.2.26 Laurentian Stone wall 5 m


C7.2.27 Tree Pruning 1 LS
C7.2.28 All Other Sections in Division 2 1 LS
C7.3 Division 3: Concrete 1 LS
C7.4 Division 4: Masonry 1 LS
C7.5 Division 5: Metals 1 LS
C7.6 Division 6: Woods and Plastics 1 LS
C7.7 Division 7: Thermal and Moisture Protection 1 LS
C7.8 Division 8: Windows and Doors 1 LS
C7.9 Division 9: Finishes 1 LS
C7.10 Division 10: Furnishings 1 LS

C7.11 Division 11: Equipment 1 LS

C7.12 Division 13: Special Construction 1 LS

Page 10 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C7.13 Division 14: Conveying Equipment 1 LS
C7.14 Division 15: Mechanical 1 LS

C7.15 Division 16: Electrical 1 LS

C8 Site 5c: Surface Works Subtotal


C8.1 Division 1 - General Requirements 1 LS
C8.2 Division 2 - Site Works
Remove Asphalt Pavement - Full Depth
C8.2.1 160 m2
(Stripping)
Shave Asphalt Pavement - 40 mm (Dry
C8.2.2 140 m2
Grinding)
C8.2.3 Removal of Concrete Sidewalk and Gutter 76 m2
C8.2.4 Removal of sanitary maintenance hole 2 ea (P)
Excavation, installation, connection, backfill,
C8.2.5 commissioning of gas main and coordination 15 m
with Enbridge
Excavation, capping, removal and backfill of
C8.2.6 watermain, sanitary sewer, overflow sewer, 1 LS
storm sewer
Concrete sidewalks, medians, boulevards and
C8.2.7 76 m2
islands
C8.2.8 Granular 'A' 75 t
C8.2.9 Granular 'B' - Type II 115 t
Performance Graded Superpave 12.5 FC1
C8.2.10 30 t
Level B (PG 58-34)
Performance Graded Superpave 19 Level B
C8.2.11 20 t
(PG 58-34)
150mm PVC CL150 DR-18 Watermain,
C8.2.12 including excavation, pipe supply, 16 m
appurtenances, installation, and backfilling
Excavation and backfill for relocation,
C8.2.13 blankings, and connections to existing 2 ea
watermains
300 mm PVC pipe storm sewer - class SDR
C8.2.14 35, including excavation, pipe supply, 12 m
appurtenances, installation, and backfilling
250 mm PVC pipe sanitary sewer, class SDR
C8.2.15 35, including excavation, pipe supply, 16 m
appurtenances, installation, and backfilling
300 mm PVC pipe sanitary sewer, class SDR
C8.2.16 35, including excavation, pipe supply, 6 m
appurtenances, installation, and backfilling
1200mm dia. Round Sanitary Manhole Hole
C8.2.17 1 ea
Type OPSD 701.010 with drop pipe
Connection into maintenance holes, catch
C8.2.18 9 ea
basins, ditch inlets, culverts and sewers
C8.2.19 Replacement of road signage 1 ea
C8.2.20 Dust control 1 LS
C8.2.21 Saw-cutting of asphalt 39 m
C8.2.22 Saw-cutting of concrete curb, sidewalk 8 m
C8.2.23 Tree Pruning 1 LS
C8.2.24 All Other Sections in Division 2 1 LS
C8.3 Division 3: Concrete 1 LS

Page 11 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C8.4 Division 4: Masonry 1 LS
C8.5 Division 5: Metals 1 LS
C8.6 Division 6: Woods and Plastics 1 LS
C8.7 Division 7: Thermal and Moisture Protection 1 LS
C8.8 Division 8: Windows and Doors 1 LS
C8.9 Division 9: Finishes 1 LS
C8.10 Division 10: Furnishings 1 LS
C8.11 Division 11: Equipment 1 LS
C8.12 Division 13: Special Construction 1 LS
C8.13 Division 14: Conveying Equipment 1 LS
C8.14 Division 15: Mechanical 1 LS
C8.15 Division 16: Electrical 1 LS
C9 Site 6: Surface Works Subtotal
C9.1 Division 1 - General Requirements 1 LS
C9.2 Division 2 - Site Works
C9.2.1 Clearing and Grubbing 1 LS
C9.2.2 Regulator Decommissioning 1 LS
C9.2.3 Sanitary Chamber 1 LS
C9.2.4 1200 x 4000 Precast Box Culvert 20 m
C9.2.5 Outfall headwall 1 LS
C9.2.6 Barrier for tree protection 300 m
C9.2.7 Tree removal 51 ea
C9.2.8 Tree Plantings 1 LS
C9.2.9 Slope rehabilitation/reinstatement 1 LS
C9.2.10 Dust control 1 LS
C9.2.11 Tree Pruning 1 LS
C9.2.12 All Other Sections in Division 2 1 LS
C9.3 Division 3: Concrete 1 LS
C9.4 Division 4: Masonry 1 LS
C9.5 Division 5: Metals 1 LS
C9.6 Division 6: Woods and Plastics 1 LS
C9.7 Division 7: Thermal and Moisture Protection 1 LS
C9.8 Division 8: Windows and Doors 1 LS
C9.9 Division 9: Finishes 1 LS
C9.10 Division 10: Furnishings 1 LS
C9.11 Division 11: Equipment 1 LS
C9.12 Division 13: Special Construction 1 LS
C9.13 Division 14: Conveying Equipment 1 LS
C9.14 Division 15: Mechanical 1 LS
C9.15 Division 16: Electrical 1 LS
C10 Site 8: Surface Works Subtotal
C10.1 Division 1 - General Requirements 1 LS
C10.2 Division 2 - Site Works

Remove full depth asphalt, concrete sidewalk,


C10.2.1 1 LS
concrete barrier curb, salvage unit pavers

C10.2.2 Removal of road signage 3 ea


Removal of sanitary maintenance hole,
C10.2.3 subdrain, abandoned watermain, watermain, 1 LS
sanitary sewer
Concrete sidewalks, medians, boulevards and
C10.2.4 39 m2
islands
C10.2.5 Granular 'A' 50 t

Page 12 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C10.2.6 Granular 'B' - Type II 91 t
Performance Graded Superpave 12.5 FC2
C10.2.7 17 t
Level C (PG 64-34)
Performance Graded Superpave 19 Level C
C10.2.8 17 t
(PG 64-34)
200mm DI CL52 Watermain, including
C10.2.9 excavation, pipe supply, appurtenances, 30 m
installation, and backfilling
C10.2.10 200mm gate valve & valve box, W24 1 ea
Excavation and backfill for relocation,
C10.2.11 blankings, and connections to existing 4 ea
watermains
750mm Conc. Pipe Sanitary Sewer CSA
A257.2 Class 50D, including excavation, pipe
C10.2.12 7 m
supply, appurtenances, installation, and
backfilling
900mm Conc. Pipe Combined Sewer CSA
A257.2 Class 50D, including excavation, pipe
C10.2.13 1 m
supply, appurtenances, installation, and
backfilling
1200mm dia. Round Sanitary Maintenance
C10.2.14 1 ea
Hole Type OPSD 701.010
Connection into maintenance holes, catch
C10.2.15 1 ea
basins, ditch inlets, culverts and sewers

C10.2.16 Replacement of road signage 1 ea


C10.2.17 Tree removal 2 ea
C10.2.18 Tree Plantings 1 LS
C10.2.19 Dust control 1 LS
C10.2.20 Saw-cutting of asphalt 35 m
C10.2.21 Saw-cutting of concrete curb, sidewalk 4 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C10.2.22 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
C10.2.23 Tree Pruning 1 LS
C10.2.24 All Other Sections in Division 2 1 LS
C10.3 Division 3: Concrete 1 LS
C10.4 Division 4: Masonry 1 LS
C10.5 Division 5: Metals 1 LS
C10.6 Division 6: Woods and Plastics 1 LS
C10.7 Division 7: Thermal and Moisture Protection 1 LS
C10.8 Division 8: Windows and Doors 1 LS
C10.9 Division 9: Finishes 1 LS
C10.10 Division 10: Furnishings 1 LS
C10.11 Division 11: Equipment 1 LS
C10.12 Division 13: Special Construction 1 LS
C10.13 Division 14: Conveying Equipment 1 LS
C10.14 Division 15: Mechanical 1 LS
C10.15 Division 16: Electrical 1 LS
Site 9: Odour Control Facility and Surface
C11 Subtotal
Works

Page 13 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C11.1 Division 1 - General Requirements 1 LS
C11.2 Division 2 - Site Works
Remove full depth asphalt, concrete sidewalk,
C11.2.1 1 LS
concrete curbs
Concrete sidewalks, medians, boulevards and
C11.2.2 74 m2
islands
C11.2.3 Granular 'A' 132 t
C11.2.4 Granular 'B' - Type II 201 t
Performance Graded Superpave 12.5 FC2
C11.2.5 14 t
Level D (PG 64-34)
Performance Graded Superpave 19 Level D
C11.2.6 14 t
(PG 64-34)
Performance Graded Superpave 12.5 FC2
C11.2.7 12 t
Level E (PG 64-34)
Performance Graded Superpave 19 Level E
C11.2.8 15 t
(PG 64-34)

1800mm x 1300mm Reinforced Concrete Box


C11.2.9 Pipe, including excavation, pipe supply, 6 m
appurtenances, installation, and backfilling

900mm PVC SDR35 odour control duct,


C11.2.10 including excavation, pipe supply, 2 m
appurtenances, installation, and backfilling
250mm PVC SDR35 catchbasin lead,
C11.2.11 including excavation, pipe supply, 3 m
appurtenances, installation, and backfilling
300mm PVC SDR35 storm sewer, including
C11.2.12 excavation, pipe supply, appurtenances, 35 m
installation, and backfilling

Page 14 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
600mmx600mm PCC catch basin per OPSD-
C11.2.13 1 ea
705.010
1200mm dia. Round Storm Maintenance Hole
C11.2.14 3 ea
Type OPSD 701.010
C11.2.15 Excavation, removal, backfill of gas main 29 m
Excavation, installation, connection, backfill,
C11.2.16 commissioning of 100mm gas main 29 m
(coordinated with Enbridge)
Connection into maintenance holes, catch
C11.2.17 1 ea
basins, ditch inlets, culverts and sewers
Remove and replace catchbasin including
C11.2.18 1 ea (P)
leads
C11.2.19 Tree removal 3 ea
C11.2.20 Tree Plantings 1 LS
C11.2.21 Dust control 1 LS
C11.2.22 Hydraulic seeding and mulching 245 m2
C11.2.23 Topsoil, imported (100 mm thick) 25 m3
C11.2.24 Saw-cutting of asphalt 34 m
C11.2.25 Saw-cutting of concrete curb, sidewalk 4 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C11.2.26 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
C11.2.27 Tree Pruning 1 LS
C11.2.28 All Other Sections in Division 2 1 LS
C11.3 Division 3: Concrete 1 LS
C11.4 Division 4: Masonry 1 LS
C11.5 Division 5: Metals 1 LS
C11.6 Division 6: Woods and Plastics 1 LS
C11.7 Division 7: Thermal and Moisture Protection 1 LS
C11.8 Division 8: Windows and Doors 1 LS
C11.9 Division 9: Finishes 1 LS
C11.10 Division 10: Furnishings 1 LS
C11.11 Division 11: Equipment 1 LS

C11.12 Division 13: Special Construction 1 LS

C11.13 Division 14: Conveying Equipment 1 LS


C11.14 Division 15: Mechanical 1 LS
C11.15 Division 16: Electrical 1 LS

Page 15 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
C12 Site 10: Surface Works Subtotal
C12.1 Division 1 - General Requirements 1 LS
C12.2 Division 2 - Site Works
C12.2.1 Removal of chainlink fence and gate 70 m (P)
C12.2.2 Granular 'A' 7 t
C12.2.3 Granular 'B' - Type II 12 t
Performance Graded Superpave 12.5 FC2
C12.2.4 3 t
Level D (PG 64-34)
Performance Graded Superpave 19 Level D
C12.2.5 3 t
(PG 64-34)

5400mm x 1800mm Precast Concrete Valve


C12.2.6 Chamber, including excavation, pipe supply, 1 LS
appurtenances, installation, and backfilling

Pipe -100mm PVC CL150 DR-18 (water


C12.2.7 service), including excavation, pipe supply, 11 m
appurtenances, installation, and backfilling
Excavation and backfill for relocation,
C12.2.8 blankings, and connections to existing 1 ea
watermains
C12.2.9 Concrete barrier curb as per SC1.1 10 m (P)
C12.2.10 Dust control 1 LS
C12.2.11 Saw-cutting of concrete curb, sidewalk 10 m
C12.2.12 Chain Link Fence and Gate 128 m
Air Vent Chamber (including excavation, pipe
supply (air duct & drain), concrete and
C12.2.13 reinforcement, appurtenances, installation, 1 LS
granulars and backfilling) (excluding
Neoprene Flap Gate)
C12.2.14 Landscape Plantings 1 LS
C12.2.15 Tree Plantings 1 LS
C12.2.16 Site Restoration 1 LS
C12.2.17 Tree Pruning 1 LS
C12.2.17 All Other Sections in Division 2 1 LS
C12.3 Division 3: Concrete 1 LS
C12.4 Division 4: Masonry 1 LS
C12.5 Division 5: Metals 1 LS
C12.6 Division 6: Woods and Plastics 1 LS
C12.7 Division 7: Thermal and Moisture Protection 1 LS
C12.8 Division 8: Windows and Doors 1 LS
C12.9 Division 9: Finishes 1 LS
C12.10 Division 10: Furnishings 1 LS
C12.11 Division 11: Equipment 1 LS
C12.12 Division 13: Special Construction 1 LS
C12.13 Division 14: Conveying Equipment 1 LS
C12.14 Division 15: Mechanical 1 LS
C12.15 Division 16: Electrical 1 LS
Subtotal Part C

Part D: Cash Allowances


D1 Dispute Review Board 1 Allowance $ 100,000.00 $ 100,000.00
D2 As-Built Drawings 1 Allowance $ 75,000.00 $ 75,000.00

Page 16 of 17
COMBINED SEWAGE STORAGE TUNNEL (CSST)
Form of Tender - Statement A (Breakdown of Items and Prices)
CITY OF OTTAWA CONTRACT NO.: ISD14-2036
Statement A: Breakdown of Items and Prices
ITEM
DESCRIPTION QTY UNIT UNIT PRICE AMOUNT
NO.
D3 Commissioning 1 Allowance $ 100,000.00 $ 100,000.00
D4 Operation and Maintenance Manuals 1 Allowance $ 25,000.00 $ 25,000.00
D5 Demonstration and Training 1 Allowance $ 25,000.00 $ 25,000.00
D6 Warranty Maintenance 1 Allowance $ 50,000.00 $ 50,000.00
D7 NST Pull Back Sewer Interference 1 Allowance $ 500,000.00 $ 500,000.00
D8 Additional PWGSC Infrastructure Monitoring 1 Allowance $ 100,000.00 $ 100,000.00
Subtotal Part D $ 975,000.00

Part E: Provisional Items


E1 Additional Contaminated Soil Disposal Offsite 250 Tonne

Water Treatment Plant Equipment, Mobilization,


E2 1 ea
Operation, Maintenance, and Demobilization

Treatment of Contaminated Water through Plant


E2.1 1,000 m3
Specified under E2 and Discharge

E2.2 Disposal of Contaminated Water Offsite 1,000 m3

E3 Barrier for Tree Protection 200 m


Replacement of Unsuitable Native Backfill Material
E4 500 m3
with Granular A
Replacement of Unsuitable Native Backfill Material
E5 500 m3
with Granular B Type II
Replacement of Unsuitable Native Backfill Material
E6 500 m3
with SSM Type III
Remove and Replace asphalt for Temporary
E7 100 m2
Reinstatement (40mm HL3, 40mm HL8)
E8 Temporary Granular A Surface 100 t
E9 Remove and Replace Monolithic Concrete Sidewalk 50 m2
E10 Flowable Fill for Utility Support 15 m3
E11 Select Subgrade for Trench Backfill 2000 t
E12 Additional Subexcavation (Including Removals) 100 m3
E13 Additional Excavation and Backfill with Clear Stone 100 t
E14 CCTV (Sewers Not Included in Contract Items) 100 m
E15 Rock Removal by Blasting 100 m3
E16 Rock Removal by Mechanical Means 100 m3
E17 Supply and Installation of Reinforcing Steel 5 t
Supply and Installation of 20 Mpa Cast-in-Place
E18 10
Concrete m3
Supply and Installation of 30 Mpa Cast-in-Place
E19 10
Concrete m3
E20 Supply and Installation of Excavation Support System 10 m2
Subtotal Part E

TOTAL CONTRACT PRICE (PART A+B+C+D+E) EXCLUDING HST

Page 17 of 17
STATEMENT C Conflict of Interest and Unfair Advantage Declaration

_____________________________

(Name of Tenderer)

Re: City of Ottawa Tender No. [Number] (the Tender)

Unless otherwise disclosed herein, we confirm that neither the Tenderer nor any of its team members has
(or will have) any conflict of interest (as defined below) or obtained an unfair advantage (as defined
below) in connection with making its Tender submission and participating in the Tender process,
including but not limited to:

having knowledge of or the ability to avail itself of information that is confidential to the
Owner in relation to the project, the Tender and the Tender process, other than information
which was disclosed by the Owner to all Tenderers in the normal course of the Tender
process;

being conferred preferred treatment in the Tender process;

in respect of the project, the Tender, its Tender submission and the Tender process, having a
material relationship with any current or former officials, employees or representatives of the
Owner;

as the Government of Canada and Government of Ontario are anticipated to provide funding
for the project, any elected or appointed official or senior employee, agent or representative
of the Government of Canada, Province of Ontario or the Owner having a material financial
interest in or deriving a material benefit from the Tenderer or a team members participation
in the Tender process; or

in respect of the Project, the Tender, its Tender submission and the Tender process, having a
material relationship with those persons listed in Section 32 of the Instructions to Tender, or
their respective officers, directors, employees, partners, shareholders or agents.

The Tenderer and/or its team member(s) hereby disclose the following conflict(s) of interest or unfair
advantage(s):

______________________________________________________________________________

______________________________________________________________________________

Instruction: Fully describe any conflict of interest or unfair advantage. If none exist, please mark Nil.

Where the Tenderer and/or a team member shall disclose a conflict of interest or unfair advantage, the
Owner reserves the right to review such conflict of interest or unfair advantage (including with reference
to any conditions of funding made by the Government of Canada and/or Government of Ontario) and to
exercise all or any rights available to it, including as set out in the Tender.
CITY OF OTTAWA SECTION 00410
COMBINED SEWAGE STORAGE TUNNEL CASH ALLOWANCES
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 TOTAL CASH ALLOWANCES

.1 The total Cash Allowance shall be $ 975,000.00 (Nine Hundred Seventy Five Thousand
dollars) as identified in Section 00400 Form of Tender.

.2 The contractor shall carry in Section 00400 - Form of Tender the total cash allowances
identified in Part D for this section and shall include in the Total Contract Price.

.3 The Cash Allowance shall be available for the following noted items. For all items noted
below, no work is to proceed unless directed by the Contract Administrator. Following
direction from the Contract Administrator, the Contractor shall submit a formal plan for
each item for the Contract Administrators review a minimum of fourteen (14) days prior
to implementation.
.1 Dispute Review Board (DRB): This item shall be used for the DRB services as
outlined in Section 00803.
.2 As-Built Drawings: This item shall be used to pay for preparation of as-built
drawings by the Contractor as per the requirements outlined within the
specifications.
.3 Commissioning: This item shall be used to pay for all services relating to the
requirements of Section 01810.
.4 Operation and Maintenance Manuals: This item shall be used to pay for all
services relating to the requirements of Section 01750.
.5 Demonstration and Training: This item shall be used to pay for all services
relating to the requirements of Section 01820.
.6 Warranty Maintenance: This item shall be used to pay for maintenance services
during the one (1) year warranty period beginning at issuance of Substantial
Completion.
.7 NST Pull Back Sewer Interference: Payment against the allowance amount
included on the Form of Tender shall be made for man-made obstructions
encountered during tunneling that stop forward progress of the TBM. Allowance
will cover TBM delay operating cost and repair costs and any associated costs
with removing the obstruction and associated labor. This includes obstructions
related to the Pull-back sewer along the NST including reinforced concrete pipe,
rock bolts and other items that stop forward progress of the TBM and other
potential obstructions along the alignment such as tiebacks. The Contractor is to
provide a plan for dealing with the obstruction for the Contract Administrators
review a minimum of 30 working days prior to TBM arrival at this location.
.8 Additional PWGSC Infrastructure Monitoring: This item shall be used to pay
for monitoring of additional PWGSC infrastructure not indicated on the Contract
Drawings or outlined in Section 02480 and 02482. Installation, data collection and
monitoring shall be completed by a third party hired by the Contractor following
the general and security requirements of Section 01117. Upon Contract Award the
third party shall attend a pre-construction monitoring meeting with the Contract
CITY OF OTTAWA SECTION 00410
COMBINED SEWAGE STORAGE TUNNEL CASH ALLOWANCES
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

Administrator and PWGSC staff to determine the location, type(s) of equipment to


be installed, monitoring frequency and methods for data collection and storage.
All works related to this cash allowance item shall be completed in strict
conformance with the specifications including, but not limited to, Section 01117,
01119, 02480, and 02482.

1.2 CASH ALLOWANCES

.1 Consult with the Contract Administrator in the selection of products or services, obtain
proposals from suppliers and installers, and offer recommendations.

.2 Submit, with application for payment, labour and material invoices, invoices showing
date of purchase, from whom the purchase was made, the date of delivery of the product
or service, and the price, including delivery to the site and applicable taxes.

.3 Cash Allowance payments will only be made with the written authorization of the
Contract Administrator. The Contractor shall have no claim on the unused portion of any
cash allowance.

.4 Refer to CCDC 4, GC 4.1.

.5 Cash allowances, unless otherwise specified, cover net cost to the Vendor, subVendor,
products, construction machinery and equipment, freight, handling, unloading, storage,
installation, other authorized expenses and applicable taxes (excluding HST) incurred in
performing the work stipulated under cash allowance item.

.6 Include progress payments on accounts of work authorized under cash allowances in the
Contract Administrator's monthly certificate for payment.

.7 Prepare schedule jointly with the Contract Administrator to show when items called for
under cash allowances must be authorized by the Contract Administrator for ordering
purposes so that progress of Work will not be delayed.

.8 Amounts of each allowance, for work specified in respective specification sections, are
shown in the Form of Tender.

.9 Expend each allowance as directed by Contract Administrator. Allowances will be


adjusted to actual cost as defined hereunder:

.10 Material and Installation Allowances:


.1 Amount of each Material Allowance includes:
.1 Net cost of material
.2 Applicable taxes and duties, excluding HST.
.3 Delivery to site
.2 In addition to amount of allowances include in the Total Contract Price costs for:
.1 Handling at site, including unloading, uncrating, storage and hoisting.
CITY OF OTTAWA SECTION 00410
COMBINED SEWAGE STORAGE TUNNEL CASH ALLOWANCES
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.2 Protection from elements, from damage


.3 Labour, installation and finishing
.4 Other expenses required to complete the installation
.5 Overhead and profit as allowed under Section 00105

1.3 CONTRACTORS RESPONSIBILITY

.1 Contractors Duties:
.1 Assist the Contract Administrator and the City in determining qualified suppliers.
.2 Obtain proposals from suppliers when requested by the Contract Administrator.
.3 Make appropriate recommendations for consideration by the Contract
Administrator.
.4 Notify the Contract Administrator immediately of:
.1 Any reasonable objections Contractor may have against any supplier.
.2 Any effect on the Construction Schedule anticipated by the selection under
consideration.
.5 On notification of the selection, execute purchase agreement with the designated
supplier.
.6 Arrange for and process shop drawings, product data and samples.
.7 Make arrangements for delivery.
.8 On delivery, inspect products for damage or defects.
.9 The Contractor is solely responsible for rectifying and paying for any costs
resulting from transportation damage.
.10 Install and finish products in accordance with the Contract Documents.

1.4 ADJUSTMENT OF COST

.1 Should the net cost be more or less than the allowance, the Contract Amount will be
adjusted by Change Order.

.2 The City reserves the right to use the Cash Allowances identified for other construction
items. The Contractor shall carry this out as directed by the Contract Administrator.

END OF SECTION

CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 1 of 10

SS-1 Standard Detail Drawings

1.1 The Contractor acknowledges that certain standard detail drawings, which are provisions
of this Contract, have not been reproduced for inclusion in the Contract Documents.
These standard drawings are listed in subsections SS-1.3 and SS-1.4. Some of the
standard detail drawings may be shown on the Contract Drawings.

1.2 The Contractor acknowledges that the standard drawings referred to in subsections SS-
1.3 are the Ontario Provincial Standard Drawings (OPSD) as produced and amended by
the government of the Province of Ontario.

Only the municipal and provincial common standards on OPS Volumes 1 to 4 and the
municipal-oriented specifications in OPS volumes 7 and 8 apply to this Contract, unless
specified otherwise in the Contract Documents.

The Contractor also acknowledges that the standard detail drawings referred to in
subsections SS-1.4 are the Standard Detail Drawings as produced and amended by the
City of Ottawa.

The Contractor shall obtain its own copy of the standard detail drawings from the
Standard Tender Documents Vol. #2: Material Specifications and Standard Detail
Drawings dated March 31, 2015.

These documents are available from the City of Ottawa, Infrastructure Services Branch,
and it is the responsibility of the Contractor to ensure that it has the correct document.
Contact information for standards is as follows: standardssection@ottawa.ca.

1.3 The Ontario Provincial Standard Drawings (OPSD) which are provisions of this Contract
are:

OPSD Revision
Description
NO. Date
219.--- Nov-2006 Erosion and Sediment Control (Series of Drawings)
403.010 Nov-2013 Galvanized Steel Honeycomb Grating for Ditch Inlets
405.020 Nov-2013 Maintenance Hole Steps, Solid
406.010 Nov-2013 Aluminum Ladder
701.010 Nov-2014 Precast Concrete Maintenance Hole, 1200 mm Diameter

701.011 Nov-2014 Precast Concrete Maintenance Hole, 1500 mm Diameter


701.012 Nov-2014 Precast Concrete Maintenance Hole, 1800 mm Diameter

701.013 Nov-2014 Precast Concrete Maintenance Hole, 2400 mm Diameter

701.014 Nov-2014 Precast Concrete Maintenance Hole, 3000 mm Diameter


701.015 Nov-2014 Precast Concrete Maintenance Hole, 3600 mm Diameter
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 2 of 10

OPSD Revision
Description
NO. Date
705.010 Nov-2014 Precast Concrete Catch Basin, 600 x 600 mm

705.030 Nov. 2014 Precast Concrete Ditch Inlet, 600 x 600 mm

802.010 Nov-2014 Flexible Pipe Embedment and Backfill, Earth Excavation


802.013 Nov-2014 Flexible Pipe Embedment and Backfill, Rock Excavation
802.030 Nov-2010 Rigid Pipe Bedding, Cover and Backfill Type 1 or 2 Soil
Rigid Pipe Bedding, Cover and Backfill Type 3 Soil Earth
802.031 Nov-2010
Excavation
Rigid Pipe Bedding, Cover, and Backfill, Type 4 Soil Earth
802.032 Nov-2010
Excavation
802.033 Nov-2010 Rigid Pipe Bedding, Cover, and Backfill, Rock Excavation
810.020 Nov. 2013 General Rip-Rap Layout for Ditch Inlets
Guide Rail System, Steel Beam, Steel Post with Offset Block
912.130 Nov. 2008
Assembly Installation Single Rail
Energy Attenuator, End Treatment, Steel Beam Energy Attenuating
922.530 Nov. 2010
Terminal, Extruder Terminal System with Wooden Posts, Installation
972.130 Nov. 2012 Fence, Chain-Link, Installation Roadway

NOTE: OPSD references noted above and in the Specification Sections for Specifications in the
OPSS Volume 3 and Volume 4, shall be the latest revision as of Apr. 2015 unless otherwise
specified.

1.4 The City of Ottawa Standard Detail Drawings which are provisions of this Contract are:

City of Ottawa
Date
Standard Detail Drawings
Sewer
S1 Installation of Catch Basin with Curb and Gutter Mar. 2009
S2 Installation of Catch Basin with Monolithic Sidewalk and Curb, Barrier and
Mar. 2009
Depressed Curb
S3 Installation of Curb Inlet Type Catch Basin Mar. 2009
S6 Single Trench (Sewer) Mar. 2013
S7 Combined Trench (Sewers and Sewer Services) Mar. 2013
S8 Clay Seal for Pipe Trenches Mar. 2006
S10 Support Detail for Existing Utility Crossing Sewer or Watermain Trench May 2001
S11 Sewer Service Connection Mar. 2006
S13 Connection to Sanitary or Combined Trunk Sewer Mar. 2005
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 3 of 10

S19 Heavy Duty Fish Type Round Catch Basin Cover (Modified OPSD
Mar. 2008
400.07)
S22 Curb Inlet Fish Type Catch Basin Frame Mar. 2008

S23 Curb Inlet Fish Type Catch Basin Cover May 2001

S24 Standard Circular Sanitary and Combined Maintenance Hole Cover Mar. 2015

S24.1 Standard Circular Storm Maintenance Hole Cover Mar. 2015


S25 Standard Circular Frame for Maintenance Holes (Modified OPSD
Mar. 2008
401.020)
Road
R1 Subdrain Installation Detail Mar. 2009

R10 Standard Road Cut Reinstatement May 2001


Fence
F4 200mm Diameter Steel Bollard Installation for Road Closure Jan. 2015

F7 Tree Preservation Protection Fence Feb. 2014


F9 Chain Link Fence Mar. 2014
Sidewalk and Curb

SC1.1 Concrete Barrier Curb for Granular Base Pavement (Modified OPSD-
Mar. 2014
600.110)
SC2 Monolithic Concrete Curb and Sidewalk July 2014

SC9 Interlocking Paving Stones Installation Procedures Mar. 2014

SC9.3 Concrete Curb and Gutter with Interlocking Sidewalk Mar. 2014

SC20 Asphalt Walkway Feb. 2014


Water

W1 Pipe Joints at Chambers May 2001

W2 Circular Chamber Butterfly Valves Mar. 2007

W3 Circular Chamber Gate Valves Mar. 2007

W4 Tapping Valve & Sleeve in Chamber Mar. 2007

W5 Circular Chamber Base Sections May 2001


CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 4 of 10

W6 Circular Chamber Section May 2001

W7 Precast Top for Butterfly & Tapping Valve Chambers May 2001

W8 Precast Top for Gate Valve Chambers May 2001

W9 Adjustment Section May 2001

W14 Precast Top May 2001

W14.1 Construction Joint Waterproofing Details Mar.2008

W15 Standard Cover for Valve Chambers Mar. 2002

W16 Standard Frame for Valve Chambers (Modified OPSD-401.020) Mar. 2008

W17 Standard Trench Detail Mar. 2013

W19 Hydrant Installation Mar. 2013

W22 Thermal Insulation for Watermains in Shallow Trenches Mar. 2013

W23 Thermal Insulation for Watermains in at Open Structures Feb. 2004

W24 Valve Box Assembly Mar. 2007

W25 Watermain Crossing Below Sewer Mar. 2013

W25.1 Typical Connection Detail From New To Existing Watermain May 2001

W25.2 Watermain Crossing Over Sewer Mar. 2013

W25.3 Concrete Thrust Blocks for PVC and DI Pipe 400mm and Under May 2001

W25.4 Thrust Block Dimension Tables for PVC and DI Pipe 400mm and
Mar. 2011
Under
W25.5 Restraining and Retaining Rings for PVC and DI Pipe 400mm and
May 2001
Under

W25.6 Table of Restrained Lengths for PVC and DI Pipe 400mm and Under Mar. 2011

W26 Typical Service Line 19 & 25mm (Nominal) Diameter Mar. 2013

W28 Temporary Support for Existing Watermain May 2001


CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 5 of 10

W29 Support Detail for Crossing Below an Existing Watermain May 2001

W29.1 Support Detail for Crossing Below an Existing Watermain Mar. 2005

W33 Service Line 40 & 50 (Nominal) Diameter Mar. 2013

W35 Service Post Assembly for Services up to 50mm Mar. 2013

W36 Tracer Wire Installation Mar. 2014

W38 Service Installation at Sewer Crossing May 2001

W39 Cathodic Protection for Ductile Iron Watermain Systems Mar. 2013

W40 Cathodic Protection for PVC Watermain Systems Mar. 2013

W41 Typical Anode Installation DI Watermain Mar. 2013

W42 Typical Anode Installation PVC Watermain Mar. 2014

W47 Waterproofing of Splices Mar. 2011

W48 Cathodic Protection Details Single Anode Array at Copper Service Mar. 2013

W50 Typical Private Service >=100mm Connection Procedure Mar. 2013


CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 6 of 10

SS-2 Standard Specifications

2.1 The Contractor acknowledges that certain standard specifications, which are provisions
of this Contract, have not been reproduced for inclusion in the Contract Documents.
These standard specifications are listed in subsections SS-2.3 and SS-2.4, and in the
Schedule of Prices. All references to measurement for payment within these
standard specifications shall not apply.

2.2 The Contractor acknowledges that the standard specifications referred to in subsections
SS-2.1 and SS-2.3 are the Ontario Provincial Standard Specifications (OPSS) as
produced and amended by the government of the Province of Ontario. All references to
measurement for payment within these standard specifications shall not apply.

Only the municipal and provincial common standards on OPS Volumes 1 to 4 and the
municipal-oriented specifications in OPS volumes 7 and 8 to this Contract, unless
specified otherwise in the Contract Documents.

The Contractor also acknowledges that the standard specifications referred to in


subsections SS-2.1 and SS-2.4 are from the Standard Tender Documents Vol. #1
Construction Specifications as produced and amended by the City of Ottawa.

The Contractor also acknowledges that the standard specifications referred to in


subsections SS-2.1 and SS-2.5 are from the Standard Tender Documents Vol. #2
Material Specifications and Standard Detail Drawings as produced and amended by the
City of Ottawa.

The Contractor shall obtain its own copy of the City of Ottawas standard specifications
from the Standard Tender Documents Vol. #1: Construction Specifications and Vol. #2:
Material Specifications and Standard Detail Drawings dated March 31, 2015.

These documents are available from the City of Ottawa, Infrastructure Services Branch,
and it is the responsibility of the Contractor to ensure that it has the correct document.
Contact information for standards is as follows: standardssection@ottawa.ca.

2.3 The Ontario Provincial Standard Specifications (OPSS) which are provisions of this
Contract are:

OPSS
Revision Date Description
No.
102 October 1992 Weighing of Materials
120 November 2014 Use of Explosives
Schedule of Rental Rates for Construction Equipment
127 Current
including Model and Specification Reference
128 Current The Supply of Materials from Designated Sources
180 November 2011 Management of Excess Material
310 November 2012 Hot Mix Asphalt
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 7 of 10

OPSS
Revision Date Description
No.
Asphalt Sidewalk, Driveway, Boulevard and Sidewalk
311 November 2009
Resurfacing
351 November 2010 Concrete Sidewalk
353 November 2010 Concrete Curb and Gutter Systems
401 November 2013 Trenching, backfilling, and compacting
Rock Excavation for Pipelines, Utilities, and Associated
403 November 2010
Structures in Open Cut
404 November 2010 Support Systems
405 November 2008 Pipe Subdrains
Maintenance Holes, Catch Basins, Ditch Inlets and Valve
407 November 2014
Chambers
Adjusting or Rebuilding Manholes, Catch Basins, Ditch Inlets
408 November 2014
and Valve Chambers
409 November 2013 Closed Circuit Television Inspection of Pipelines
410 November 2013 Pipe Sewer Installation in Open Cut
415 November 2013 Pipeline Installation By Tunnelling
416 November 2013 Pipeline and Utility Installation by Jacking and Boring
Site Preparation for Pipelines, Utilities, and Associated
490 November 2010
Structures
501 November 2014 Compacting
Preservation, Protection and Reconstruction of Existing
504 November 2010
Facilities
Dewatering of Pipeline, Utility and Associated Structure
517 November 2010
Excavation
518 November 2011 Control of Water from Dewatering Operations
772 November 2012 Chain-Link Fence
803 November 2010 Sodding
1150 November 2010 Hot Mix Asphalt
1541 November 2012 Chain-link Fence Components
120.M
November 2014 Explosives
UNI
206.M
November 2013 Grading
UNI
212.M
November 2013 Borrow
UNI
510.M
November 2014 Removal
UNI
1820.
November 2014 Circular and Elliptical Concrete Pipe
MUNI

NOTE: OPSS references noted above and in the Specification Sections for Specifications in the
OPSS Volume 1 and Volume 2, shall be the latest revision as of Apr. 2015 unless otherwise
specified.
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 8 of 10

2.4 The City of Ottawa Standard Special Provisions which are provisions of this Contract
are:
Clause
Revision Date Description
No.
S.P. No: F-1005 March 2015 Erosion and Sediment Control Plan
S.P. No: F-1010 March 2008 Traffic Control plan
SP No: F-1011 March 2013 Pre-Construction Inspection
SP No: F-1012 March 2015 Police Assistance at Intersection
SP No: F-1013 March 2015 Construction Site Pedestrian Control Plan
S.P. No: F-1014 March 2006 Steel Interlocking Pedestrian Barriers
S.P. No.: F-2060 March 2008 Earth Excavation, Grading (Including Removals)
S.P. No.: F-2120 March 2005 Select Subgrade Material for Trench Backfill
S.P.No.: F-3130 Mar. 2015 Quality Assurance of Hot Mix Asphalt
S.P. No: F-3147 March 2014 Granular Material
March 2015 Concrete Sidewalks, Medians, Boulevards, and
S.P. No: F-3510
Islands
S.P. No: F-3531 March 2008 Concrete Curb and Gutter
S.P. No: F-4031 March 2011 Rock Excavation for Sewers and Watermains
S.P. No: F-4050 March 2009 Pipe Subdrain
Maintenance Holes, Catchbasins, Ditch Inlets, and
S.P. No: F-4070 March 2015
Chambers
Adjusting or Rebuilding Maintenance Holes, Catch
S.P. No: F-4080 March 2015
Basins, Ditch inlets and Valve Chambers
S.P. No: F-4081 March 2015 Self-Leveling Maintenance Hole Frame and Cover
S.P. No: F-4090 March 2014 Cleaning and Televising Sewer
S.P. No.: F-4100 March 2014 Pipe Sewers
Connecting to Existing Maintenance Holes Catch
S.P. No.: F-4101 March 2013
Basins, Ditch Inlets, Culverts and Sewers
S.P. No.: F-4102 March 2009 Expanded Polystyrene Insulation for Sewers
S.P. No.: F-4104 March 2011 Abandonment of Sewer Infrastructure
S.P. No.: F-4105 March 2013 Maintaining Flow in Sewers and Sewer Services
S.P. No.: F-4411 March 2015 Watermain Construction by Open Cut
S.P. No.: F-4412 March 2015 Watermain Pipe
S.P. No.: F-4413 March 2015 Valves, Valve Boxes, Valve Chambers
S.P. No.: F-4414 March 2015 Hydrants
S.P. No.: F-4415 March 2015 Insulation for Watermains
S.P. No.: F-4416 March 2015 Temporary Services
Relocations, Blankings and Connections to Existing
S.P. No.: F-4417 March 2015
Watermains
S.P. No.: F-4418 March 2015 Water Services
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 9 of 10

Clause
Revision Date Description
No.
S.P. No.: F-4491 March 2015 Commissioning of Watermains
S.P. No.: F-4492 March 2015 Thrust Restraint of Watermains and Fittings
Tracing Wire for Watermains and Non-Metallic
S.P. No.: F-4493 March 2015
Forcemains
S.P. No.: F-4494 March 2015 Cathodic Protection of New Watermains and Fittings
S.P. No.: F-5103 March 2011 Removal of Asphalt Pavement, Partial Depth
S.P. No.: F-5104 March 2007 Precision Milling
S.P. No.: F-7722 March 2011 Chain Link Fence Coating System
S.P. No.: F-8011 March 2013 Tree Protection
S.P. No. F-8028 March 2013 Sweeper/Flusher
S.P. No.: F-8047 March 2015 Hedgerows, Nursery Stock and Reforestation
S.P. No. D-001 March 2008 Construction on or Adjacent to the Queensway
S.P. No. D-005 April 2015 Control of Vehicular and Pedestrian Traffic
Compliance with Regulations Bylaws for Erosion &
S.P. No. D-006 March 2004
Sediment Control
S.P. No. D-009 March 2004 Work in Confined Spaces
S.P. No. D-
March 2011 Work Schedule and Cash Flow Forecast
010A
Construction Activities Around Trees Field Practices
S.P. No. D-014 March 2013
& By-Laws
Concrete Mix Design Submission and Field Testing
S.P. No. D-018 March 2014
Requirements Asphalt Mix Design Requirements
S.P. No. D-023-
May 2015 Quality Verification Engineering Services
B
S.P. No. D-029 March 2015 Contractor Quality Control Compaction
S.P. No. D-032B May 2015 Protection of Species at Risk and Wildlife Protocol

2.5 The City of Ottawa Material Specifications which are provisions of this Contract are:

Clause Revision
Description
No. Date
M.S. No: MS-13.1 March 2013 Maintenance Holes, Catch Basins, ICDs, and TWSIs
M.S. No: MS-18.1 March 2011 Sewer Pipe
M.S. No: MS-22.1 March 2011 Sewers-General
M.S. No: MS-22.15 March 2014 Approved Sewer Products Listing
M.S. No: MW-13.1 March 2013 Valve Boxes and Chambers
M.S. No: MW-18.1 March 2014 Watermain Pipe
M.S. No: MW-19.1 March 2015 General Specification
CITY OF OTTAWA SECTION 00450
COMBINED SEWAGE STORAGE TUNNEL STANDARD DRAWINGS &
STANDARD SPECIFICATIONS
CONTRACT NO. ISD14-2036 Page 10 of 10

M.S. No: MW-19.2 March 2007 Tracing Wire


M.S. No: MW-19.3 March 2013 Special Fittings, Couplings and Test Tees
M.S. No: MW-19.4 March 2015 Fire Hydrants
M.S. No: MW-19.5 March 2013 Valves
M.S. No: MW-19.6 March 2015 Water Meters
M.S. No: MW-19.7 March 2013 Tapping Sleeves and Repair Clamps
M.S. No: MW-19.8 March 2015 Services
M.S. No: MW-19.9 March 2011 Cathodic Protection
M.S. No: MW-19.15 March 2015 Approved Water Distribution Products Listing

END OF SECTION
CITY OF OTTAWA SECTION 00496
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 SCOPE

.1 The three low tenderers shall submit, within three (3) Working Days after opening of the
tenders, one copy of all documentary information generated in preparation of tender
prices for this Project. This material is hereinafter referred to as Escrow Bid Documents
(EBDs). The EBDs of the successful bidder will be held in escrow for the duration of the
Contract and Warranty Period. Escrow Bid Documents of the other bidders will be
returned to the bidders following award and execution of the respective contract.
.2 The successful tenderer agrees, as a condition of award of the Contract, that the Escrow
Bid Documents constitute all the information used in preparation of its tender and that no
other tender preparation information shall be considered in resolving disputes or claims,
or in negotiation of change orders to the Contract.

.3 Nothing in the Escrow Bid Documents shall change or modify the terms or conditions of
the Contract.

1.2 OWNERSHIP

.1 The EBDs are and shall always remain the property of the Contractor subject only to
joint review by the Contract Administrator and the Contractor, except as provided for
herein.

.2 The City acknowledges the information contained in the EBDs is not known outside the
Contractors business, is known only to a limited extent and only by a limited number of
employees of the Contractor, is safeguarded while in Contractors possession, is
extremely valuable to the Contractor, and could be extremely valuable to the
Contractors competitors by virtue of it reflecting the Contractors contemplated
techniques of construction.

.3 The City further acknowledges that the EBDs and the information contained therein are
made available to the City only because such action is an express prerequisite to award
of the Contract. The City acknowledges that the EBDs include a compilation of
information used in the Contractors business to obtain an advantage over competitors
who do not know of or use the contents of the documentation. The City agrees to
safeguard the EBDs and all information contained therein against disclosure, to the
fullest extent permitted by law.

1.3 PURPOSE

.1 EBDs will be used to assist in the negotiation of price adjustments and change orders and
in the settlement of disputes and claims. They will not be used for pre-award evaluation
of the Contractor's anticipated methods of construction or to assess the Contractor's
qualifications for performing the Work.

.2 If Contractor wishes to subcontract any portion of the Work after award that was not
identified in the Tender Documents, City retains the right to require Contractor to submit
Escrow Bid Documents from Subcontractor before subcontract is approved.
CITY OF OTTAWA SECTION 00496
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

1.4 FORMAT AND CONTENTS

.1 Tenderers may submit EBDs in their usual cost estimating format. It is not intended that
extra work is required in preparing the tender; however, the format and contents of the
EBDs must be sufficient to ensure that the EBDs will be adequate to enable complete
and proper understanding and proper interpretation for their intended use. The EBDs
shall be in the English language only.

.2 The EBDs shall clearly itemize, organize and identify the estimated costs of performing
the work of each item contained in the Tender Schedule. Items should be separated into
sub-items as required to present a complete and detailed cost estimate and allow a
detailed cost review. For ease of reference and completeness, each cost item and sub-
item shall be preceded with a summary sheet, with appropriate references, to its various
cost components. Where alternative construction methods are used in the estimate, the
EBDs shall describe the methods used and pertinent information related to the cost of
such methods. The EBDs shall include all quantity take-offs, crews, equipment,
calculations of rates of production and progress, copies of quotations from sub-
contractors and suppliers, and memoranda, narratives, consultants reports, add/deduct
sheets and all other information used by the Contractor to arrive at the prices contained
in the tender. Estimated costs shall be broken down into the Contractor's usual estimate
categories, such as direct labor, repair labor, equipment operation, equipment ownership,
expendable materials, permanent materials and subcontract costs as appropriate. Plant
and equipment and indirect costs should be detailed in the Contractor's usual format. The
Contractor's allocation of plant and equipment, indirect costs, contingencies, mark-up
and other items to each tender item shall be clearly indicated.

.3 With regard to the Contractors estimate of TBM work, the EBDs shall specifically
include at least the following: assumed TBM penetration rates for the various rock
conditions; assumed rock support for the various reaches (confirmation of the Contract
requirement to use precast concrete segments); estimated TBM down-time (all
categories) and utilization; assessment of geotechnical, hydrogeological, TBM and
construction variables that affect performance parameters; cutter cost and anticipated
cutter changes, and maintenance or replacements for rings, hubs, bearings, mounting
brackets, etc.; and a detailed TBM manufacturers proposal for equipment and
performance with at least the details as required in the Specifications. Distinguish all of
the foregoing items between tunnel sections for which full pressure-mode is required,
tunnel sections for which full pressure-mode is anticipated by the Contractor, and tunnel
sections for which semi-pressure-mode or no face pressure are required or anticipated.
Consistent with the requirements of this subparagraph, the Contractor, in addition, shall
enclose with the EBDs, the completed Attachment 3, which is included in Section
0496A.

.4 The EBDs shall clearly show in calculations, text, or both, the relationship between
baseline indications presented in the Contract Documents and assumptions that form the
basis for the Contractor's means, methods, equipment selection, rates of production, and
costs.

.5 All costs shall be identified. For bid items for which the extended amount is less than
$10,000, estimated unit costs are acceptable without a detailed cost estimate, provided
that labor, equipment, materials and subcontracts, as applicable, are included and
provided that indirect costs, contingencies, and mark-up, as applicable, are allocated.
CITY OF OTTAWA SECTION 00496
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.6 Bid Documents provided by City should not be included in the EBDs unless needed to
comply with the above requirements.

1.5 SUBMITTAL

.1 The EBDs shall be submitted to the Escrow Agent, by each of the three lowest bidders in
a sealed container within three days after the date of the Bid Opening, excluding
Saturdays, Sundays, and legal holidays. The container shall be clearly marked on the
outside with the Bidder's name, date of submittal, project name, Contract No., and the
words Escrow Bid Documents.

.2 The EBDs shall be accompanied by the ESCROW BID DOCUMENTATION


CERTIFICATION, included as Attachment 1 of Section 00496A, signed by an
individual authorized by the Bidder to execute the bid, stating that the material in the
Escrow Bid Documentation constitutes all the documentary information used in the
preparation of the bid and that he or she has personally examined the contents of the
EBDs container and has found that the documents in the container are complete. The
ESCROW BID DOCUMENTATION CERTIFICATION shall be enclosed in a separate
envelope and attached to the outside of the EBD container so as to be readily accessible
to the Escrow Agent without having to open the document container. The bidder will
obtain the completed ACKNOWLEDGEMENT OF DELIVERY certification, included
as Attachment 2 of Section 00496A, from the Escrow Agent and will deliver the
acknowledgment and a copy of the Escrow Bid Documentation Certification which
accompanied the Escrow Bid Documents, to the City within said three-day period.

.3 Prior to award of the Contract, the EBDs of the apparent successful bidder will be
examined, organized and inventoried by representatives of the Contract Administrator,
together with members of the Contractor's staff who are knowledgeable in how the bid
was prepared. This examination is to ensure that the EBDs are authentic, legible, and
complete. It will not include review of and will not constitute approval of proposed
construction methods, estimating assumptions, or interpretations of the Contract
Documents. Examination will not alter any condition(s) or term(s) of the Contract.

.4 If all documentation required in the Format and Contents has not been included in the
original submittal, additional documentation shall be submitted, at the City's discretion,
prior to award of the Contract. The detailed breakdown of estimated costs shall be
reconciled and revised, if appropriate, by agreement between the Contractor and City,
prior to award of Contract.

.5 If the Contract is not awarded to the apparent successful Tenderer, the EBDs of the next
Tenderer to be considered for award shall be processed, as described above.

.6 Timely submission of the complete EBDs is an essential element of the Tenderers


responsibility and a prerequisite to Contract award. Failure to provide the necessary
EBDs within the specified time frame will be sufficient cause for City to reject the
Tender.

.7 If the Tenderer's proposal is based on subcontracting any part of the Work, each
subcontractor whose total subcontract price exceeds five percent of the total contract
price proposed by the Tenderer, shall provide separate EBDs to be included with those of
CITY OF OTTAWA SECTION 00496
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

the Tenderer. These documents will be opened and examined in the same manner and at
the same time as the examination described above for the apparent successful Tenderer.

.8 EBDs submitted by unsuccessful tenderers will be returned unopened, unless opened as


provided for above, following award of the Contract.

.9 If the Contractor wishes to subcontract any portion of the Work after award, City retains
the right to require the Contractor to submit EBDs from the subcontractor before the
subcontract is approved.

1.6 STORAGE

.1 The EBDs shall be placed in escrow for the life of the Contract, in the institution
specified herein. The cost of storage will be borne by the City. Should the Contractor
contest the specific storage institution selected by the City, the City may, at its
discretion, negotiate with the Contractor to determine a mutually agreeable institution,
but is under no obligation to do so.

1.7 EXAMINATION

.1 The EBDs shall be examined by both City and Contractor, at any time deemed necessary
by either City or Contractor, to assist in the negotiation of price adjustments and change
orders, or the settlement of disputes.

.2 Examination of the EBDs is subject to the following conditions:


.1 City stipulates and expressly acknowledges that the EBDs constitute trade secrets
and are proprietary and confidential as described herein.
.2 City and Contractor shall each designate, in writing to the other party a minimum
of ten days prior to examination, representatives who are authorized to examine
the EBDs. In addition, with notification to both the City and the Contractor,
members of the Dispute Review Board (DRB) may examine the Escrow Bid
Documents if the DRB determines such examination is necessary for the DRB to
exercise its responsibility to assist in the settlement of a dispute.
.3 Access to the EBDs will take place only in the presence of duly designated
representatives of both City and Contractor; except that:
.1 If the Contractor refuses to be present or to cooperate in any other way in
the review of the documents, the City or its representative may upon notice
to the Contractor, review such documents without the Contractor being
present; and
.2 Review of EBDs by DRB members shall take place without the City or
Contractor or any of their representatives being present, such review being
agreed by the City and Contractor to constitute private deliberations of the
DRB.

.4 No other person shall have access to the EBDs other than as described in this
Section, unless agreed in writing between the City and the Contractor.

1.8 FINAL DISPOSITION


CITY OF OTTAWA SECTION 00496
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

.1 The EBDs will be returned to the Contractor at such time as the Contract has been
completed and final payment has been made, provided that no claims are either pending
or forthcoming. EBDs will only be returned subsequent to the latter of final resolution of
any outstanding, pending or forthcoming claims or the warranty period.

1.9 EXECUTION OF ESCROW AGREEMENT

.1 The three low tenderers, as a condition of award of the Contract, shall execute the
Escrow Agreement included in Section 00496A, and submit the EBDs within the
specified timeframe after bid opening.

END OF SECTION

CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 1 OF 10

ESCROW AGREEMENT

This Agreement made and entered into as of the day of , 201 by and
between the [ ] (the Owner or City), [ ] as Escrow Agent (Escrow
Agent) and (the Tenderer), Witnesseth That:

WHEREAS the City of Ottawa is a public entity in Ontario Province, which is presently engaged
in a competitive tendering process governed by law to award a construction contract to the lowest
responsible and eligible Bidder for a construction project entitled Combined Sewage Storage
Tunnel; and

WHEREAS the Tenderer has submitted a Tender on this Contract and is one of the apparent
three low Tenderers for this Contract; and Section 00496 of the Specifications of the Contract
Documents requires the apparent three low Tenderers to submit, within three days after the date
of the Tender Opening, excluding Saturdays, Sundays, and legal holidays, one copy of all
documentary information generated in preparation of Tender prices for this Project, as described
in Format and Contents of Section 00496, this material hereinafter referred to as Escrow Bid
Documents or EBDs, to the Escrow Agent together with a certification in the form provided as
Attachment 1 of this Section; and

WHEREAS, the Escrow Agent, for stated consideration, is willing to assume the obligations of
Escrow Agent as agreed herein;

NOW THEREFORE, for consideration mutually acknowledged, the City and the Tenderer each
hereby agree, in respect of itself as appropriate:

.1 The Tenderer shall comply with the provisions of Section 00496 of the
Specifications of the Contract Documents by delivering a copy of the Escrow Bid
Documents to the Escrow Agent within the required time limits together with the
required Certification. The Tenderer shall receive from the Escrow Agent an
Acknowledgement of Delivery of Tender Documentation in the form attached
hereto as Attachment 2, at the time the Tenderer delivers the Escrow Bid
Documents to the Escrow Agent. The Tenderer shall deliver the original Escrow
Agent Acknowledgement and a copy of the Escrow Bid Document Certification,
in the form attached hereto as Attachment 1, to the City within the required time
limits.

.2 The City will comply with the provisions of Section 00496 of the Specifications
of the Contract Documents regarding use of the Escrow Bid Documents and will
safeguard the Escrow Bid Documents and all information contained therein
against disclosure to the fullest extent permitted by law.

.3 The Escrow Agent is hereby expressly authorized to receive, store, safeguard,


release and return the Escrow Bid Documents during the life of the applicable
Contract as directed in writing by the City and the Tenderer.
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 2 OF 10

.4 The Escrow Agent is hereby expressly authorized to return the Escrow Bid
Documents to the Tenderer if the Tenderer is unsuccessful and not awarded the
Contract with the City. Otherwise, the Escrow Agent is expressly authorized to
only release the Escrow Bid Documents under the following circumstances:
.1 For joint examination by the City and the Tenderer; or
.2 For return to the Tenderer at such time as the Contract has been completed
and final payment has been made provided no claims are outstanding,
pending or forthcoming; or
.3 Under such circumstances as is provided for in Section 00496 of the
Specifications, or as mutually agreed by the City and the Tenderer, which
direction shall be delivered in writing by the City, signed by both parties, to
the Escrow Agent.
.4 Should access be requested by the DRB, the EBD would also be released to
the DRB for viewing.

.5 The City and the Tenderer further acknowledge and agree as follows:
.1 That the Escrow Agent: (i) will not be responsible for any of the agreements
referred to herein but will be obligated only for the performance of such
duties as are specifically set forth in the Escrow Agreement; (ii) will not be
obligated to take any legal or other action hereunder which might in its
judgment involve any expense or liability unless it will have been furnished
with acceptable indemnification; (iii) may rely on and will be protected in
acting or refraining from acting upon any written notice, instruction,
instrument, statement, request or document furnished to it hereunder and
believed by it to be genuine and to have signed or presented by the proper
person, and will have no responsibility for determining the accuracy thereof;
and (iv) may consult counsel satisfactory to it, including house counsel, and
the opinion of such counsel shall be full and complete authorization and
protection in respect of any action taken, suffered or omitted by it hereunder
in good faith and in accordance with the opinion of such counsel.
.2 Neither the Escrow Agent nor any of its directors, officers or employees will
be liable to anyone for any action taken or omitted to be taken by it or any of
its directors, officers or employees hereunder except in the case of gross
negligence or willful misconduct to the fullest extent permitted by law. The
City and the Tenderer covenant and agree to indemnify the Escrow Agent
and hold it harmless without limitation to the extent permitted by law from
and against any loss, liability or expense of any nature incurred by the
Escrow Agent arising out of or in connection with this Agreement or with
the administration of its duties hereunder, including, but not limited to, legal
fees and other costs and expenses of defending or preparing to defend
against any claim or liability in the premises, unless such loss, liability or
expense shall be caused by the Escrow Agent's willful misconduct or gross
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 3 OF 10

negligence. In no event will the Escrow Agent be liable for indirect, special
or consequential damages.
.3 In the event the Escrow Agent's obligations would involve the handling of
Escrow Funds, which is not presently contemplated, the City and the
Tenderer, to the extent permitted by law, agree to assume any and all
obligations imposed now or hereafter by any applicable tax law with respect
to the payment of Escrow Funds under this Agreement, and to indemnify
and hold the Escrow Agent harmless from and against any taxes, additions
for late payment, interest, penalties and other expenses, that may be
assessed against the Escrow Agent on any such payment or other activities
under this Agreement. The City and the Tenderer undertake to instruct the
Escrow Agent in writing with respect to the Escrow Agent's responsibility
for withholding and other taxes, assessments or other governmental charges,
certifications and governmental reporting in connection with its acting as
Escrow Agent under this Agreement. To the fullest extent permitted by law,
the City and the Tenderer agree to indemnify and hold Escrow Agent
harmless from any liability on account of taxes, assessments or other
governmental charges, including, without limitation, the withholding or
deduction or the failure to withhold or deduct same, and any liability for
failure to obtain proper certification or to properly report to governmental
authorities, to which the Escrow Agent may be or become subject in
connection with or which arises out of this Agreement, including costs and
expenses (including reasonable legal fees), interest and penalties.
.4 The Escrow Agent shall have no more or less responsibility or liability on
account of any action or omission of any book-entry depository or
subescrow agent employed by the Escrow Agent than it would if such action
or omission was made by itself, except to the extent that such action or
omission of any book-entry depository or subescrow agent was caused by
the Escrow Agent's own negligence or bad faith.
.5 That the City pay or reimburse the Escrow Agent for any costs and legal
fees incurred in connection with the preparation of this Agreement and to
pay the Escrow Agent's reasonable compensation for its normal services
hereunder as agreed in advance between the Escrow Agent and the City.
The Escrow Agent shall be entitled to reimbursement on demand for all
expenses incurred in connection with the administration of the escrow
created hereby which are in excess of its compensation for normal services
hereunder, including without limitation, payment for any legal fees incurred
by the Escrow Agent in connection with resolution of any claim by any
party hereunder.
.6 The Escrow Agent may at any time resign as Escrow Agent hereunder by
giving thirty days prior written notice of resignation to the City and the
Tenderer. Prior to the effective date of the resignation as specified in such
notice, the City will issue to the Escrow Agent a written instruction
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 4 OF 10

authorizing redelivery of the Escrow Bid Documents and any Escrow Funds
to a bank or trust company that it selects subject to the reasonable consent of
the Tenderer. Such bank or trust company shall have capital, surplus and
undivided profits in excess of $50,000,000. If, however, the City fails to
name such a successor escrow agent within twenty days after the notice of
resignation from the Escrow Agent, the Tenderer shall be entitled to name
such escrow agent. If no successor escrow agent is named by the City or the
Tenderer, the Escrow Agent may apply to a court of competent jurisdiction
for appointment of a successor escrow agent. The provisions of paragraphs
5.2 and 5.3 shall survive the termination of this Agreement.
.6 Dispute Resolution: It is understood and agreed that should any dispute arise with
respect to the delivery, ownership, right of possession, and/or disposition of the
Escrow Bid Documents and/or any Escrow Funds, or should any claim be made
upon such Fund by a third party, the Escrow Agent, upon receipt of written notice
of such dispute or claim by the parties hereto or by a third party, is authorized and
directed to retain in its possession without liability to anyone, all or any of said
Escrow Bid Documents and/or Fund until such dispute shall have been settled
either by the mutual agreement of the parties involved or by a final order, decree
or judgment of a Court in the Province of Ontario, the time for perfection of any
appeal of such order, decree or judgment having expired. The Escrow Agent may,
but shall be under no duty whatsoever to, institute or defend any legal proceedings
that relate to the Escrow Bid Documents and/or any Escrow Fund.

.7 Consent to Jurisdiction and Service: The City and the Tenderer hereby absolutely
and irrevocably consent and submit to the jurisdiction of the courts of the
Province of Ontario and of any federal court located in said Province in
connection with any actions or proceedings brought against the City and the
Tenderer by the Escrow Agent arising out of or relating to this Escrow
Agreement.

.8 Force Majeure: Neither the City, the Tenderer nor Escrow Agent shall be
responsible for delays or failure in performance resulting from acts beyond their
control. Such acts shall include, but not be limited to, acts of God, strikes,
lockouts, riots, acts of war, epidemics, governmental regulations superimposed
after the fact, fire, communication line failures, power failures, earthquakes or
other disasters.

.9 Notices: Any notice permitted or required hereunder shall be deemed to have


been duly given if delivered personally or if mailed certified or registered mail,
postage prepaid, to the parties at their addresses set forth below or to such other
address as they may hereafter designate.
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 5 OF 10

If to the City:

Attn:

If to the Bidder:

Attn:

If to the Escrow Agent:

Attn:
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 6 OF 10

.10 Binding Effect: This Agreement shall be binding upon the respective parties
hereto and their heirs, executors, successors and assigns.

.11 Modifications/Termination: This Agreement may not be altered, modified or


terminated without the express written consent of the parties hereto. No course of
conduct shall constitute a waiver of any of the terms and conditions of this Escrow
Agreement, unless such waiver is specified in writing, and then only to the extent
so specified. A waiver of any of the terms and conditions of this Escrow
Agreement on one occasion shall not constitute a waiver of the other terms of this
Agreement, or of such terms and conditions on any other occasion.

.12 Governing Law: This Escrow Agreement shall be governed by and construed
under the laws of the Province of Ontario.
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 7 OF 10

______________________________
ESCROW AGENT CITY

By: By:
______________________________
Signature Signature

______________________________
Typed Name Typed Name

______________________________
Title Title

______________________________
Date Date

Attest:
By:
Clerk

CONTRACTOR

By:

Signature

Typed Name

Title

Date

Attest:
By:
Secretary
AFFIX SEAL
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 8 OF 10

ATTACHMENT 1

ESCROW BID DOCUMENT CERTIFICATION

THE UNDERSIGNED HEREBY CERTIFIES THAT THE TENDER DOCUMENTATION


CONTAINED HEREIN CONSTITUTES ALL THE INFORMATION USED IN
PREPARATION OF THE TENDER AND THAT I HAVE PERSONALLY EXAMINED
THESE CONTENTS AND HAVE FOUND THAT THIS TENDER DOCUMENTATION IS
COMPLETE.

SIGNATURE:

NAME:
(Print)

TITLE:

FIRM:

DATE:

ATTEST BY:
(Secretary)

AFFIX SEAL

COMBINED SEWAGE STORAGE TUNNEL

Bid Date:

NOTE: ATTACH TO TENDER DOCUMENTATION CONTAINER, ACCESSIBLE TO ESCROW


AGENT. DO NOT ENCLOSE INSIDE CONTAINER.
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 9 OF 10

ATTACHMENT 2

ACKNOWLEDGMENT OF DELIVERY OF TENDER DOCUMENTATION

,
AS ESCROW AGENT, IDENTIFIED IN CONTRACT DOCUMENTS
FOR THE COMBINED SEWAGE STORAGE TUNNEL PROJECT

HEREBY CERTIFIES THAT


(Name of Contractor)

AS IDENTIFIED BY
(Representative of Contractor)

HAS DELIVERED TO ESCROW AGENTS OFFICE FOR STORAGE, A SEALED CONTAINER,


WHICH TENDERER REPRESENTS TO BE ALL DOCUMENTATION USED IN THE PREPARATION
OF TENDERERS TENDER, OTHERWISE KNOWN AS THE ESCROW BID DOCUMENTS, AS
TENDERER REPRESENTS IT IS REQUIRED TO DO IN ACCORDANCE WITH THE CONTRACT
DOCUMENTS OF THE ABOVE REFERENCED CONTRACT, THIS
DAY OF , 2015.

(Name of Escrow Agent)

BY:

DATE:

ATTEST BY:
CITY OF OTTAWA SECTION 00496A
COMBINED SEWAGE STORAGE TUNNEL ESCROW BID DOCUMENTS
AGREEMENT AND ATTACHMENTS
CONTRACT NO. ISD14-2036 PAGE 10 OF 10

ATTACHMENT 3

1. Did the Contractor rely on either the GDR, GBR or both in preparing its Tender?

2. If the Contractor did not rely on the GDR, GBR or both in preparing its Tender, attach a narrative
describing the following:

The specific portion(s) of the above-referenced upon which the Contractor did not rely.
What information the Contractor specifically used instead of the portion(s) of the above-reference
reports.
The impact on the Tender price of not using the identified portion(s) of the above-referenced reports.

3. Complete the following table as a summary of the information required in Section 00496, Article 1.4,
Paragraph 3.

Instantaneous
Reach Reach Cutter Cutter Cutter Penetration Average TBM
(TBM Length Life Changes Cost Rate Penetration TBM Down Utilization
Sections) (m) (cm/ring) (number) ($/cutter) (mm/rev) Rate (m/hr) Time (hrs) (%)

4. The Escrow Bid Documents shall include, and Tenderer shall confirm the inclusion of such
information:

Any geotechnical reports prepared for and/or commissioned by the Contractor


Tunnel Boring Machine manufacturer's report to the Contractor

END OF SECTION
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

Part 1 GENERAL

1.1 SCOPE
.1 A Dispute Review Board (DRB), with highly experienced members, shall be established to
assist in the resolution of disputes, claims and other controversies in connection with, or
arising out of performance of the Work of this Contract. The DRB will assist the
Contractor and the City in resolution of disputes in a timely manner by providing non-
binding, confidential recommendations to the City and the Contractor in accordance with
this section of the specifications, solely based on factual matters presented, and its physical
observations of the project.

.2 The following provisions describe the purpose, procedure, function and key features of
the DRB. A Three-Party Agreement formalizing the creation of the DRB is provided in
Section 00803A. In the event of conflict, the provisions of the Three-Party Agreement
take precedence over the provisions herein.

.3 The DRB will assist in and facilitate the timely and equitable resolution of disputes
between City and Contractor in an effort to avoid construction delay and implementation
of Mediation or Arbitration methods of dispute resolution as provided in General
Conditions Part 8.

.4 It is not intended for City or the Contractor to default on their normal responsibility to
amicably and fairly settle their differences by indiscriminately referring them to the
DRB. It is intended that the DRB encourage the City and Contractor to resolve potential
disputes without resorting to this review procedure.

.5 Either the City or the Contractor may refer a dispute to the DRB. Referral to the DRB
should be initiated as soon as it is apparent that the dispute resolution efforts indicated in
the General Conditions are not succeeding, and prior to initiating Mediation or
Arbitration methods of dispute resolution procedures by either party as required by
General Conditions Part 8.

.6 The DRB shall impartially and promptly consider disputes referred to it, and shall
provide written recommendations to the City and Contractor, to assist in the resolution of
these disputes.

.7 The recommendations are not binding on either party.

.8 The Contract Administrator/Consultant/Engineer acts as the representative of the City


and has specific responsibilities and authority relating to contract administration and
resolution of disputes, claims and other controversies as provided in the General
Conditions and Supplementary Conditions. Where so indicated in this Section by the
context of the statement(s), references to the City shall be understood to mean City or
Contract Administrator/Consultant/Engineer.
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

1.2 CONTINUANCE OF WORK DURING DISPUTES

.1 At all times during the course of the dispute resolution process, the Contractor shall
diligently continue with the Work as directed, without delay, conforming to the Citys
decision or order, and all applicable provisions of the Contract.

1.3 MEMBERSHIP

.1 General: The DRB will consist of three members selected jointly by the City and the
Contractor. The three members will meet to select the member that will act as the
chairman.

.2 Experience: All DRB members shall be experienced with work of the type to be
performed under the Contract, interpretation of Contract Documents, and resolution of
construction disputes.

.3 Neutral and Impartial: DRB members shall be neutral, act impartially, and not have any
conflict of interest, meaning ownership interest, financial interest or contractual
relationships with the City, Contract Administrator or Contractor at any tier as further
described in Article 1.3.4 of this Section.

.4 Criteria for Membership: For purposes of this Section, the term member also includes
the member's current primary or full-time employer, and involved means having a
contractual relationship with the City, Contract Administrator or Contractor at any tier.
The criteria and limitations for membership are:

.1 No member shall have an ownership interest or a financial interest in any party


involved in this Contract, except for payment for their own services on the DRB.

.2 No member shall have been previously employed by, or have had financial ties to,
any party involved in the Contract within a period of five years prior to award of
the Contract other than for services on a previous DRB.

.3 No member shall have had prior involvement in the Project, of a nature that could
compromise that members ability to participate impartially in the DRB's
activities.

.4 During his or her tenure on the DRB, no member shall be employed, including fee-
based consulting services, by any party involved in the Contract, except with the
express approval of both parties.

.5 During his or her tenure on the DRB, no member shall engage in a discussion or
make an agreement with any party involved in the Contract regarding employment
after the Contract is completed.

.6 All members shall be fluent in English and shall prepare their recommendations in
English.
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

.7 No member shall have provided to either party fee-based consulting services


within the five years prior to award of the Contract.
.5 Availability: Prompt resolution of disputes is a priority. DRB members shall be able to
complete their review of information, deliberations, and preparation of recommendations
within the time frames indicated herein. DRB members shall be prepared to comply with
these requirements as a condition of their assignment to the DRB.

.6 Disclosure Statement: Before their appointments are final, all three prospective
members shall submit complete disclosure statements for the approval of both the City
and Contractor. Each statement shall include a resume of experience, together with a
declaration describing all past, present and anticipated or planned future relationships,
including indirect relationships through the prospective member's primary or full-time
employer, to this Project and with all parties involved in the Contract. Disclosure of
close professional or personal relationships with all key members of all parties to the
Contract shall be included. Relationships with any party indirectly involved shall also be
disclosed, including relationships with the Contract Administrator, designers, architects,
engineers, or other professional service firms or consultants, joint-venture partners,
subcontractors of any tier, and suppliers on this project.

.7 Nomination and Approval of the Three Members: The City and Contractor shall each
prepare a list of 10 proposed DRB members and convey the names and reference
information to the other party within 20 Working Days after Award of the Contract. The
City and the Contractor shall meet within 10 Working Days of receipt of both lists to
jointly select and nominate three members to serve as the DRB. The Contract
Administrator, will solicit from each nominee the resume and disclosure statement
described in Paragraph 1.3.6 of this Section. Nominees shall be requested to provide
requested information within two weeks of receipt of notice. Within two weeks of
receipt of resumes and disclosure statements, the City and Contractor shall meet and
shall either approve all three nominees or reject one or more nominees. In the event of
rejection, the City and Contractor shall reconsider the remaining individuals from the
original list of 10 prospective members. One or more names shall be selected as required,
and the process for soliciting resume(s) and disclosure statement(s) shall be repeated
until three members are approved to serve on the Board.

.8 Selection of the DRB Chairman:

.1 Immediately after the selection of the three DRB members, the Contract
Administrator will notify the selected members of their approval, and request the
three members to confer and select among themselves one member to act as the
chairman. The process of electing the chairman will be completed within three
weeks of the notification of the three DRB members.

.2 In the event of an impasse in selection of the member to act as the chairman, the
chairman shall be selected by mutual agreement of the City and Contractor.
.9 Execution of Three-Party Agreement: The City, Contractor, and all three members of
the DRB shall execute the Three-Party Agreement provided in Section 00803A within
four weeks after the selection and approval of the three members.
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

1.4 OPERATION
.1 General

.1 The DRB shall formulate its own operating procedures, which shall be in
accordance with the provisions of these specifications. The procedures adopted by
the DRB will be in writing and provided to the City and the Contractor for their
approval. The procedures shall be kept flexible to adapt to changing situations.
The DRB shall initiate, with the City's and Contractor's concurrence, new
procedures or modifications to old ones, whenever this is deemed appropriate.
.2 Neither party shall solicit any DRB member's advice or consultation on matters
concerning the conduct of the Work outside of a DRB meeting where all parties
are present and aware of such requests.

.2 Reports to DRB: The members will be kept informed of construction activities and other
developments by means of regular weekly progress reports, minutes of progress
meetings, and other relevant information prepared by the City, Contract Administrator
and Contractor.

.3 Regular Visits by DRB: The DRB shall visit the Project site and meet with
representatives of the City, Contract Administrator and Contractor at regular intervals,
with a minimum frequency of at least once every three months, and more frequently at
times of critical construction events. The frequency and scheduling of these visits shall
be as agreed among the City, Contractor and the DRB, depending on the progress of the
Work. In case of failure to agree, the DRB shall schedule the visits.

.4 Regular Meetings with DRB: The regular meetings shall be held at the job site. Each
meeting shall consist of an informal round table discussion followed by field observation
of the Work. The round table discussion shall be attended by selected personnel from the
City, Contract Administrator and Contractor. The regular meeting agenda shall generally
include the following:
.1 Meeting convened by the DRB Chairman.
.2 Opening remarks by the Contract Administrator.

.3 A description by the Contractor of:


.1 Work accomplished since the last meeting;
.2 Current status of the work schedule;
.3 Schedule for future work;
.4 Potential or anticipated problems and proposed solutions; and
.5 Current and potential disputes, claims and other controversies.

.4 Discussion by Contract Administrator of:


.1 The work schedule;
.2 Potential disputes, claims and other controversies; and
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

.3 Status of past disputes, claims and other controversies.

.5 Such other items as the parties may wish to discuss with the DRB.
.6 Set tentative date for next meeting(s).
.7 Time for the DRB to meet amongst themselves.

.5 The Contract Administrator shall prepare the minutes of regular meetings and circulate
them for comments, revisions and/or approval of all concerned.

.6 The field observations shall cover all active segments of the work. The DRB members
shall be accompanied by the representatives of the City, Contract Administrator and
Contractor.

1.5 PROCEDURE AND SCHEDULE FOR DISPUTE RESOLUTION


.1 Disputes shall be considered as quickly as possible, taking into consideration the
particular circumstances and the time required to prepare appropriate documentation.
Steps may be omitted, as agreed by both parties, and the time periods stated below may
be shortened in order to hasten resolution.

.2 By written request for review, either the Contract Administrator or Contractor may
request that the DRB review any disputes, claims and other controversies in connection
with, or arising out of performance of the Work, which the parties have considered, but
have been unable to resolve.

.3 Simultaneous with submittal to the DRB Chair, a copy of the request for review shall be
provided to the other Board members and the other party. The request for review shall
state clearly and concisely the specific issues of the dispute to be considered by the DRB.

.4 When a dispute is submitted to the DRB it may be heard at the next regular meeting or at
a special meeting, as agreed by both parties. For an urgent matter, the DRB shall meet
within two weeks of notification.

.5 During the hearing the Contractor and City shall each have ample opportunity to be
heard and to offer evidence. Detailed procedures are given in Article 1.6 of this Section.
The DRB's recommendations for resolution of the dispute will be given in writing, to
both the City and Contractor within two weeks of completion of the hearings. In
difficult or complex cases, and in consideration of the DRB's schedule, this time may be
extended by mutual agreement of all parties.

.6 If requested by either party within 10 days following receipt of the DRBs


recommendations, the DRB shall provide written clarification of its recommendation.
Requests for clarification shall be submitted in writing simultaneously to the DRB and to
the other party.

.7 Within two weeks of receiving the DRB's recommendations, or following receipt of


responses to requests for clarification or such other time specified by the DRB, both the
City and Contractor shall respond to the other and to the DRB in writing, signifying
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

either acceptance or rejection of the DRB's recommendations. The failure of either party
to respond within the specified period shall be deemed an acceptance of the DRB's
recommendations. If, with the aid of the DRB's recommendations, the City and
Contractor are able to resolve their dispute, the Contract Administrator will promptly
process any required Contract Change Orders consistent with the requirements of
General Conditions Part 6, CHANGES IN THE WORK and any revisions stated in the
Amendments or Supplemental Conditions. Acceptance by the City of a report on
entitlement only, or on entitlement with guidelines for quantum, does not obligate the
City to any particular quantum amount.

.8 Should the dispute remain unresolved, either party may appeal or request that the DRB
clarify its recommendation or, if new evidence has become available, reconsider its
recommendation.

.9 Although both the City and Contractor should place great weight on the DRB's
recommendations, they are not binding. If the DRB's recommendations do not resolve the
dispute, the written recommendations, including any minority report, will be admissible
as evidence in any subsequent dispute resolution proceeding including but not limited to
mediation.

1.6 CONDUCT OF HEARING


.1 Prehearing Submittals:

.1 Written position statements shall be submitted to each DRB member before the
hearing begins. Position statements shall include such backup information and
data as is referenced in the position statement, and shall be tabbed, indexed, and
the pages consecutively numbered. The DRB may also request a presentation of
factual documentation, prepared jointly by the parties.
.2 Position statements shall include the basis and justification for the partys
position, with reference to contract language and other supporting documents for
each element of the dispute. In order to minimize duplication and repetitiveness,
the parties may identify a common set of documents that will be referred to by
both parties and submit them in a separate package.
.3 When the scope of the hearing includes quantum, the referring party shall include
a schedule impact analysis and full cost details, calculated in accordance with
methods set forth in the Contract. This requirement does not apply if the scope of
the hearing and any submitted position statements are to be made for entitlement
alone or for entitlement with guidelines for quantum.
.4 The number of copies, distribution requirements, and time for submittal will be
established by the DRB and communicated to the parties by the Chair.
.2 Location: Normally the hearing will be conducted at the job site. However, any location
in the greater Ottawa area that would be more convenient and still provide all required
facilities and access to necessary documentation is satisfactory. Private meetings of the
DRB may be held at any convenient location.

.3 Proceedings:
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

.1 The Chairman of the DRB will act as Chairman of the hearing, or he may appoint
one of the other members. A formal transcript will not be prepared. In special
cases, when requested by either party, the DRB may allow preparation of a
transcript by a court reporter. Audio or video recordings will not be permitted.
.2 The party requesting DRB review will first present its position, followed by the
other party. If so requested by the City, the Contract Administrator may present
the Citys position on behalf of the City and otherwise participate in the hearing
along with or on behalf of the City. Each party will then be allowed successive
rebuttals until all aspects are fully covered. The DRB members may ask questions,
request clarification, or ask for additional data. In difficult or complex cases,
additional hearings may be necessary in order to consider and fully understand all
the evidence presented by both parties. Both the City and Contractor shall be
provided full and adequate opportunity to present all of their evidence,
documentation and testimony regarding all issues before the DRB.
.3 The DRB, at its discretion, may allow introduction of arguments, exhibits,
handouts, or documentary evidence that were not included in a partys pre-hearing
position paper and have not been previously submitted to the other party. In such
cases, the other party will be granted time to review and prepare a rebuttal to the
new material.
.4 During the hearing, no DRB member shall express any opinion concerning the
merit of any facet of the case.
.4 Participants:
.1 The City, Contract Administrator and Contractor shall have representatives at all
hearings.
.2 Attorneys may attend hearings and provide consultation to their clients, but they
shall not be allowed to address the DRB.
.5 Use of Outside Experts by Owner or Contractor:
.1 A party intending to offer an outside experts analysis at the hearing shall disclose
such intention in writing to the other party and to the DRB no less than 30 days
prior to the due date for delivering the pre-hearing submission. The experts name
and a general statement of the area of the dispute that will be covered by his or her
testimony shall be included in the disclosure.
.2 Upon receipt of the above disclosure, the other party shall have the opportunity to
secure the services of an outside expert to address or respond to those issues that
may be raised by the other partys outside expert. The disclosure requirements
shall be the same as that specified above, except the time requirement is 10 days.
.3 The cost for securing outside expert services shall be borne entirely by the party
securing such services.
.6 DRB Deliberations:
.1 After the hearing is concluded, the DRB shall meet to formulate its
recommendations. All DRB deliberations shall be conducted in private, with all
individual views kept strictly confidential. The DRB's recommendations, together
with explanations of its reasoning, shall be submitted as a written report to both
CITY OF OTTAWA SECTION 00803
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

parties. The recommendations shall be based on the pertinent provisions of the


Contract, applicable laws and regulations as interpreted by the DRB, and the facts
and circumstances involved in the dispute. It is important for the DRB to clearly
and completely express the logic and reasoning leading to its recommendations, so
that both parties fully understand the written report.
.2 The DRB shall be permitted to consult with outside experts, including independent
legal counsel. Prior to arranging for outside experts, the DRB shall obtain prior
approval from the City and the Contractor by providing a statement explaining the
need for such expert assistance and an estimate of the cost. Such outside experts
shall provide disclosure statements as per Article 1.3.6 of this Section and agree to
maintain confidentiality regarding the engagement, as is the case for the DRB
members.
.3 When deliberating and drafting its decision, the DRB may request position
statements or legal briefs from each side.
.4 The DRB shall make every effort to reach a unanimous recommendation. If this
proves impossible, the dissenting member shall prepare a minority report.

.7 All information presented to the DRB and all deliberations and recommendations, shall,
except as provided herein, be kept strictly confidential. The DRB members shall not,
during their tenures as members, and at any time thereafter, reveal any information
presented to the DRB or obtained in their capacity as DRB member, or disclose any
recommendation, to any third party.

1.7 COMPENSATION AND LOGISTIC SUPPORT


.1 Fees and expenses of all three members of the DRB shall be shared equally by the City
and Contractor. The City, will mail progress reports, will provide administrative services,
such as conference facilities and secretarial services, and will bear the cost of these
services. If the DRB desires special services, such as preparation of transcripts by a
Court Reporter or similar party, legal or other consultation, accounting, data research,
and the like, both parties must agree, and the costs will be shared by them as mutually
agreed.

.2 The Contractor shall pay the invoices of all DRB members after approval by both parties.
The Contractor will then bill the Owner for 50 percent of such invoices via its normal
monthly progress invoices.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

DISPUTE REVIEW BOARD THREE PARTY AGREEMENT


(TO BE EXECUTED AFTER AWARD OF THE CONSTRUCTION CONTRACT)

COMBINED SEWAGE STORAGE TUNNEL

THIS THREE PARTY AGREEMENT (Agreement) made and entered into this day of
, 2016 , between:

The City of Ottawa ,


hereinafter called the CITY or OWNER, acting through the Consultant, and

(Contractor) ,
hereinafter called the CONTRACTOR, and

the Dispute Review Board, hereinafter called the BOARD, consisting of the following three members:

, ,and .

WITNESSETH, that

WHEREAS, the OWNER is now engaged in the construction of the COMBINED SEWAGE STORAGE
TUNNEL; and

WHEREAS, the COMBINED SEWAGE STORAGE TUNNEL Contract (CONTRACT) provides for the
establishment and operation of a BOARD to assist in resolving disputes, claims and other controversies; and

WHEREAS, the BOARD is composed of three members, jointly selected and approved by the OWNER and
by the CONTRACTOR;

NOW THEREFORE, in consideration of the terms, conditions, covenants and agreements contained herein,
or attached and incorporated and made a part hereof, the parties hereto agree as follows:

1.1 DESCRIPTION OF WORK

.1 In order to assist in the resolution of disputes, claims and other controversies between the
OWNER and CONTRACTOR arising from or related to the Construction Contract, the
OWNER has provided, in the Contract, for the establishment of a Dispute Review Board.
The intent is for the BOARD to fairly and impartially consider the disputes referred to it,
and to provide written recommendations to the OWNER and CONTRACTOR for
resolution of these disputes.

.2 The members of this BOARD shall perform the services necessary to participate on this
BOARD in accordance with the Scope of Work.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

1.2 SCOPE OF WORK

The Scope of Work of the BOARD includes, but is not limited to, the following:
.1 General
.1 The primary purpose of the BOARD is to consider disputes, claims, or
controversies between the OWNER and the CONTRACTOR arising from the
construction contract and to recommend settlements. Primarily, the BOARD will
consider matters involving interpretation of the Contract Documents, delays,
acceleration of the work, scheduling, and claims relating to extra work, additional
work, differing site conditions, design changes, and the like.
.2 The BOARD members shall become familiar with the Contract Documents,
review periodic reports, and maintain a current file.
.3 The BOARD members shall visit the Project site to keep abreast of construction
activities and to become familiar with the Work in progress. The frequency, time,
and duration of these visits shall be mutually agreed upon among the BOARD, the
OWNER and the CONTRACTOR. In case of failure to agree, the BOARD shall
schedule the visits at intervals not to exceed three months.
.4 In the case of an actual or potential dispute involving an alleged differing site
condition or specific construction problem, it may be advantageous for the
BOARD to personally view any relevant conditions. If viewing by the BOARD
would cause delay to the Project, videos, photographs, and descriptions of these
conditions, collected by either or both parties will be utilized.

.2 Establish Procedures
.1 During its first meeting at the Project site, the BOARD shall, with the agreement
of all parties, establish procedures for the conduct of its routine site visits and its
hearings of disputes. The conduct of its business shall comply with the provisions
of Section 00803 and requirements of this Agreement.

.3 Recommend Resolution of Disputes


.1 Upon receipt by the BOARD of a written Request for Review of a dispute, either
from the OWNER or the CONTRACTOR, the BOARD shall convene a hearing to
review and consider the dispute. Both the OWNER and CONTRACTOR shall be
given the opportunity to present their evidence at these hearings. Both the
OWNER and the CONTRACTOR are encouraged to provide exhibits,
calculations, and any other pertinent material to the BOARD for review prior to
the hearing. All such material shall be given in the same form and content to all
parties to this agreement at the same time.
.2 It is expressly understood that all BOARD members are to act impartially and
independently in the consideration of facts and conditions surrounding any
dispute, and that the recommendations concerning any such dispute are advisory
and not binding, unless agreed otherwise by the OWNER and the
CONTRACTOR.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

.3 The BOARD recommendations shall be based on the applicable provisions of the


Contract Documents, and the facts and circumstances involved in the dispute as
conveyed by the testimony and evidence presented by the parties and consultations
with other parties undertaken by or on behalf of the DRB. The recommendations
shall be furnished in writing to the OWNER and the CONTRACTOR
simultaneously.

.4 Member Replacement
.1 Should the need arise to appoint a replacement BOARD member, the replacement
member shall be appointed in the same manner as the original member was
appointed. The selection of a replacement BOARD member shall begin promptly
upon notification of the necessity for a replacement and shall be completed within
four weeks. This Agreement will be amended to indicate changes in BOARD
membership.

1.3 BOARD RESPONSIBILITIES

.1 Maintain impartiality and avoid conflicts of interest by continuing to meet the specified
requirements for nominees for Board members. Promptly advise all parties upon
becoming aware of any development that could be perceived as a conflict of interest.

.2 Do not discuss, individually or collectively, issues with the OWNER or the


CONTRACTOR that could possibly be construed as compromising the DRBs ability to
impartially resolve future disputes, such as the conduct of the work and the resolution of
construction problems.

.3 Do not express an individual or collective opinion of merit, in whole or in part, for any
potential or other dispute at any time prior to the issuance of a report, except in the case
of an advisory opinion.

.4 Except as required when performing the duties of the Chair or conducting a hearing that
the OWNER or CONTRACTOR refuses to attend, do not meet or communicate with
either the OWNER or CONTRACTOR in the absence of the other.

.5 Consider the facts and conditions forming the basis for a referred dispute impartially and
independently, and evaluate the merits based on careful consideration of all contract
requirements, applicable law and regulations, and the facts and circumstances of the
dispute. Do not:
.1 Ignore or undermine the clear intent of the Contract, or disregard or alter any
requirements of the Contract or allocation of risk specified therein.
.2 Supplant or otherwise interfere with the respective rights, authority, duties, and
obligations of either the OWNER or CONTRACTOR as set forth in the Contract
Documents.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

.6 Make every effort to reach unanimous recommendations. If this cannot be accomplished,


the minority member shall submit a minority report simultaneously to the Owner,
Contractor and other BOARD members.

.7 Prior to receiving any request for review, the BOARD will encourage the resolution of
differences at the job level, consistent with the requirements of General Conditions, Part
8 Dispute Resolution.

.8 Except for providing the services required in the Agreement, the BOARD and its
individual members shall refrain from giving any advice to either party concerning
conduct of the Work or the resolution of problems, which might compromise the
BOARD's integrity.

1.4 CONTRACTOR RESPONSIBILITIES

.1 Except for its participation in the BOARD's activities as provided in the Contract
Documents and in this Agreement, the CONTRACTOR shall not solicit advice or
consultation from the BOARD or its members on matters dealing with the conduct of the
Work or resolution of problems, which might compromise the BOARD's integrity.

.2 The CONTRACTOR shall furnish to each BOARD member one copy of all documents it
has, other than those furnished by the OWNER, which are pertinent to the performance
of the BOARD, with copies to the OWNER.

.3 The CONTRACTOR shall cooperate with the OWNER and BOARD to facilitate
presentation of disputes and the timely and impartial resolution of disputes that are
referred to the BOARD.

1.5 OWNER RESPONSIBILITIES

.1 Except for its participation in the BOARD's activities as provided in the Contract
Documents and in this Agreement, the OWNER shall not solicit advice or consultation
from the BOARD or its members on matters dealing with the conduct of the Work or
resolution of problems, which might compromise the BOARD's integrity.

.2 The OWNER shall furnish each BOARD member one copy of the conformed Contract
Documents, including but not limited to, the Specifications, Drawings, Geotechnical
Baseline Report, Geotechnical Data Report, addenda, progress schedule and updates,
weekly progress reports, minutes of progress meetings, change orders, and other
documents pertinent to the performance of the Contract, and necessary to the BOARD's
work.

.3 The OWNER will, in cooperation with the CONTRACTOR, coordinate the operations of
the BOARD.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

.4 The OWNER will arrange for or provide conference facilities at or near the site, and
provide secretarial and copying services.

.5 The OWNER will cooperate with the CONTRACTOR and BOARD to facilitate
presentation of disputes and the timely and impartial resolution of disputes that are
referred to the BOARD.

1.6 TIME FOR BEGINNING AND COMPLETION

.1 The BOARD shall be active throughout the duration of the Contract. It shall begin
operation upon written authorization of the OWNER following execution of this
Agreement, and shall terminate its activities on completion or termination of the
Contract.

.2 The BOARD members shall not begin any work under the terms of this Agreement until
authorized in writing by the OWNER.

1.7 PAYMENT

.1 Invoices of the BOARD members shall be paid by the CONTRACTOR. Payments shall
constitute full compensation for work performed and services rendered, and for all
materials, supplies and incidentals necessary to serve on the BOARD.

.1 Payment for Services and Expenses


.1 Payment for services rendered by the three members of the BOARD will
be made at the rate agreed to between the OWNER, the
CONTRACTOR, and the members. Changes in the billing rate are
subject to agreement between the OWNER, the CONTRACTOR and the
members.
.2 Direct, non-salary expenses will be reimbursed at the actual cost to each
BOARD member. These expenses may include, but are not limited to,
automobile mileage, parking, travel expenses from the BOARD
member's point of departure to the initial point of arrival, automobile
rental, food and lodging, printing, long distance telephone, postage and
courier delivery. Air travel will be reimbursed for Coach class.
Automobile mileage will be paid at CAD $0.52/km. Billing for these
expenses shall include an itemized listing supported by copies of the
original bills, invoices and expense accounts.

.2 Payments
.1 Each BOARD member may submit invoices for payment for work
completed not more than once per month during the progress of the
Work. Such invoices shall be in a format approved by the OWNER and
CONTRACTOR, and accompanied by a general description of activities
performed during that period. The value of the work accomplished for
payment shall be established from the billing rate and hours expended by
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

the BOARD member together with direct, non-salary expenses.


Satisfactorily submitted invoices shall be paid within 30 days.

.2 The CONTRACTOR shall pay the invoices of all BOARD members


after approval of both parties. The CONTRACTOR will then bill the
OWNER for 50 percent of such invoices.

.3 Inspection of Cost Records


.1 The cost records and accounts pertaining to this Agreement shall be kept
available for inspection by representatives of the OWNER or
CONTRACTOR for three years after final payment.

1.8 ASSIGNMENT

.1 BOARD members shall not assign any of the Work of this Agreement.

1.9 TERMINATION OF AGREEMENT

.1 This Agreement may be terminated by mutual agreement of the OWNER and the
CONTRACTOR at any time upon not less than four weeks written notice to the other
parties.

.2 BOARD members may withdraw from the BOARD by providing four weeks written
notice. BOARD members may be terminated for or without cause. The OWNER and
CONTRACTOR must agree to terminate a member.

1.10 LEGAL RELATIONS

.1 The parties hereto mutually understand and agree that each BOARD member, in the
performance of his duties on the BOARD, is acting in the capacity of an independent
agent and not as an employee of either the OWNER or the CONTRACTOR.

.2 The OWNER and CONTRACTOR expressly acknowledge that each BOARD member is
acting in a capacity intended to facilitate resolution of disputes. Accordingly, it is agreed
and acknowledged that, to the fullest extent permitted by law, each BOARD member
shall be accorded quasi-judicial immunity for any actions or decisions associated with
the consideration, hearing, and recommendation of resolution for disputes rightfully
referred to the BOARD.

.3 Each BOARD member shall be held harmless for any personal or professional liability
arising from or related to BOARD activities. To the fullest extent permitted by law, the
OWNER and CONTRACTOR shall indemnify all BOARD members for claims, losses,
demands, costs and damages (including reasonable attorney fees) for bodily injury,
property damage, or economic loss arising out of or related to BOARD decisions. The
foregoing indemnity is a joint and several obligation.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

1.11 DISPUTES REGARDING THIS THREE-PARTY AGREEMENT

.1 Any dispute among the parties hereto, arising out of the Work or other items of this
Agreement, which cannot be resolved by negotiation and mutual concurrence between
the parties, shall be referred to either mediation or arbitration according to procedures as
stated in CCDC4-2011 GC 8.0.
CITY OF OTTAWA SECTION 00803A
COMBINED SEWAGE STORAGE TUNNEL DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first
above written.

BOARD MEMBER BOARD MEMBER

Signature Signature

Typed Name Typed Name

Date Date

BOARD MEMBER

Signature

Typed Name

Date

CONTRACTOR OWNER

By: By:

Signature Signature

Typed Name Typed Name

Title Title

Date Date

Attest: Attest:
By: By:
Secretary Clerk
AFFIX SEAL
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

Part 1 General

1.1 DEFINITIONS
.1 The City of Ottawa is hereinafter and elsewhere in the Contract Documents referred to as
the Owner. The contract documents may refer to the Owner, the City of Ottawa,
the City and City. All these have the same meaning as the Owner.
.2 The contract documents may refer to Consultant, Engineer, Owners Agent and
Contract Administrator. All these have the same meaning as Consultant.
.3 Where the word provide is used in any Specification Section, it shall mean furnishing
and incorporating a specified item, product, or material into the Works, including all
necessary labour, materials, and equipment to perform the Work required, ready for use
by the Engineer.
.4 Where the words demolish and demolition are used in any Specification Section,
they shall mean remove and dispose of as specified in Section 02222 Demolition and
Removal.
.5 The definition of Confined Spaces is in accordance with O.Reg. 632/05.
.6 The contract documents may refer to Substantial Performance and Substantial
Completion. These have the same meaning as Substantial Performance as per the
definition in the Construction Lien Act, R.S.O 1990, Chapter C.30

1.2 GENERAL SUMMARY


.1 This section outlines in general the work to be done under the Contract in accordance
with the contract drawings and specified herein.
.2 The Contractor shall supervise, organize, coordinate and direct all construction
operations described in the contract documents, regardless of the division in which the
works are specified. The Contractor shall resolve conflicts arising between trades, sub-
contractors, suppliers and/or other contractors working in the adjacent area.
.3 Construct and test foundations, structures, pipelines, sewers and tunnels, shafts,
buildings, tanks, equipment and other facilities shown on the contract drawings and
specified herein.
.4 Supply, install, calibrate and commission all mechanical, electrical, process,
instrumentation and communication equipment shown on the contract drawings and
specified herein. Include operating assistance to the Owner as described herein.
.5 In addition to constructing the works shown on the drawings, design, construct, and
maintain, unless otherwise specified or shown on the drawings, all temporary works and
facilities required for the construction of the works. Remove temporary works and
facilities when construction is completed. Temporary works and facilities include, but
are not limited to, the following:
.1 All security fencing whether permanent or temporary
.2 Shoring and bracing systems for excavations whether part or all is left in place or
not, shall be designed, approved and stamped by a Professional Engineer Licensed
in Ontario.
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

.3 Construction access roads and related items


.4 Excavation and/or unwatering systems.
.5 Formwork for concrete.
.6 Falsework and bracing for formwork or for other parts of the works while under
construction.
.7 Bracing and shoring for partially completed steelwork, precast concrete, existing
structures and pipelines, or other assembly.
.8 Scaffolding.
.9 Temporary pumping for flow bypass and management
.10 Curtains to control the migration of dust during work.
.11 Silt fencing and other erosion and sediment control measures such as tire washing
stations.
.12 Protection and support for existing structures and facilities as necessary for the
construction to proceed.
.13 Temporary barriers and enclosures, including NCC standard wooden hoarding
.14 Temporary utilities (water, power, light, instrumentation, heating, ventilation
services and sanitary facilities etc.)
.15 Groundwater treatment and disposal as required.
.16 Piping and equipment support
.17 Cleaning around the job site

.18 Temporary vehicular access and parking development, maintenance, and


restoration

1.3 DESCRIPTION OF WORK

.1 The description of the Work is not, nor is it intended to be, complete and all inclusive.
.2 In general, the Work under this contract consists of supply and installation of materials,
labour and equipment for the construction of the Combined Sewage Storage Tunnel
(CSST) inclduing, but not limited to, the following. The list below is provided for
general reference and is not considered exhaistive and does not relieve the Contractor of
their responsibility to comply with all requirements of the Contract Documents:
.1 East-West Tunnel (EWT), a 4.1km long, 3.0m inside-diameter tunnel at 0.095%
slope. The sites and associated work on the EWT include, but are not limited to,
the following:
.1 West End Shaft (Site 1): New EWT Access Chamber, miscellaneous works
at the existing Diversion Chambers, electrical and instrumentation and
control modifications at the existing Real Time Control regulator control
vault, and a new Odour Control Building and supporting facilities. This site
will serve as the TBM extraction point for the EWT.
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

.2 EWT/NST Intersection (Site 2): Access structure on the EWT and


associated air vent chamber.
.3 RCI Diversion/Drop (Site 3a): Diversion chamber and drop structure to
direct flow from the Rideau Canal Interceptor into the EWT, and a new
Odour Control Building which also houses the electrical, control and
communications infrastructure.
.4 Rideau Canal Regulator (Site 3b): Modifications to the existing Real Time
Control regulator including electrical and instrumentation and control
removals, gate and actuator abandonment/decommissioning and
miscellaenous concrete works.
.5 Nicholas Street Shaft (Site 3c): EWT Access Structure, miscellaneous site
works, and mid-point launch and/or extraction shaft for EWT construction
and associated air vent chamber including temporary electrical power for
TBM operations and miscellaneous construction requirements.
.6 Cumberland Street Shaft (Site 4): Access structure on the EWT and
associated air vent chamber.
.7 EWT Outlet (Site 5): The site will be the primary staging area for EWT
construction and include the tunnel launch or extraction shaft. Outlet
chamber to control diversion of flows from the Rideau River Collector
(RRC) to the EWT, and EWT flows to the existing Interceptor Outfall
Sewer (IOS), including temporary electrical power for TBM operations and
miscellaneous construction requirements. New control building within the
existing Keefer Biofilter grounds to house the electrical, control and
communications equipment.
.8 RRC Diversion (Site 5c): New diversion sewer and RRC overflow sump
chamber to convey RRC flow to the outlet chamber.
.2 North-South Tunnel (NST), a 1.9km long, 3.0m inside-diameter tunnel at 0.1%
slope towards the north (except section north of Slater, which has a 0.48% slope
towards the south). The sites and associated work on the NST include, but are not
limited to, the following:
.1 NST Overflow (Site 6): Emergency overflow for EWT/NST to Kent Street
storm tunnel outfall chamber north of the Supreme Court within the
escarpment. New chamber for connection of NST to outfall chamber,
equipped with overflow weir and associated level monitoring and
communication equipment. Replacement of the existing Kent Storm Sewer
outlet and new connection chamber with surface outfall to the Ottawa
River. This site will serve as the TBM extraction point for the NST.
.2 McLeod Street Drop (Site 8): Vortex drop chamber for future sewer with
de-aeration chamber, connection to the NST, and associated air vent
chamber.
.3 Catherine Street Drop (Site 9): NST access and drop structure to direct
flows from the existing combined sewer in a new structure to the NST
access/drop structure. Odour Control Building complete with air duct
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

connecting to Site 9 shaft and housing all electrical, control and


communications equipment for the flushwater chamber at Site 10.
.4 Chamberlain Shaft (Site 10): This site will be the primary staging area for
NST construction including a launch shaft. New domestic flush water shaft
to house isolation gates and associated level monitoring equipment for
flushing of the NST, and associated air vent chamber, including temporary
electrical power for TBM operations and miscellaneous construction
requirements.
.3 Supply, installation, testing and commissioning of flap gates, isolation style slide
gates and motorized actuators including stem, stem supports and associated
mounting assembly at locations indicated on the Contract Drawings.
.4 Supply, installation, testing and commissioning of odour control systems as
indicated on the Contract Drawings complete with SCADA connectivity and
odour control piping from the adjacent chambers.
.5 Supply, install, calibrate, test and commission all mechanical, process, electrical,
communication and instrumentation equipment, control systems, cables, wires,
ductbanks, lighting and associated appurtenances shown on the drawings and
specified herein to meet functional and operational requirements.
.6 Supply, installation, testing and commissioning of all site works including
removal, clearing and grubbing, grading, excavation, backfill, roadway, building
piping (process piping, water service and gas line etc.), landscaping, signage,
concrete work and other site features as shown on the contract drawings and
specified herein.
.7 Design and implementation of traffic control measures, temporary detours,
pedestrian control measures and associated removals, new works and
reinstatement to accommodate the works.
.8 Connection and tie-in of the new equipment systems and utility services to the
existing systems.
.9 Supply of operating and maintenance manuals.
.10 Supply of as-built drawings.
.11 Factory Acceptance Testing (FAT) as outlined in the Specifications.
.12 Pre-commissioning checks of all new equipment and devices.
.13 Performance test on all new equipment and systems.
.14 Coordinate with the City of Ottawa staff for the system programming and SCADA
Site Acceptance Tests.
.15 Support the SCADA Site Acceptance Test that will be led by City staff.
.16 Perform facility commissioning.
.17 Restoration of all facilities damaged during construction work to the current or
better condition.
.18 Ensuring that City has access to operating infrastructure at all times, in or near the
construction sites.
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

.19 Clean and tidy access and egress routes for all personnel and equipment traffic.
.20 Provide submittals as specified.
.21 Training of operation and maintenance personnel.
.22 Successful continuous operation of the entire CSST system over the warranty
period. The City of Ottawa will operate the CSST system over this period.
.23 Removal of scaffolding, temporary facilities and other equipment as well as final
clean-up upon completion and prior to handing over the Works to the City.
.24 Warranty service, inspection and support including cleaning and confined space
entry support as needed.

1.4 CONTRACT METHOD

.1 Construct Work under unit price CCDC4-2011 contract.


.2 The Contract Work within all sites in the Combined Sewage Storage Tunnel
Construction Limit will be paid at the unit prices as specified in the Schedule of Items
and Prices following the requirements of CCDC4-2011, Section 00100 Amendments to
the CCDC4 2011 Agreement and Section 00105 Supplementary Conditions CCDC4-
2011 Specifications.

1.5 CONSTRUCTION CONSTRAINTS

.1 Refer to Section 01117 Construction Sequences and Constraints for other details.

1.6 CODES AND PERFORMANCE REQUIREMENTS


.1 Perform work in accordance with all regulations in Section 01060 Regulatory
Requirements and any other code of provincial or local application provided that in any
case of conflict or discrepancy, the more stringent requirements shall apply.
.2 Meet or exceed the requirements of:
.1 Contract documents
.2 Specifications
.3 Addenda
.4 Reviewed Shop Drawings
.5 Field Instructions and change orders
.6 Other modifications to Contract
.7 Field test reports
.8 Copy of approved work schedule
.9 Manufacturers installation and application instructions

1.7 CONTRACT DRAWINGS


.1 The Contract Drawings accompany and form part of these Specifications.
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

.2 The Drawings are prepared in SI metric units.


.3 Read the Drawings as a whole, as details applicable to one Section may appear on the
Drawings of another Section or Sections.
.4 Additional drawings showing details in accordance with which the work is to be
constructed may be supplied from time to time by the Owner. Such drawings are for the
information of and assistance to the Contractor and will not become a basis for extra
payment. The Owner may supply drawings covering additional work. These will be
identified as additional work.
.5 Contract Drawings give general location of piping routes and equipment. Except where
specific dimensions are indicated, locate equipment and piping to limit interference with
pedestrian access, crane routes, equipment operation, equipment maintenance and
required headroom.
.6 Refer to Structural and Architectural Drawings for dimensions and details which are not
indicated on Instrumentation, Mechanical or Electrical Drawings.

1.8 CONTRACT SPECIFICATIONS

.1 For easy reference, the contract specifications are divided into divisions. The
specifications shall be read as a whole as details applicable to one division may appear in
another division or divisions. The Contractor shall coordinate all work performed by
subcontractors.
.2 In the event of any conflicts within and/or between the specification sections, the more
stringent requirement(s) shall apply.

1.9 WORK COMPLIANCE

.1 Provide all work during its progress and at its completion to the lines, levels and grades
shown.
.2 Build all work in a thoroughly substantial and workmanlike manner, in accordance with
the Contract Drawings and Specifications, subject to such modifications and additions as
may be deemed necessary during its execution. In no case will any work in excess of the
requirements of the Drawings and Specifications be paid for, unless approved in writing
by the Engineer.

.3 The Contractor acknowledges that it is aware that the awarding of this Contract, and/or
release of the Commence Work Order, are subject to obtaining the following approvals.
Copies of these approvals and application information are provided to the Contractor as
Reference Documents:
.1 MOECC Draft Permit to take Water (PTTW)
.2 MOECC Environmental Compliance Approval (ECA)

.4 The Contractor shall not make any claims for additional costs or expenses due to delays
in the commencement of work (or portions thereof). The Contract Substantial
Performance and Completion dates will be adjusted to account for delays to release of
the Commence Work Order.
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

1.10 ENGINEER DESIGN

.1 Where specifications require work to be designed by an engineer, engage a professional


engineer licensed in the Province of Ontario with demonstrated experience to design
such work.

1.11 EXECUTION

.1 Execute cutting, fitting, and patching including excavation and fill, to complete Work.
.2 Fit several parts together, to integrate with other Work.
.3 Uncover Work to install ill-timed Work.
.4 Remove and replace defective and non-conforming Work.
.5 Provide openings in non-structural elements of Work for penetrations of mechanical and
electrical Work.
.6 Execute Work by methods to avoid damage to other Work, and which will provide
proper surfaces to receive patching and finishing.
.7 Employ original installer to perform cutting and patching for weather-exposed and
moisture-resistant elements, and sight-exposed surfaces.
.8 Cut rigid materials using masonry saw or core drill. Pneumatic or impact tools not
allowed on masonry work without prior approval.
.9 Restore work with new products in accordance with requirements of Contract
Documents.
.10 Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces.
.11 Refinish surfaces to match adjacent finishes: For continuous surfaces refinish to nearest
intersection; for an assembly, refinish entire unit.
.12 Conceal pipes, ducts and wiring in floor, wall and ceiling construction of finished areas
except where indicated otherwise.
.13 Coordinate with the City staff or the Owner of the facility in advance if the cutting or
alternation affects or may affect the operation of the existing facilities.

1.12 PAYMENT

.1 General
.1 In general, payment is to be made in accordance with CCDC4-2011 and Section
01025 Measurement and Payment.

1.13 SUBSTANTIAL PERFORMANCE


.1 In addition to the requirements in the General Conditions and Supplementary General
Conditions, Substantial Performance shall only be issued once the following
requirements have been addressed to the satisfaction of the Engineer:
CITY OF OTTAWA SECTION 01010
COMBINED SEWAGE STORAGE TUNNEL SUMMARY OF WORK
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

.1 Successful testing, start-up and commissioning of all equipment and systems as


specified in Section 01810 - Commissioning.
.2 Submission of As-Built Drawings and of Operations and Maintenance Manuals as
specified in Section 01330 Submittal Procedures, Section 01750 Operations
and Maintenance Manual and Section 01780 Closeout Submittals.
.3 Demonstration and Training of the Citys staff operating the facilities as specified
in Section 01820 Demonstration and Training.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01015
COMBINED SEWAGE STORAGE TUNNEL CONTRACTOR'S USE OF PREMISES
CONTRACT NO. ISD14-2036 PAGE 1 OF 9

Part 1 General

1.1 DESCRIPTION

.1 This Section specifies requirements for Contractor's use of project site during the
construction.

.2 This Section also specifies the easements being obtained by the City.

1.2 RELATED SECTIONS

.1 Section 01060 - Regulatory Requirements

.2 Section 01117 - Construction Sequences and Constraints

.3 Section 01160 - Erosion and Sediment Control Plan

.4 Section 01560 - Temporary Barriers and Enclosures

.5 Section 02150 Excavation Support System

1.3 GENERAL

.1 The Contractors staging area for each of the project sites is defined on the Contract
Drawings.
.2 The Contractor shall confine its operations within the maximum working easements and
staging areas shown on the drawings for construction, storage and access. At no time will
the Contractor be permitted to operate outside of these defined maximum staging areas.
Electronic CADD files of the staging areas can be provided to the Contractor if
requested.
.3 The Contractor shall not enter NCC, PWGSC or MTO property at any time that is not
outlined in the Contract Documents.
.4 The Contractor is informed that the City is currently undertaking real estate easement
and property purchase negotiations for the properties shown in Attachment A and listed
in the Attachment A table with anticipated commencement dates and real estate type.
This information may be modified prior to and during construction and will be provided
to the Contractor when available.
.5 Refer to Section 01560 - Temporary Barriers and Enclosures for details on the fencing
required at each site.
.6 The Contractor shall not enter upon or occupy with workers, equipment, tools or
materials, any lands other than public streets, roadways, right-of-ways or easements
shown on the Contract Drawings except after written consent has been received from the
private property owner and the City.
.7 The Contractor shall maintain the site in good order and shall not unnecessarily
encumber the site with materials or equipment.
CITY OF OTTAWA SECTION 01015
COMBINED SEWAGE STORAGE TUNNEL CONTRACTOR'S USE OF PREMISES
CONTRACT NO. ISD14-2036 PAGE 2 OF 9

.8 The construction of the Work shall be carried out in such a manner that minimizes any
inconvenience caused to the owners and occupants of properties adjacent to the Site.
.9 All materials shall be stored separately on the Site at locations agreed upon with the
Consultant and shall be suitably protected to prevent their deterioration or damage. Any
material which, in the opinion of the Consultant, has deteriorated or been damaged shall
be removed immediately from the Site at the Contractor's expense.
.10 The flow in existing drains and ditches shall be maintained by the Contractor at all times
at no extra cost to the City. During the construction of the facilities, the Contractor shall
coordinate with the Consultant to schedule the Work in order to ensure continual flow.
.11 The Contractor shall obtain the prior written approval of the Consultant for all tie-in or
shut down work to the existing facilities. The City's staff will operate any valve, switch,
or other control on existing facilities. The application for the tie-in or shutdown work
shall be submitted to the City for approval at least 10 working days in advance of the
Work. Refer to Section 01117 - Construction Sequences and Constraints for further
details related to tie-ins and shutdowns.
.12 The Contractor shall maintain access to the City for operating infrastructure in the work
areas at all times.
.13 No in-water work is permitted in the Rideau Canal or Rideau River.

1.4 STAGING AREA

.1 The staging area for the construction is shown on the contract drawing for each site.
.2 The Contractor shall base their bid price on the maximum staging areas indicated on the
Contract Drawings. At no time will the Contractor be allowed to stage works outside
these areas.
.3 Locate construction trailers, laydown areas, and temporary buildings under the direction
of the Contract Administrator.
.4 Develop a Staging Plan showing the staging area and any modifications to this area for
work on or near NCC/PWGSC land (Site 1, 3a, 3c, 5, 6) and within 30m of Parks Canada
land (Site 3a, 3b), along with equipment storage, fueling areas, and access/egress
locations. Coordinate with the Erosion and Sediment Control Plan (Section 01160).
Provide this plan to the Contract Administrator, NCC, PWGSC, and Parks Canada at
least 60 working days prior to start of work and modify based on comments. Ensure
plans comply with the Parks Canada Permit (Section 01060). Do not commence any
work at these sites until the plan has been approved by the NCC, Parks Canada and the
Contract Administrator.

1.5 WORK AREA

.1 Contractor shall clearly delineate the entire perimeter of his working area with fencing as
specified in Section - 01560 Temporary Barriers and Enclosures and as shown on the
contract drawings, with sufficient access gates, c/w signage identifying company name,
site contact telephone number, and emergency contact information prior to
commencement of any work.
CITY OF OTTAWA SECTION 01015
COMBINED SEWAGE STORAGE TUNNEL CONTRACTOR'S USE OF PREMISES
CONTRACT NO. ISD14-2036 PAGE 3 OF 9

.2 All points of entry into the Contractor's working area shall be similarly controlled by
sturdy barriers and signage.
.3 Confine operations within easements for construction, storage and access.
.4 Install, secure and maintain fencing along working and storage areas, access routes and
both sides of easements.

1.6 STORAGE

.1 Contractor shall provide suitable storage areas for construction materials.


.2 Contractor shall obtain permission from the site Engineer before storing any materials in
any new building areas under construction.
.3 Excess materials resulting from any or all excavations are the property of the Owner. Its
disposal by the Contractor as part of his contract shall be as directed by the Owner unless
the Owner waives this requirement. Under this circumstance, the Contractor shall be
responsible for the disposal of any or all of the excess materials.
1.7 WORKING LIMITS HOUSEKEEPING

.1 Contractor to maintain the grounds within his working limits and around any equipment
or storage areas. This includes removal of waste material, cutting of grass, and snow
removal.

1.8 CONTRACTOR PARKING

.1 The Contractor is made aware that the Owner will not provide designated parking for the
Contractors staff outside of the designated staging area. It is the Contractors
responsibility to obtain and pay for offsite parking and transportation of staff to the work
sites, should adequate space not be available within the staging area. Any parking tickets
issued to the Contractors employees shall be the responsibility of the Contractor.
.2 Only commercial vehicles subject to the requirements of PWGSC as outlined within the
Contract Documents are permitted to access Site 6. No personal vehicles are permitted to
access Site 6. Parking is not permitted for Contractor staff on NCC, PWGSC, Supreme
Court, Parliamentary Precinct or Government of Canada lands in the vicinity of Site 6
north of Wellington Street.

1.9 SITE 10 EXISTING HIGHWAY 417 ROADWAY PROTECTION AND SHORING


SYSTEM

.1 The Contractor shall take over the existing roadway protection and shoring system for
the Highway 417 installed as part of the 2015 Kent Street Bridge Replacement project at
Site 10, and shall assume full responsibility for this system for the duration of the works.
Details of the existing roadway protection and shoring system are indicated in the
Contract Drawings. Monitoring of vertical and horizontal displacement has been ongoing
since installation, which will be provided to the Contractor upon Contract Award.
Monitoring of the existing roadway protection and shoring system will be required on a
CITY OF OTTAWA SECTION 01015
COMBINED SEWAGE STORAGE TUNNEL CONTRACTOR'S USE OF PREMISES
CONTRACT NO. ISD14-2036 PAGE 4 OF 9

bi-weekly basis upon Contract Award and is required to be removed upon completion of
the works shall follow the requirements of Section 02150 Excavation Support System.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

ATTACHMENTS

Attachment A: Real Property Schedule. Refer to Appendix 10 for Real Property Sketches.

END OF SECTION
Section 01015 Contractors Use of Premises
Combined Sewage Storage Tunnel (CSST) Project

ATTACHMENT A: REAL PROPERTY SCHEDULE

1. Introduction

This Real Property Schedule describes real property interests which the City is in the process of acquiring for purposes of the CSST
Project. The boundaries and limits of the said real property interests, including commencement dates and durations of Temporary
Easements, are more particularly described in the tables below (the Property Tables) together with the Property Request Plans
referred to in the Property Tables.

Additional limitations on Real Property Interests included in this Real Property Schedule are denoted by a reference number included
in the Notes column of the Property Tables which reference number corresponds to the number listed in Section 3 Special
Limitations to this Real Property Schedule. The list of limitations described in Section 3 Special Limitations to this Real Property
Schedule is not exhaustive and is in addition to other constraints on the use of real property including but not limited to constraints
described in Contract No. ISD14-2036 and/or limitations arising from title encumbrances.

Construction Access Available Duration Notes


No Project Sector Property Request Plan No. Parcel Type of Interest
Date (Months)
001 EWT Tunnel Site 1 16478site01-02c Parcel 1 Fee Simple (Stratified) 01-Aug-18 n/a
002 EWT Tunnel Site 1 16478site01b Parcel 1 Permanent Easement ( Stratified) 01-Aug-18 n/a
003 EWT Tunnel Site 3a 16478site03-01d Parcel 1 Permanent Easement (Stratified) 1-Mar-18 n/a
004 Site 3a 16478site03-01d Parcel 2 Permanent Easement 1-Mar-18 n/a
005 Site 3a 16478site03-01d Parcel 3 Temporary Construction Easement 1-Mar-18 15
006 Site 3a 16478site03-01d Parcel 4 Permanent Easement 1-Mar-18 n/a
007 Site 3a 16478site03-01d Parcel 5 Permanent Easement 1-Mar-18 n/a
008 EWT Tunnel Site 3a 16478site03-02d Parcel 1 Permanent Easement (Stratified) 1-Mar-18 n/a
009 Site 3a 16478site03-02d Parcel 2 Permanent Easement 1-Mar-18 n/a
010 Site 3a 16478site03-02d Parcel 3 Permanent Easement 1-Mar-18 n/a
011 Site 3a 16478site03-02d Parcel 4 Temporary Construction Easement 1-Mar-18 15
012 Site 3a 16478site03-02d Parcel 5 Permanent Easement 1-Mar-18 n/a
013 Site 3a 16478site03-02d Parcel 6 Permanent Easement 1-Mar-18 n/a
Section 01015 Contractors Use of Premises
Combined Sewage Storage Tunnel (CSST) Project

Construction Access Available Duration Notes


No Project Sector Property Request Plan No. Parcel Type of Interest
Date (Months)
014 EWT Tunnel Site 3a 16478site03-03 Parcel 1 Permanent Easement (Stratified) 1-Mar-18 n/a
015 Site 3a 16478site03-04d Parcel 1 Permanent Easement 1-Mar-18 n/a
016 Site 3a 16478site03-04d Parcel 2 Temporary Construction Easement 1-Mar-18 20
017 Site 3a 16478site03-04d Parcel 3 Temporary Construction Easement 1-Mar-18 20
018 Site 3a 16478site03-04d Parcel 4 Temporary Easement 1-Mar-18 20
019 EWT Tunnel Site 3c 16478site03c-01c-1&2 Parcel 1 Permanent Easement (Stratified) 31-July-17 n/a
020 EWT Tunnel Site 3c 16478site03c-01c-1&2 Parcel 2 Temporary Construction Easement 31-July-17 24
021 EWT Tunnel Site 3c 16478site03c-01c-1&2 Parcel 3 Permanent Easement (Stratified) 31-July-17 n/a
022 EWT Tunnel Site 3c 16478site03c-01c-1&2 Parcel 4 Permanent Easement 31-July-17 n/a
023 Site 3c 16478site03c-01c1&2 Parcel 5 Temporary Construction Easement 31-July-17 24
024 EWT Tunnel 16478site03c-02c Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
025 EWT Tunnel 16478site05-01b Parcel 1 Permanent Easement (Stratified) 01-May-17 n/a
026 EWT Tunnel 16478site05-01b Parcel 2 Permanent Easement (Stratified) 01-May-17 n/a
027 EWT Tunnel 16478site05-02b Parcel 1 Permanent Easement (Stratified) 01-May-17 n/a
028 EWT Tunnel 16478site05-03b Parcel 1 Permanent Easement (Stratified) 01-May-17 n/a
029 Site 5 16478site05-04b Parcel 1 Temporary Construction Easement 01-May-17 30
030 Site 5 16478site05-04b Parcel 2 Fee Simple (49-year Stratified) 01-May-17 n/a
031 Site 5 16478site05-04b Parcel 3 Temporary Construction Easement 01-May-17 30
032 Site 5 16478site05-04b Parcel 4 Permanent Easement (Stratified) 01-May-17 n/a
033 Site 5 16478site05-04b Parcel 5 Permanent Easement 01-May-17 n/a
034 Site 5 16478site05-06d Parcel 1 Temporary Construction Easement 01-May-17 30
035 Site 5 16478site05-06d Parcel 2 Permanent Easement (Stratified) 01-May-17 n/a
036 Site 5 16478site05-06d Parcel 3 Permanent Easement 01-May-17 n/a
037 Site 5 16478site05-06d Parcel 4 Temporary Construction Easement 01-May-17 30
038 Site 5 16478site05-07d Parcel 1 Permanent Easement (Stratified) 01-May-17 n/a
039 Site 5 16478site05-07d Parcel 2 Permanent Easement (Stratified) 01-May-17 n/a
040 Site 5 16478site05-07d Parcel 3 Temporary Construction Easement 01-May-17 30
041 Site 5 16478site05-07d Parcel 4 Temporary Construction Easement 01-May-17 30
Section 01015 Contractors Use of Premises
Combined Sewage Storage Tunnel (CSST) Project

Construction Access Available Duration Notes


No Project Sector Property Request Plan No. Parcel Type of Interest
Date (Months)
042 Site 5 16478site05-07d Parcel 5 Temporary Construction Easement 01-May-17 30
043 Site 5 16478site05-07d Parcel 6 Permanent Easement 01-May-17 n/a
044 Site 5 16478site05-07d Parcel 7 Temporary Construction Easement 01-May-17 30
045 Site 5 16478site05-07d Parcel 8 Temporary Construction Easement 01-May-17 30
046 Site 5 16478site05-09 Parcel 1 Temporary Construction Easement 01-May-17 30
047 EWT Tunnel 16478site05w-01 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
048 EWT Tunnel 16478site05w-02 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
049 EWT Tunnel 16478site05w-03 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
050 EWT Tunnel 16478site05w-04 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
051 EWT Tunnel 16478site05w-05 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
052 EWT Tunnel 16478site05w-06 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
053 EWT Tunnel 16478site05w-07 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
054 EWT Tunnel 16478site05w-08 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
055 EWT Tunnel 16478site05w-09 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
056 EWT Tunnel 16478site05w-10 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
057 EWT Tunnel 16478site05w-11 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
058 EWT Tunnel 16478site05w-12 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
059 EWT Tunnel 16478site05w-13 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
060 EWT Tunnel 16478site05w-14 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
061 EWT Tunnel 16478site05w-15 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
062 EWT Tunnel 16478site05w-16 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
063 EWT Tunnel 16478site05w-17 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
064 EWT Tunnel 16478site05w-18 Parcel 1 Fee Simple (Stratified) 01-May-17 n/a
065 Site 6 16478site06-01b Parcel 1 Permanent Easement 01-May-16 n/a
066 Site 6 16478site06-01b Parcel 2 Temporary Construction Easement 01-April-17 14
067 Site 6 16478site06-01b Parcel 3 Temporary Construction Easement 01-April-17 14
068 Site 6 16478site06-01b Parcel 4 Temporary Construction Easement 01-April-17 14
069 NST Tunnel Site 6 16478site06-02b Parcel 1 Permanent Easement (Stratified) 01-May-16 n/a
Section 01015 Contractors Use of Premises
Combined Sewage Storage Tunnel (CSST) Project

Construction Access Available Duration Notes


No Project Sector Property Request Plan No. Parcel Type of Interest
Date (Months)
070 NST Tunnel Site 6 16478site06-02b Parcel 2 Temporary Construction Easement 01-April-17 14
071 NST Tunnel Site 6 16478site06-02b Parcel 3 Temporary Construction Easement 01-April-17 14
072 NST Tunnel Site 6 16478site06-02b Parcel 4 Temporary Construction Easement 01-April-17 14
073 NST Tunnel Site 6 16478site06-02b Parcel 5 Permanent Easement 01-April-17 n/a
074 NST Tunnel Site 6 16478site06-02b Parcel 6 Permanent Easement 01-April-17 n/a
075 NST Tunnel Site 9/10 16478site09-04c Parcel 1 Temporary Construction Easement 01-May-16 31
076 NST Tunnel Site 9/10 16478site09-04c Parcel 2 Permanent Easement 01-May-16 n/a
077 NST Tunnel Site 9/10 16478site09-04c Parcel 3 Temporary Construction Easement 01-May-16 31
078 NST Tunnel Site 9/10 16478site09-04c Parcel 4 Permanent Easement (Stratified) 01-May-16 n/a
079 NST Tunnel Site 9/10 16478site09-04c Parcel 5 Fee Simple 01-May-16 n/a
080 NST Tunnel Site 9/10 16478site09-04c Parcel 6 Fee Simple 01-May-16 n/a
081 NST Tunnel Site 9/10 16478site09-04c Parcel 7 Fee Simple 01-May-16 n/a
082 NST Tunnel Site 9/10 16478site09-04c Parcel 8 Permanent Easement (Stratified) 01-May-16 31
and Temporary Construction
Easement
083 NST Tunnel Site 9/10 16478site09-04c Parcel 9 Permanent Easement 01-May-16 n/a
084 NST Tunnel Site 9/10 16478site09-04c Parcel 10 Temporary Construction Easement 01-May-16 31
085 Site 9 OCF 16478site09-05c Parcel 1 Fee Simple 01-May-16 n/a
086 Site 9 OCF 16478site09-05c Parcel 2 Temporary Construction Easement 01-May-16 31
087 NST Tunnel 16478site09-06c Parcel 1 Fee Simple (Stratified) 01-May-16 n/a
088 NST Tunnel 16478site09-07b Parcel 1 Temporary Construction Easement 01-May-16 20
(Stratified)
089 NST Staging 16478site10-03 Parcel 1 Temporary Construction Easement 01-May-16 32

2. Definitions

In the above table, the following definitions apply in respect of the terms used in the Type of Interest column:

Fee Simple means all rights of ownership of real property.


Section 01015 Contractors Use of Premises
Combined Sewage Storage Tunnel (CSST) Project

Permanent Easement means the rights to use real property for a specific purpose, including for purposes of constructing
and maintaining a utility. The underlying interest in the real property remains with the original owner and the use of real
property pursuant to the easement is subject to certain conditions.
Stratified means the property rights are to specify vertical limits as shown on the applicable Property Request Plan. For
example, a permanent easement, a fee simple interest or a temporary interest may be Stratified, in which case such property
interest only commences below certain vertical limits as shown on the relevant Property Request Plan.
Temporary Easement means the rights to use real property for a specific purpose, such as construction staging and/or
construction. Temporary Easements will have a limited duration and may, but will not necessarily, provide exclusive access to
the relevant real property. Prior to expiry of the term of a Temporary Easement, the real property must be reinstated and, on
expiry, possession of real property is returned to original owner.
3. Special Limitations

The following notes correspond to the numbers shown in the Notes column of the Property Tables:

[NOTE TO TENDERERS This Attachment A, including the real property constraints described in this Section 3 and
referenced in the Notes column of the Property Table, will be the subject of a future Addendum].

CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 1 of 25

1. GENERAL

1.1 Related Sections


.1 All Specification Sections from Division 1 to Division 16

1.2 Submittals
.1 Schedule of Estimated Progress Payments:
.1 Submit with initially accepted Detailed Pricing Breakdown as per CCDC 4, GC 5.2.5.
.2 Submit adjustments thereto with Application for Payment.
.2 Application for Payment.
.3 Final Application for Payment.

1.3 Cash Allowances


.1 Refer to specification Section 00410 - Cash Allowances.

1.4 Contingency Allowance


.1 Refer to CCDC 4, GC 4.2.
.1 Expenditures under contingency allowance will be authorized in accordance with
procedures provided in CCDC 4, GC 6.1 Changes CCDC 4, 6.2 Change Order
and CCDC 4, 6.3 Change Directive as modified.

1.5 Provisional Items


.1 Purpose of the provisional items in Form of Tender is to cover the cost of specific
extra work items that are addressed by the Specifications, provided that implementation of
such work is approved by t h e City. The provisional items include unit price items and
allowances. Some, none, or all of each provisional unit price item and allowance may be
used at sole discretion of the City. The Contractor shall have no claim on any unused
portion of the provisional items or allowances.
.2 Payment for the provisional items shall be based on the actual quantities and the unit prices
entered for provisional quantities shall be applicable to extras or deductions even if actual
quantities are found to vary considerably from them.

1.6 Schedule of Estimated Progress Payments


.1 Show estimated payment requests throughout the Contract beginning within 30 calendar
days of the commencement of the Work and monthly thereafter.
.2 Base estimated progress payments on initially accepted progress schedule and cash flow,
substantiated by a fully itemized statement showing the estimated value of the permanent
work executed through the end of the monthly payment period. Adjust to reflect
subsequent adjustments in the progress schedule and Contract Price as reflected by any
modifications to the Contract Documents.

.3 No progress payment will be made until such time that the Estimated Progress Payment
Schedule (Cash Flow) has been submitted and reviewed by the Contract Administrator.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 2 of 25

1.7 Application for Payment


.1 Transmittal Summary Form: Attach one Summary Form with each detailed Payment
Certificate and include a Request for Payment of Materials and Equipment on Hand as
applicable. Applications for Payment and all related documentation shall be executed by
an authorized officer of the Contractor.
.2 Use a detailed Payment Certificate in a format acceptable to the City.
.3 Payment for bonds and insurance shall be included in the first monthly Payment
Certificate after the City has received the required bonds and proof of insurance in a form
satisfactory to the City and confirming that the Citys bonding and insurance requirements
have been met.
.4 Preparation:
.1 Round payment item values to nearest dollar.
.2 List each Change Order and Written Amendment executed prior to date of
submission as separate line item. Totals are to equal those shown on the
Payment Certificate for each major item of the Work as applicable.
.3 Submit Payment Certificate, including a Transmittal Summary Form and
detailed Application for Payment Form(s) and a listing of materials on hand for
each major item of the Work as applicable, and such supporting data as may
be requested by Contract Administrator.
.5 Payment Certificate must show, for each item of the schedule of values, as defined in
GC5.2.5, of the Contract Price and of each Division 1 to 16 inclusive with the following:
.1 Percentage and value of work completed to date.
.2 Percentage and value of work previously approved for payment.
.3 Percentage and value claimed this payment period.
.4 Percentage and value of work remaining to be completed.
.5 Breakdown of material, labour and commissioning components of each item as
applicable.
.6 Submit Payment Certificate to Contract Administrator before last day of each payment period.
.7 To assist the Contractor with preparation of the Payment Certificate, the Contract
Administrator will meet with the Contractor at the site office on an agreed date during
each payment period, on or prior to last day of payment period, to review the progress of the
Work.
.8 The Contractor and the Contract Administrator shall agree on the quantity of the work
performed and due for payment. Once the quantity has been agreed upon, the Contractor shall
submit the Payment Certificate to the City. The certificate shall be signed and dated by the
Contractors representative.
.9 The following shall be included for all Applications for Payment:
.1 Starting from the second Application for Payment and onwards, a current copy
of a valid Workplace Safety and Insurance Board (WSIB) Certificate of
Clearance and an executed Statutory Declaration certifying that payment has
been made in full to all sub Vendors, suppliers, workmen, and others for labour,
materials, and services required by the Contract through, and including, the
latest progress payment.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 3 of 25

.2 Include copies of all bills of lading for equipment, material, and other items
delivered to site for which payment is requested with each Application for
Payment.
.3 Updated Detailed Progress Schedule and submittals status report in compliance
with Section 01310 Progress Schedules.
.4 The City shall not release monies for Payment Certificates until the Contractor has
provided all of the supporting documentation, as specified herein.

1.8 MeasurementGeneral
.1 Measurement will be made for lump sum items in the Form of Tender for interim
payments that will be used to substantiate the percentage of the Work completed as agreed
to by the Contract Administrator.
.2 Measurement may also be made for items used in the provisional items in the Form of
Tender for interim payments that will be used to substantiate the percentage of the Work
completed as agreed to by the Contract Administrator.
.3 Weighing, measuring, and metering devices used to measure the quantities of materials
for the Work shall be suitable for the purpose intended and conform to the tolerances and
specifications as specified in Government of Canada Weights and Measures Act and
Regulations.
.4 Whenever pay quantities of material are determined by weight, the material shall be weighed
on scales furnished by the Contractor and certified accurate by the federal or provincial
agency responsible. A weight or load slip shall be obtained from the weigher and delivered
to the Citys representative at the point of delivery of the material. When the established
weight includes the weight of a vehicle or container, vehicle or container weight shall be
established as stated herein and used to determine the net weight of material on which
payment will be made.
.5 If the material is shipped by rail, car weights will be accepted provided that the actual
weight of the material only will be paid for and not the minimum car weight used for
assessing freight tariff, and provided further that the car weights will not be acceptable for
material that is to be passed through mixing plants.
.6 Vehicles used to haul material being paid for by weight shall be weighed empty daily and
at such additional times as required by the Contract Administrator. Each vehicle shall
bear a plainly legible identification mark.
.7 Materials that are specified for measurement by the cubic metre measured in the vehicle
shall be hauled in vehicles of such type and size that the actual contents may be readily
and accurately determined. Unless all vehicles are of uniform capacity, each vehicle
must bear a plainly legible identification mark indicating its water level capacity.
Vehicles shall be loaded to at least their water level capacity. Loads hauled in vehicles
not meeting the above requirements or loads of a quantity less than the capacity of the
vehicle, measured after being leveled off as above provided, will be subject to rejection,
and no compensation will be allowed for such material.
.8 Where measurement of quantities depends on the elevation of the existing ground, the
elevations obtained during construction will be compared with those shown on the
Contract Drawings. Variations of 300 mm or less will be ignored, and the profiles shown
on the Contract Drawings will be used for determining quantities.
.9 Units of measure shown on the Form of Tender and methods of measurement shall be
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 4 of 25

as follows, unless specified otherwise.

UNIT METHOD OF MEASUREMENT


EA EachField count by Contract Administrator
H HourField measure by Contract Administrator
Ha HectareField measure by Contract Administrator
Kg KilogramWeight measure by scale
L LitreField measure by Contract Administrator
LS Lump SumUnit is one; no measurement will be made
m Linear MetreField measure by Contract Administrator
m2 Square MetreField measure by Contract Administrator
Cubic MetreField measure by Contract Administrator within limits
m3 specified or shown

m3-VM Cubic MetreMeasured in vehicle by volume

T TonneWeight measure by scale (1000 kg)

1.9 Payment
.1 General:
.1 Progress payments will be made monthly.
.2 The date for the Contractors submission of the monthly Application for
Payment shall be established at the project preconstruction meeting.
.2 Payment for all the Work shown or specified in Contract Documents is included in the
Contract Price.

1.10 Non-Payment for Rejected or Unused Products


.1 Payment will not be made for following:
.1 Loading, hauling, and disposing of rejected material.
.2 Quantities of material wasted or disposed of in manner not called for under or
inconsistent with the Contract Documents.
.3 Rejected loads of material, including material rejected after it has been placed,
by reason of the failure of the Contractor to conform to provisions of the
Contract Documents.
.4 Material not unloaded from the transporting vehicle.
.5 Defective Work not accepted by the City.
.6 Material remaining on hand after completion of the Work.

1.11 Partial Payment for Stored Materials and Equipment


.1 Partial Payment: No partial payments will be made for materials and equipment delivered to
the Site but not yet incorporated into the permanent work, with the exception of items that
apply to Section 1.12 and 1.13 below.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 5 of 25

.2 Final Payment: Will be made only for products incorporated in the Work. The remaining
products, for which partial payments have been made, shall remain the property of the
Contractor unless otherwise agreed by the City, and partial payments made for those items
will be deducted from final payment.

1.12 Partial Payment for Undelivered, Project-Specific Manufactured or Fabricated Equipment


.1 Notwithstanding the above provisions, partial payments for undelivered (not yet delivered to
site or not stored in the vicinity of site) products specifically manufactured for the Project,
excluding off-the-shelf or catalog items, will be made for products listed below when all of
the following conditions exist:
.1 Partial payment request is supported by written acknowledgment from the
suppliers that the invoice requirements have been met.
.2 Equipment is adequately insured, maintained, stored, and protected by
appropriate security measures.
.3 Each equipment item is clearly marked and segregated from other items to
permit inventory and accountability.
.4 Authorization has been provided for access to the storage site for the Contract
Administrator and City.
.5 Equipment meets the applicable specifications of the Contract Documents.
.2 Applicable Items:
.1 The following items may be applicable for partial payment. Validity for other
items may be requested by the Contractor at the discretion of the Contract
Administrator.
.1 Process control equipment
.2 Mechanical equipment
.3 Electrical equipment
.4 Instrumentation

.3 Failure of the Contractor to continue in compliance with above requirements shall give
cause for the City to withhold payments to be made for such equipment from future partial
payments.

1.13 Advance Payments for Material


.1 The Owner may make advance payments for Material, except for aggregates, intended for
incorporation in the Work upon the written request of the Contractor and according to the
following terms and conditions:
.1 The Contractor shall, in advance of receipt of the shipment of the Material,
arrange for delivery of the material to one of the City yards or construction site
for storage.
.2 Payment for all other materials, unless otherwise specified elsewhere in the
Contract, shall be based on the invoice price, and the Contractor shall submit
proof of payment (i.e. Invoice Receipt etc.) to the Contract Administrator before
payment can be made by the Owner.
.3 The payment for all Materials shall be prorated against the appropriate tender
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 6 of 25

item by paying for sufficient units of the item to cover the value of the material.
Such payment shall not exceed 80% of the Contract price for the item.
.4 No partial payments will be made for materials and equipment delivered or stored
unless shop drawings and preliminary operation and maintenance manuals are
acceptable to the Contract Administrator.
.1 Where the Owner makes advance payments subject to the conditions
listed in paragraph 1.13.1, such payment shall not constitute acceptance
of the Material by the Owner. Acceptance shall only be determined when
the material meets the requirements of the appropriate specification.

1.14 Frozen Ground Conditions


.1 No extra payment will be made to the Contractor should frozen ground be encountered to
any depth.
.2 Frozen ground shall not be opened further in advance of construction for more than one
days installation. Frozen native material shall not be placed into any trench as backfill, but
shall be removed from the site and replaced with approved unfrozen or granular material.

2. PRODUCTS (NOT USED)

3. EXECUTION
3.1 Contract Items
.1 Payment for each item will be made at the unit or lump sum price indicated in the Schedule
of Prices in the Form of Tender for the provision of all necessary materials, equipment,
tools, incidentals, labour and supervision to complete the Work as specified in the Contract
Documents, including all Specifications, and as shown on the Contract Drawings.
.2 In the case of any work item and any requirements set out in the General Conditions,
Supplementary Conditions, Specifications, or on the Contract Drawings for which a
separate payment item is not provided in the Schedule of Prices to pay specifically for that
work item, that item or requirement shall be treated as incidental, and all costs associated
with that item shall be apportioned to or included as part of an applicable unit or lump
sum payment item in the Schedule of Prices. The Contractor shall review the Contract
Documents in full and satisfy itself fully of all the requirements of the Contract prior to the
Contractor Submission.
.3 Part A: General and Miscellaneous Items
.1 Item A1.1: Mobilization/Demobilization - General
.1 Payment for Mobilization - General will be made at the lump sum
price as stated in the Schedule of Prices. The lump sum price shall
constitute full compensation for all labour, material, equipment and
incidentals including, but not limited to:
.1 Execution, for all work sites comprising the project, of the
Contractors Health and Safety Plan, Environmental
Management Plan, site cleanliness provisions, and proper and
effective public relations;
.2 Mobilization of all required labour, materials, equipment and
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 7 of 25

incidentals, with the exception of Tunnel Boring Machine(s)


(TBMs), which are covered under a separate item;
.3 Other overall mob/demob requirements described in the
specifications that are applicable for the entire project. Site
specific Division 1 items are included in each specific section in
Part C.
.2 Demobilization upon completion of the Work to include removal of all
temporary facilities at all work sites and completion of all closeout
procedures;
.3 The bid price for this item will be limited to a maximum of 2% of the
total contract price. The price for general mobilization shall not exceed
70% of the total price entered for this item, and the price for general
demobilization shall not exceed 30% of the total price entered for this
item.
.4 The payment for mobilization shall be included in the first payment
certificate issued for the Contract subject to the City being satisfied that
full mobilization has been carried out. If the City is not so satisfied, then
an adjustment to the payment certificate that reflects the degree of
mobilization, in the opinion of the City, will be made.
.5 The payment for demobilization shall become due following Substantial
Performance of the Works and subject to the City being satisfied that full
demobilization has been carried out. If the City is not so satisfied, then an
adjustment to the payment certificate that reflects the degree of
demobilization, in the opinion of the City, will be made.
.2 Item A1.2: Mobilization/Demobilization - TBM
.1 Payment for Mobilization - TBM will be made at the lump sum price
as stated in the Schedule of Prices. Only one lump sum amount will be
paid, regardless of the number of TBMs the Contractor utilizes to
complete the Work. The lump sum price shall constitute full
compensation for all labour, material, equipment and incidentals
including, but not limited to:
.1 Mobilization of all Tunnel Boring Machine(s) (TBMs)
required to complete the Work, including, but not necessarily
limited to, all costs associated with TBM acquisition or
rebuilding and all costs associated with transport of TBM(s) to
site, unloading of TBM(s) at the site, and TBM set up, startup
and commissioning;
.2 Demobilization upon completion of the Work;
.3 The Contractor must provide for the mobilization and
demobilization of the tunnel boring machine(s) in accordance
with these Contract Documents.
.4 After receiving the tunnel boring machine mobilization
payment, it will be considered that the Contractor has been
compensated for the ownership or leasing cost and any lost
opportunity (on this or other projects) of the specialized tunnel
equipment specified in the Contract Documents. Therefore,
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 8 of 25

should any extra work be performed, or delays be incurred, to


the tunnel excavation, which are determined to be the
responsibility of the City, the Contractor will be entitled to
additional compensation only for operating cost of this
equipment and/or plant, as appropriate and any additional
maintenance costs associated with the additional time the
TBM will need to operate due to the delay.
.2 The bid price for this item shall be limited to a maximum of 10% of the
Part B works associated with tunneling. A maximum of 75% of the cost
entered against this item will be for mobilization. Of the price for
mobilization, 30% will be paid on the first contract payment and the
remainder shall be paid in equal payments thereafter over the first year
commencing when the TBM is proven to be fully functional and has
completed a minimum of 100m of NST or EWT tunnel. The remaining
25% of the total contract price for this item will be for demobilization.
.3 Item A2: Contaminated Soil Disposal Offsite
.1 Payment for Contaminated Soil Disposal Offsite will be made at the unit
price per tonne as stated in the Schedule of Prices. The unit price per
tonne shall constitute full compensation for all labour, material,
equipment and incidentals including, but not limited to:
.1 Any testing required to confirm that soil materials identified
as contaminated are contaminated as defined in applicable
regulations or laws and as specified in Section 01355 Waste
Management and Disposal and to identify the characteristics
of such material for disposal.
.2 All loading, transport, unloading and required handling
procedures.
.3 All other requirements for the management of contaminated
soils as specified in Section 01355 Waste Management and
Disposal.
.4 Item A3: Street Sweeping
.1 Payment for Street Sweeping will be made at the unit price per
truck hour as stated in the Schedule of Prices. The unit price shall
constitute full compensation for all labour, supervision, material,
equipment and incidentals for street sweeping trucks performing
sweeping in accordance with the requirements of Section 01740 -
Cleaning. Measurement will be made to the nearest quarter-hour.
.5 Item A4: Flusher (Operated)
.1 Payment for Flushing will be made at the unit price per truck
hour as stated in the Schedule of Prices. The unit price shall
constitute full compensation for all labour, supervision, material,
equipment and incidentals for flushing trucks performing
flushing in accordance with the requirements of Section 01740 -
Cleaning. Measurement will be made to the nearest quarter-hour.
.6 Item A5: Hydro Excavating/Vacuum Truck(Operated)
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 9 of 25

.1 Payment for Hydro Excavating will be made at the unit price per
truck hour as stated in the Schedule of Prices. The unit price shall
constitute full compensation for all labour, material, equipment
and incidentals for hydro excavating and supervision as
requested by the Contract Administrator. Measurement will be
made to the nearest quarter-hour.
.7 Item A6: Police Assistance at Intersections
.1 Payment for Police Assistance at Intersections will be made at
the unit price per hour on site as stated in the Schedule of Prices.
The unit price shall constitute full compensation for all effort
required to provide police assistance when requested by the
Contract Administrator and in compliance with City S.P. F-1012.
Measurement will be made to the nearest hour.
.8 Item A7: Incentive/Disincentive (Site 3a)
.1 Clause as per Section 00200 Instructions to Tenderers.
.4 Part B: Tunneling and Associated Works
.1 Tunneling and Precast Lining Installation Item B1.1: EWT East (Site
5a to Site 3c), Item B1.2: EWT West (Site 3c to Site 1) and Item B1.3:
NST (Site 10 to Site 6)
.1 Payment for Tunneling and Precast Lining Installation will be
made at the unit price per linear metre as stated in the
Schedule of Prices for each respective tunnel segment. The
payment quantity will be the actual number of linear metres of
completed tunnel, as measured by the Contract Administrator.
The tunnel will be measured horizontally at the vertical
centerline of the tunnel between the excavated perimeters of
the shafts at each end of each respective tunnel segment.
Measurement will be made to the nearest 0.1 metre.
.2 For payment purposes, the excavation and support of the tunnel
sections through the EWT Access Chamber at Site 2 and the
Junction Chamber at Site 2 will be compensated under this item.
Payment for the subsequent removal of the tunnel support and
any additionally required support as a result of excavating the
Access and Junction chambers will be included within Bid
Items for Site 2 Junction Chamber with Connections to EWT and
NST (Item B3.1.1) or at Site 2 EWT Access Chamber and Shaft
(Item B3.1.2) in the Schedule of Prices.
.3 The unit price per linear metre shall constitute full
compensation for all labour, material, equipment and
incidentals necessary to complete the tunnel excavation and
installation of support including, but not limited to:
.1 Implementation and maintenance of all protection
measures, including measures for support of existing
utilities and structures as may be required to meet
requirements stated in the Contract Documents;
.2 Installing and maintaining the excavation support;
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 10 of 25

.3 Installing and maintaining tunnel ventilation, lighting


and all other utilities necessary for tunnel construction,
including portions of such utilities that extend through
workshafts;
.4 Placing any necessary contact grout or any backfill
concrete made necessary by any overexcavation or
overbreak, whether or not for the convenience of the
Contractor, including any starter tunnel or tail tunnel
excavations or any localized tunnel enlargements;
.5 Groundwater treatment and disposal as required;
.6 All associated temporary works as required by the
Contract, and all other temporary works as required to
complete the Work.
.7 Patching of all holes and pockets within the intrados of
the precast concrete tunnel lining, or other lining system
as installed, in accordance with the Contract Documents.
.8 Clean up of the finished tunnels.
.4 Item B1.1.1: 2400mm EWT Outlet Pipe
.1 Payment for the 2,400mm EWT Outlet Pipe will be
made at the unit price per linear metre as stated in the
Schedule of Prices. The payment quantity shall be the
actual number of linear metres of outlet sewer, as
measured by the Contract Administrator. The outlet
sewer will be measured horizontally at the vertical
centerline of the tunnel between the excavated
perimeters of the shafts at each end of each respective
tunnel segment. Measurement will be made to the
nearest 0.1 metre.
.2 The unit price per linear metre shall constitute full
compensation for all labour, material, equipment and
incidentals necessary to complete the excavation and
installation of support including, but not limited to:
.1 Implementation and maintenance of all
protection measures, including measures for
support of existing utilities and structures as
may be required to meet requirements stated in
the Contract Documents;
.2 Installing and maintaining the excavation support;
.3 Placing any necessary contact grout or any
backfill concrete made necessary by any
overexcavation or overbreak, whether or not
for the convenience of the Contractor;
.4 All associated temporary works as required
by the Contract, and all other temporary
works as required to complete the Work.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 11 of 25

.5 Clean up of the finished pipeline.


.2 Pipe Jacking/Microtunneling Installation of RRC Diversion Sewer Item
B2.1: Drive 1 Site 5A to Site 5B and Item B2.2: Drive 2 Site 5B to
Site 5C
.1 Payment for Pipe Jacking/Microtunneling Installation of RRC
Diversion Sewer will be made at the unit price per linear metre
as stated in the Schedule of Prices for each respective
microtunnel drive: Drive 1 Site 5A to Site 5B and Drive 2
Site 5B to Site 5C. The payment quantity shall be the actual
number of linear metres of completed microtunnel, as
measured by the Contract Administrator. The microtunnel will
be measured horizontally at the vertical centerline of the tunnel
between the excavated perimeters of the shafts at each end of
each respective tunnel segment. Measurement will be made to
the nearest 0.1 metre.
.2 The unit price per linear metre shall constitute full
compensation for all labour, material, equipment and
incidentals necessary to complete the tunnel excavation and
installation of support including, but not limited to:
.1 Implementation of protection measures, including
measures for support of existing utilities and
structures as may be required to meet requirements
stated in the Contract Documents;
.2 Installing and maintaining tunnel ventilation, lighting
and all other utilities necessary for microtunnel
construction, including portions of such utilities that
extend through workshafts, if any;
.3 Tunnel excavation, supply and installation of jacking
pipe
.4 Placing any necessary contact grout or any backfill
concrete made necessary by any overexcavation or
overbreak, whether or not for the convenience of the
Contractor;
.5 All associated temporary works as required by the
Contract, and all other temporary works as required to
complete the Work.
.6 Patching of all holes and defects within the intrados of
the pipe, in accordance with the Contract Documents.
.3 Item B3: Shafts and Underground Structures General
.1 Payment for all shafts, underground structures and chambers,
including shaft or adit connections to the EWT or NST, will be
made at the lump sum price as stated in the Schedule of Prices
for each site or identified structure location and will extend to the
tunnel wall. The lump sum price per site or location will
constitute full compensation for all labour, material, equipment
and incidentals to complete the work at each site including, but
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 12 of 25

not limited to:


.1 Implementation and maintenance of all protection
measures, including measures for support of existing
utilities and structures as may be required to meet
requirements stated in the Contract Documents to
construct the shafts and underground structures;
.2 Excavation of soil overburden and rock as required to
allow construction of permanent shafts, underground
structures and chambers as specified and shown on the
Drawings;
.3 Removal of all excavated materials from the
excavations, all onsite handling of excavated materials
including onsite stockpiling and loading of trucks for
offsite disposal, with costs related to offsite disposal
covered under Items A2 as applicable;
.4 Design and placement of all excavation support of soil
overburden and rock as specified and as shown on the
Drawings;
.5 Where site work includes chamber excavations at tunnel
level, adit or chamber connections to the EWT or NST or
shaft connections to the EWT or NST, the work includes
necessary removal of previously installed precast
segments, rock overexcavation, any necessary excavation
support, construction of the chamber structures as
specified and shown on the Drawings, and cast-in-place
concrete connections to the EWT and NST segmental
linings at Chamber perimeters, and shaft or adit
connections to the tunnels.
.6 Construction of all permanent linings and structures within
excavations, including, but not limited to, all required
layout, placing and dismantling formwork, placing all
reinforcement, concrete, contact grout, and excavation
backfill;
.7 The supply and construction of all piping, fittings,
couplings and appurtenances, as shown on the Contract
Drawings, including, but not limited to, all associated
supports, specialties, and couplings. Payment for process
equipment (flap gates, slide gates), electrical, and
instrumentation equipment is included in Part C.
.8 All miscellaneous works and appurtenances required to
complete the work as stated in the Specifications and as
shown on the Contract Drawings.
.9 All associated temporary works as required by the
Contract, and all other temporary works, including
placement of mudmats or other working surfaces and
any temporary utilities not covered under other Items as
required to complete the Work;
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 13 of 25

.2 Individual Bid Items under general Item B3 Shafts and


Underground Structures are listed below. Work items in addition
to those identified in the foregoing are identified, as appropriate,
for individual Items. Where the description of the included work
in Paragraph 3.1.4.3.1 is fully applicable to the Bid Item, no
additional description is provided.
.4 Item B3.1: Site 1 TBM Extraction Shaft
.1 This Item does not cover excavation and support of the
Extraction Shaft because the Extraction Shaft will be pre-
constructed by another contractor. In addition to all work stated
under Paragraph 3.1.4.3.1, this Item does cover all work
necessary to assume responsibility for the Extraction Shaft,
including any necessary inspection of the constructed shaft, re-
establishing or verifying the integrity of installed site utilities, all
work necessary to establish the tunnel eye, including excavation,
for mining the EWT into the shaft, and all temporary utilities and
works necessary to support TBM reception and recovery from
the Shaft, as well as all other elements of work specified under
Item B3.
.5 Item B3.1.1: Site 2 Junction Chamber with Connections to EWT and
NST
.6 Item B3.1.2.: Site 2 EWT Access Chamber and Shaft
.7 Item B3.2: Site 3a RCI Diversion Chamber, Drop Structure, and
Deaeration Chamber, with Connection to EWT
.8 Item B3.3: Site 3c EWT Access Chamber and Mid-Tunnel Launch
and/or Extraction Shaft
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
covers all work necessary to establish the tunnel eyes for mining
the EWT into the shaft for the tunnel drive from Site3c and
launching the TBM for the tunnel drive to Site 1, turning the
TBM in the shaft, all work necessary to allow for extraction of
the TBM, and any excavation of a tail tunnel, if determined
necessary by the Contractor. All work related to re-establishing
staging for tunnel muck removal and segment delivery is covered
under this item. All other work related to establishing staging
activities at this Site is covered under Item A1.1.
.9 Item B3.4: Site 4 EWT Access Chamber and Shaft with Tunnel
Connection
.10 Item B3.5: Site 5a EWT Outlet Chamber and EWT Launch or
Extraction Shaft
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
covers all work necessary to establish the tunnel eye for
launching the TBM for the tunnel drive to Site 3c, all work
necessary to allow for extraction of the TBM, and any excavation
of a tail tunnel, if determined necessary by the Contractor. All
other work related to establishing staging activities at this Site,
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 14 of 25

including supporting activities, except as noted below, for tunnel


excavation, is covered under Item A1.1.
.2 The work in addition includes establishing the tunnel eye and
necessary supporting activities, such as installing a thrust block
and jacking frame for launch of the pipe jacking/microtunnel
machine for the RRC Diversion Sewer for the drive to Site 5b.
.11 Item B3.6: Site 5a - IOS Connection Chamber Including All Connections
.12 Item B3.7: Site 5b RRC Microtunnel Shaft
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
covers all work necessary to establish the tunnel eyes for
reception of the microtunnel drive from Site 5A and for
launching the TBM for the tunnel drive to Site 5c, including
establishing a thrust block and jacking frame. All other work
related to establishing staging activities at this Site, including
other supporting activities for tunnel excavation, is covered
under Item A1.1.
.13 Item B3.8: Site 5c RRC Diversion Chamber
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
covers all work necessary to establish the tunnel eye for
reception of the microtunnel drive from Site 5B, and recovery of
the microtunnel machine and demobilizing the machine from the
site.
.2 The work, in addition, also includes establishing connections to
existing sewer infrastructure as specified and as shown on the
Drawings.
.14 Item B3.9: Site 6: Portal Construction and TBM Extraction
.1 In addition to all work stated under Paragraph 3.1.4.3.1, as
applicable, this Item includes all work necessary to construct the
tunnel portal for receiving the TBM for the drive from Site 10 to
Site 6, implementation of support measures for the tunnel at the
portal location, and establishing necessary slope support above
and surrounding the portal location as specified and as shown on
the Drawings.
.15 Item B3.10: Site 8 McLeod Street Drop Structure, Vent Shaft,
Deaeration Chamber and Tunnel ConnectionItem B3.11: Site 9
Catherine Street Drop Structure, Vent Shaft, Deaeration Chamber and
Tunnel Connection
.16 Item B3.11.1: Catherine Street Sewer Chamber with Lateral Connection
to B3.11
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
covers all work necessary for establishing connections to existing
sewer infrastructure as specified and as shown on the Drawings.
.17 Item B3.12: Site 10 NST Launch Shaft and Access Chamber
.1 In addition to all work stated under Paragraph 3.1.4.3.1, this item
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 15 of 25

covers all work necessary to establish the tunnel eye for


launching the TBM for the tunnel drive to Site 6, and any
excavation of a tail tunnel, if determined necessary by the
Contractor. All other work related to establishing staging
activities at this Site, including supporting activities, except as
noted elsewhere, for tunnel excavation, is covered under Item
A1.1.
.18 Item B4: Instrumentation and Monitoring - General
.1 Payment for Instrumentation and Monitoring will be made at
the unit price per each instrument as stated in the Schedule of
Prices for each type of instrument required by the Contract
Documents. The payment quantity will be the actual number
of each instrument type, satisfactorily installed, as determined
by the Contract Administrator. The unit price per each
instrument will constitute full compensation for all labour,
material, equipment and incidentals to complete the works
including, but not limited to:
.1 Furnishing, delivering, installing, operating, monitoring,
reporting, maintaining and abandoning the specified
instruments as specified and as shown on the Drawings.
.2 Establishing initial readings for each instrument as
specified.
.3 Furnishing and maintaining, including any necessary
calibration, all required readout instruments, with
ownership either remaining with the Contractor or
reverting to the City as stated in the Specifications. The
required number of each specific type of readout
instrument is as specified.
.2 A maximum of 80 per cent of the unit price entered against each
respective instrument bid item will be paid upon satisfactory
installation of each instrument, establishing initial readings and
reporting the same to the Contract Administrator. The remaining
20 percent of the unit price for each instrument will be paid upon
satisfactory completion of specified monitoring and instrument
abandonment.
.3 Individual Bid Items under Instrumentation and Monitoring are
listed following. The description of the included work in
Paragraph 3.1.4is fully applicable to all but one of the Bid Items
following. Additional description is provided as necessary.
.19 Item B4.1: Monitoring Arrays, including installation, monitoring,
reporting, maintenance, and abandonment
.20 Item B4.2: Automatic Total Stationing Systems, including installation,
maintenance, power supply, programming, monitoring, automatic data
collection and reporting, and abandonment
.21 Item B4.3: Soil Deformation Monitoring Points, including installation,
monitoring, reporting, maintenance, and abandonment
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 16 of 25

.22 Item B4.4: Utility Monitoring Points, including installation, monitoring,


reporting, maintenance, and abandonment
.23 Item B4.5: Vibrating Wire Piezometers, including installation,
monitoring, reporting, maintenance, and abandonment, 2 sensors
.24 Item B4.5.1: Additional Vibrating Wire Piezometer Sensors, including
installation, monitoring, reporting, maintenance, and abandonment
.1 The number of additional sensors will be determined by the
Contract Administrator, and the model of each additional sensor
shall be the same as those provided under Item B4.5.
.25 Item B4.6: Inclinometers, including installation, monitoring, reporting,
maintenance, and abandonment
.26 Item B4.7.1: Tiltmeter negotiations including all effort required to
coordinate with the property owners and Contract Administrator to
determine the location of the tiltmeters
.27 Item B4.7.2: Tiltmeters, including installation, monitoring, reporting,
maintenance, and abandonment
.28 Item B4.8: Reflectorless Survey Points, including installation,
monitoring, reporting, maintenance, and abandonment
.29 Item B4.9: Optical Survey Targets, including installation, monitoring,
reporting, maintenance, and abandonment
.30 Item B4.10: Structural Monitoring Points, including installation,
monitoring, reporting, maintenance, and abandonment
.31 Item B4.11: Multi-Point Borehole Extensometers, 2 sensors, including
installation, monitoring, reporting, maintenance, and abandonment
.32 Item B4.11.1: Additional Multi-Point Borehole Extensometer Sensors
.33 Item B4.12: Seismographs, including installation, monitoring, reporting,
maintenance, and abandonment
.34 Item B4.13: Decommissioning Monitoring Wells
.35 Item B4.14: Develop and Implement Instrumentation Plan for
Cathcart/Bolton/King Edward areas, including all equipment,
installations, monitoring, reporting, maintenance, and abandonment as
appropriate
.36 Item B4.15: Develop and Implement Instrumentation Plan for
Cumberland, St. Andrew, and Bruyere/Cathcart areas, including all
equipment, installations, monitoring, reporting, maintenance, and
abandonment as appropriate
.37 Item B4.16: Develop and Implement Instrumentation Plan for Tabaret
Hall, including all equipment, installations, monitoring, reporting,
maintenance, and abandonment as appropriate
.38 Item B4.17: Pavement Monitoring Points (PMP) including installation,
monitoring, reporting, maintenance, and abandonment/removal
.39 Item B4.18: Convergence Points and Tape Extensometer including
installation, monitoring, reporting, maintenance, and
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 17 of 25

abandonment/removal
.40 Item B5: Division 1 General Requirements
.1 Payment for all items in this section includes general requirements and
plans including tunnel and shaft safety plans not included under any
other Part B sections that are listed in Division 1.
.41 Item B6: Pre-Construction Inspection
.1 Payment for all work under this item shall include all works associated
with pre-construction and post-construction surveys as per Section
01120.
.5 Part C: Odour Control Facilities and Surface Works
.1 Items under C1.1, C2.1, C3.1, C5.1, C6.1, C7.1, C8.1, C9.1, C10.1, C11.1, and
C12.1: Division 1 General Requirements
.1 Payment for all items listed as Division 1 General Requirements shall
include all site specific work for each site not included in A1.1 and B5,
including but not limited to site specific plans and submittals, erosion and
sediment control plans and measures, site offices, environmental protection
measures, temporary barriers, support and protection of existing utilities
and installations, temporary servicing, traffic control, etc and will be made
on a lump sum basis as stated in the Schedule of Prices for each site.
.2 Items under C4.1 Site 3b: All Works
.1 Payment for items at this site shall include all works in all specification
sections from Division 1 through 16 and will be made on a lump sum basis
as stated in the Schedule of Prices for this site.
.3 Items under C1.2, C2.2, C3.2, C5.2, C6.2, C7.2, C8.2, C9.2, C10.2 C11.2, C12.2:
Division 2 Site Works
.1 Payment for all items listed under Division 2 Site Works will be made
per unit, or lump sum, as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include site works specific to the Tunneling and
associated works or otherwise specified in Parts A and B, above.
.3 Payment quantity for these items shall be as follows:
.1 The payment quantity for items listed per linear metre shall be the
actual number of linear metres, as measured by the Contract
Administrator. Measurement will be made to the nearest 0.1 metre.
.2 The payment quantity for items listed per square metre shall be the
actual number of square metres, as measured by the Contract
Administrator. Measurement will be made to the nearest 0.1
square metre.
.3 The payment quantity for items listed per cubic metre shall be the
actual number of cubic metres, as measured by the Contract
Administrator. Measurement will be made to the nearest 0.1 cubic
metre.
.4 The payment quantity for items listed per tonne shall be the actual
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 18 of 25

number of tonnes, as measured by scale and verified by the


Contract Administrator. Measurement will be made to the nearest
0.01 tonne.
.5 The payment quantity for items listed per unit each shall be the
number of units counted by the Contract Administrator and
specified in the Contract Documents, unless otherwise agreed
upon by the Contract Administrator.
.6 The payment quantity for items listed as Lump Sum shall be one,
as per the price listed in the Schedule of Prices. Only one lump
sum amount will be paid, regardless of the extent of the work
completed.
.4 For all items, the unit price or lump sum price per site or location shall
constitute full compensation for all labour, material, equipment and
incidentals necessary to complete the work as described in specification
sections under Division 2, excluding tunneling and associated works
outlined in Part A and B, for the completion of the odour control facilities
and surface works, including but not limited to the following:
.1 all removals and demolitions, including trees, piping, asphalt,
concrete surfaces and other requirements as indicated on the
Contract Drawings and described in the specifications;
.2 supply and installation of granular materials for temporary and
permanent roads and foundations as required for the construction
of buildings, chambers and other surface works as indicated on the
Contract Drawings and described in the specifications;
.3 site preparation for staging works including preliminary grading to
allow works to take place
.4 supply and installation of new pipes, sewers, valves, ducts,
catchbasins, maintenance holes and pre-cast concrete valve
chambers, including excavation, appurtenances and backfill, as
indicated on the Contract Drawings and described in the
specifications
.4 tree protection and dust control as indicated on the Contract
Drawings and described in the specifications;
.5 excavation, trenching and backfilling for installation or removal of
utilities, air ducts, piping, building foundations, chambers and
other miscellaneous surface works as indicated on the Contract
Drawings and described in the specifications;
.6 site restoration and landscaping activities including road
reinstatement, asphalt paving, grading, topsoil, sodding, seeding,
planting and other related works as indicated on the Contract
Drawings and described in the specifications;
.7 all other works required for the construction of the odour control
facilities and other miscellaneous surface works at each site
included in specification sections under Division 2.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 19 of 25

.4 Items under C1.3, C2.3, C3.3, C5.3, C6.3, C7.3, C8.3, C9.3, C10.3, C11.3, and
C12.3: Division 3- Concrete
.1 Payment for all items listed as Division 3: Concrete will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all pre-cast and cast-in-place concrete,
including formwork, reinforcement, accessories, finishing,
waterproofing, testing and other concrete related works required
for the construction of the odour control facilities, control
buildings, air vent chambers, valve chambers and other surface
works as indicated on the Contract Drawings. Refer to Division 3
specification sections for details;
.5 Items under C1.4, C2.4, C3.4, C5.4, C6.4, C7.4, C8.4, C9.4, C10.4, C11.4, and
C12.4: Division 4- Masonry
.1 Payment for all items listed as Division 4: Masonry will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all masonry, including mortar, anchorage
and accessories required for the construction of the odour control
facilities, control buildings and other surface works as indicated on
the Contract Drawings. Refer to Division 4 specification sections
for details;
.6 Items under C1.5, C2.5, C3.5, C5.5, C6.5, C7.5, C8.5, C9.5, C10.5, C11.5, and
C12.5: Division 5- Metals
.1 Payment for all items listed as Division 5: Metals will be made at the lump
sum price as stated in the Schedule of Prices for each site or identified
structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 20 of 25

.1 supply and installation of all metals, including stairs, ladders,


decks, railings, structural steel and other metal accessories and
fabrications required for the construction of the odour control
facilities, control buildings, air vent chambers and other surface
works as indicated on the Contract Drawings. Refer to Division 5
specification sections for details;
.7 Items under C1.6, C2.6, C3.6, C5.6, C6.6, C7.6, C8.6, C9.6, C10.6, C11.6, and
C12.6: Division 6- Woods and Plastics
.1 Payment for all items listed as Division 6: Woods and Plastics will be
made at the lump sum price as stated in the Schedule of Prices for each site
or identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all wood and plastics including framing,
sheathing and carpentry work required for the construction of the
odour control facilities, air vent chambers, control buildings and
other surface works as indicated on the Contract Drawings. Refer
to Division 6 specification sections for details;
.8 Items under C1.7, C2.7, C3.7, C5.7, C6.7, C7.7, C8.7, C9.7, C10.7, C11.7, and
C12.7: Division 7- Thermal and Moisture Protection
.1 Payment for all items listed as Division 7: Thermal and Moisture
Protection will be made at the lump sum price as stated in the Schedule of
Prices for each site or identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of thermal and moisture protection,
including waterproofing, insulation, sealants, flashing, paneling,
roofing, siding and other related materials and installations
required for the construction of the odour control facilities, control
buildings and other surface works as indicated on the Contract
Drawings. Refer to Division 7 specification sections for details;
.9 Items under C1.8, C2.8, C3.8, C5.8, C6.8, C7.8, C8.8, C9.8, C10.8, C11.8, and
C12.8: Division 8- Windows and Doors
.1 Payment for all items listed as Division 8: Windows and Doors will be
made at the lump sum price as stated in the Schedule of Prices for each site
or identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 21 of 25

and associated works or otherwise specified in Parts A and B, above.


.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of doors, frames, louvres and related
accessories required for the construction of the odour control
facilities, control buildings and other surface works as indicated on
the Contract Drawings. Refer to Division 8 specification sections
for details;
.10 Items under C1.9, C2.9, C3.9, C5.9, C6.9, C7.9, C8.9, C9.9, C10.9, C11.9, and
C12.9: Division 9- Finishes
.1 Payment for all items listed as Division 9: Finishes will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of paints and protective coatings required
for the construction of the odour control facilities, control
buildings and other surface works as indicated on the Contract
Drawings. Refer to Division 9 specification sections for details;
.11 Items under C1.10, C2.10, C3.10, C5.10, C6.10, C7.10, C8.10, C9.10, C10.10,
C11.10, and C12.10: Division 10- Furnishings
.1 Payment for all items listed as Division 10: Furnishings will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of exterior signage and fire extinguishers as
indicated on the Contract Drawings. Refer to Division 10
specification sections for details;
.12 Items under C1.11, C2.11, C3.11, C5.11, C6.11, C7.11, C8.11, C9.11, C10.11,
C11.11, and C12.11: Division 11 - Equipment
.1 Payment for all items listed as Division 11: Equipment will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 22 of 25

.2 These items do not include items or requirements specific to the Tunneling


and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all slide gates, flap gates, process valves,
stoplogs, motors/actuators and other process equipment as
indicated on the Contract Drawings. Refer to Division 11
specification sections for details;
.13 Items under C1.12, C2.12, C3.12, C5.12, C6.12, C7.12, C8.12, C9.12, C10.12,
C11.12, and C12.12: Division 13 Special Construction
.1 Payment for all items listed as Division 13: Special Construction will be
made at the lump sum price as stated in the Schedule of Prices for each site
or identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all instrumentation, communications and
odour control equipment, including carbon filters, grease/mist
eliminators, control panels, junction boxes, computing units, and
security systems as indicated on the Contract Drawings. Refer to
Division 13 specification sections for details;
.14 Items under C1.13, C2.13, C3.13, C5.13, C6.13, C7.13, C8.13, C9.13, C10.13,
C11.13, and C12.13: Division 14 - Conveying Equipment
.1 Payment for all items listed as Division 14: Conveying Equipment will be
made at the lump sum price as stated in the Schedule of Prices for each site
or identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of hoists in the odour control facilities as
indicated on the Contract Drawings. Refer to Division 14
specification sections for details;
.15 Items under C1.14, C2.14, C3.14, C5.14, C6.14, C7.14, C8.14, C9.14, C10.14,
C11.14, and C12.14: Division 15 - Mechanical
.1 Payment for all items listed as Division 15: Mechanical will be made at the
lump sum price as stated in the Schedule of Prices for each site or
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 23 of 25

identified structure location.


.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of mechanical equipment, including piping,
ductwork, HVAC systems, heaters, fans, vents, dampers and other
components as indicated on the Contract Drawings. Refer to
Division 15 specification sections for details;
.16 Items under C1.15, C2.15, C3.15, C5.15, C6.15, C7.15, C8.15, C9.15, C10.15,
C11.15, and C12.15: Division 16 - Electrical
.1 Payment for all items listed as Division 16 - Electrical will be made at the
lump sum price as stated in the Schedule of Prices for each site or
identified structure location.
.2 These items do not include items or requirements specific to the Tunneling
and associated works or otherwise specified in Parts A and B, above.
.3 The lump sum price per site or location shall constitute full compensation
for all labour, material, equipment and incidentals necessary for the
completion of the odour control facilities and surface works, including but
not limited to the following:
.1 supply and installation of all electrical equipment, including wires,
cables, ductbanks, electrical duct trenching and backfill, removals,
power sources, motor starters, transformers, lighting, fittings,
fastenings and other accessories as indicated on the Contract
Drawings. Refer to Division 16 specification sections for details;
.6 Part D: Cash Allowances
.1 As per Section 00410 Cash Allowances.

.7 Part E: Provisional Items


.1 Item E1: Additional Contaminated Soil Disposal Offsite
.1 As per Item A2.
.2 Item E2: Water Treatment Plant Equipment, Mobilization, Operation,
Maintenance, and Demobilization
.2 Payment for Water Treatment Plant Equipment, Mobilization, Operation,
Maintenance, and Demobilization will be made at the unit price as stated
in the Schedule of Prices. The unit price shall constitute full
compensation for all labour, material, equipment and incidentals for all
items necessary to treat discharge water as required by the Contract
Documents and any required permits for such discharge including, but
not limited to:
.1 Mobilization of all equipment to each site for which the
Contractor determines that water treatment equipment is
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 24 of 25

necessary, including all plant components and piping, fittings,


valves and meters.
.2 Installation and maintenance of each water treatment plant.
.3 Removal of each plant upon completion of the Work.
.4 Restoration of the site area occupied by each plant, only to the
extent that such restoration costs are not covered under other
items as part of site restoration costs.
.3 Item E2.1: Treatment of Contaminated Water Through Plant Specified under E2
and Discharge.
.1 Payment for Treatment of Contaminated Water through Water
Treatment Plants will be made at the unit price per cubic metre of
treated water as stated in the Schedule of Prices. Refer to Section 02140
Groundwater Control for details. The unit price shall constitute full
compensation for all labour, material, equipment and incidentals for
treating and discharging water that passes through each of the treatment
plant(s) including, but not limited to:
.1 Treatment of water, including labor, equipment, and materials
needed to operate each water treatment plant.
.2 Metering required to properly document quantity of water
treated by each treatment plant as required.
.2 Measurement will be made to the nearest 0.005 cubic meter for each flow
meter, and the readings for each meter will be aggregated for payment
purposes.
.4 Item E2.2: Disposal of Contaminated Water Offsite
.1 Payment for Disposal of Contaminated Water Offsite will be made at the
unit price per cubic metre of treated water as stated in the Schedule of
Prices. Refer to Section 02140 Groundwater Control and Section
01355 Waste Management and Disposal for details. The unit price
shall constitute full compensation for all labour, material, equipment
and incidentals for storage and disposal of contaminated water offsite.
.4 Item E3: Barrier for tree protection
.1 As per Section 02901 Tree and Shrub Protection.
.5 Item E4: Replacement of Unsuitable Native Backfill Material with Granular A
.1 As per Section 02315 Excavation, Trenching and Backfill.
.6 Item E5: Replacement of Unsuitable Native Backfill Material with Granular B
Type II
.1 As per Section 02315 Excavation, Trenching and Backfill.
.7 Item E6: Replacement of Unsuitable Native Backfill Material with SSM Type III
.1 As per Section 02315 Excavation, Trenching and Backfill.
.8 Item E7: Remove and Replace Asphalt for Temporary Reinstatement (40mm HL3,
40mm HL8)
.1 As per City SP F-3101 and F-3130, OPSS 311.
CITY OF OTTAWA SECTION 01025
COMBINED SEWAGE STORAGE TUNNEL MEASUREMENT AND PAYMENT
CONTRACT NO. ISD14-2036 PAGE 25 of 25

.9 Item E8: Temporary Granular A Surface


.1 As per Section 02315 Excavation, Trenching and Backfill.
.10 Item E9: Remove and Replace Monolithic Concrete Sidewalk
.1 As per Section 02770 Concrete Walks and Curbs
.11 Item E10: Flowable Fill for Utility Support
.1 As per Section 01119 Preservation and Protection
.12 Item E11: Select Subgrade for Trench Backfill
.1 As per Section 02315 Excavation, Trenching and Backfill.
.13 Item E12: Additional Subexcavation (including removals)
.1 As per Section 02315 Excavation, Trenching and Backfill.
.14 Item E13: Additional Excavation and Backfill with Clear Stone
.1 As per Section 02315 Excavation, Trenching and Backfill.
.15 Item E14: CCTV (Sewers Not Included in Contract Items)
.1 As per City SP F-4090.
.16 Item E15: Rock Removal by Blasting
.1 As per Section 02228 Blasting.
.17 Item E16: Rock Removal by Mechanical Means
.1 As per Section 02316 Rock Removal
.18 Item E17: Supply and Installation of Reinforcing Steel
.1 As per Section 03200 Concrete Reinforcement.
.19 Item E18: Supply and Installation of 20 Mpa Cast-in-Place Concrete
.1 As per Section 03301 Cast-in-Place Concrete Buildings
.20 Item E19: Supply and Installation of 30 Mpa Cast-in-Place Concrete
.1 As per Section 03301 Cast-in-Place Concrete Buildings
.21 Item E20: Supply and Installation of Excavation Support System
.1 As per Section 02150 Excavation Support Systems.

END OF SECTION

CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General

1.1 DESCRIPTION

.1 This section includes instructions regarding coordination with City operations,


subcontractors and trades, other contractors, SCADA systems, utilities, and existing
roads, and general information regarding existing dimensions, fees and charges,
openings, and building colour selection. It also includes requirements for City
streetlighting.

1.2 RELATED SECTIONS


.1 Section 01117 - Construction Sequences and Constraints

.2 Section 01353 - Special Procedures: Traffic Control

.3 Section 02482 - Noise and Vibration Monitoring Plan

.4 Section 02980 Restoration

1.3 REFERENCE

.1 Ontario Provincial Standard Specifications


.1 OPSS 630 Sectional Steel High Mast Lighting Poles
.2 City of Ottawa Special Provision
.1 Special Provision S.P. No.: F-6011 Streetlighting
.2 Special Provision S.P. No.: F-6101 Removal of Electrical Equipment
.3 Special Provision S.P. No.: F-6111 Underpass Luminaires
.4 Special Provision S.P. No.: F-6151 Pole Erection
.5 Special Provision S.P. No.: F-6171 Roadway Luminaires
.6 Special Provision S.P. No.: F-6301 High Mast Poles

1.4 CONSTRUCTION COORDINATION WITH CITYS FACILITY OPERATION

.1 Refer to Section 01117 Construction Sequences and Constraints.

1.5 COORDINATION OF TRADES AND SUBCONTRACTORS


.1 The Contractor shall ensure cooperation and coordination with and
between the trades and Subcontractors to ensure that the Work is carried out
expeditiously and in a satisfactory manner. The Contractor shall be responsible for all
extra costs arising from failure to properly coordinate the Work with the work of others.
.2 Coordinate civil, architectural, mechanical, electrical, instrumentation and controls,
tunneling, shaft construction, and structural work for equipment being installed. Provide
openings and embedments in existing walls and structures for pipes and conduits as
CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

needed. Cut and make good, or excavate and backfill, as required and in a timely manner
so that the work proceeds expeditiously.
.3 Should the Contractor wish to provide mechanical equipment requiring changes to
electrical equipment, wiring or associated raceways, the Contractor shall bear any extra
cost for such changes to the electrical control equipment or wiring systems if such
mechanical equipment is accepted by the Engineer.
.4 The various divisions of these specifications have not necessarily been segregated into
sub-trades or sub-contracts. It shall be the responsibility of the Contractor to define the
scope of work required of each sub-trade or subcontract.
.5 Extras will not be considered, based on differences of interpretation of the specifications,
as to which trade shall supply and install certain items or materials. Such coordination is
entirely the responsibility of the Contractor.

1.6 COOPERATION WITH OTHER CONTRACTORS


.1 Other contracts may be awarded to construct adjacent work to which this contract work
connects.
.2 At the interface with other contracts, jointly plan and coordinate with other contractors
the work so that the project:
.1 Will not be delayed
.2 Will not be endangered in any way
.3 Will be correctly connected
.4 Will not cause the City to be designated as the Constructor as set out in the
Occupational Health and Safety Act.
.3 Where any equipment is supplied by the Owner, coordinate unloading, transfer,
installation, testing and placing into operation.
.4 Where other work is in progress within or adjacent to the limits of this Contract, co-
operate and co-ordinate with other Contractor(s), Utility Companies, and the City of
Ottawa and allow reasonable, free access to their work at all times.
.1 Note that OLRT operations including tunnel and station construction and testing
operations along with bus rerouting is expected to take place during much of this
Contract duration near some of the project sites. The Contractor shall coordinate
with OLRT Constructors to ensure OLRT operations are not impacted by Contract
works.
.5 Co-operate and make suitable working arrangements with other Contractor(s) (i.e. third
party Contractors).
.6 Notify the Engineer and the City in advance and obtain approval in writing from the
Engineer and the City for all arrangements made with other Contractor(s) (i.e. third party
Contractors).
.7 Engineer shall determine co-ordination and execution of work in event that Contractor(s)
(i.e. third party Contractors and the Contractor) are unable to reach satisfactory working
agreements.
CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

.8 The Contractor is made aware of the following proposed works by others within the
vicinity of the Contract limits. The following list is not exhaustive and may be subject to
change, including dates and extents:
.1 Road Resurfacing Waller St (southbound lanes and ramps) from 60m north of
Stewart St to Nicholas St southbound, 2015
.2 Road, Sewer and Water Works Nicholas St from Laurier Ave to Main St, 2015
.3 Bridge Renewal Nicholas St overpass at Mann Ave/Greenfield Ave, 2015
.4 Transit Priority Works Bus turn around, King Edward Ave at Union St, 2015
.5 Cycling Route Works Laurier Ave E from Nicholas St to Waller St, 2018
.6 Road Resurfacing Kent St from Chamberlain Ave to Wellington St, 2016
.7 Road Resurfacing Wellington St from OConnor St to MacKenzie Ave, 2016
.8 Integrated Works McLeod St from Kent St to Lyon St, 2016
.9 Road Resurfacing Chamberlain Ave from Kent St to 60m West of Bank St, 2015,
2016
.10 Road Resurfacing Catherine St from Elgin St to Bronson Ave, 2017
.11 Rideau Street Reconstruction - between Dalhousie and Sussex Drive, 2016, 2017.
.12 Reconstruction of Rideau Street between Dalhousie and Sussex Drive (2016 and
2017).

1.7 COORDINATION OF SCADA SOFTWARE DEVELOPED BY THE CITY

.1 Coordinate start up and commissioning activities with the Citys staff responsible for
PLC and HMI programming for Contractor provided systems in a timely manner so that
the Work proceeds expeditiously.

.2 Deliver any purchased components of the SCADA system to the City for any required
programming in a manner such that the overall schedule is not adversely affected.

1.8 UTILITY NOTIFICATION AND COORDINATION


.1 Coordinate the Work with various utilities (power, gas, telephone, water, cable etc.)
within Project limits. The Contractor shall notify applicable utilities prior to
commencing the Work and make necessary accommodations if the utility requires an
inspector during the work. The Contractor shall also notify the applicable utilities if any
damage occurs, or if conflicts or emergencies arise during the execution of the Work.
.2 Coordinate the utility companies for the tie-in, shutdown, disconnection and relocation
of the existing services prior to commencing the work. Provide the utilities at least 15
working days advance notification before commencing work that affects utilities. If
utility modifications require a utility design generated by the utility, provide an
additional 15 working day period to generate the design. Allow additional time as
required by the utility at no additional cost to the Contract.
CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.3 Provide assistance to the utilities as requested to allow for utility relocations where
required.
.4 Coordinate with all utilities to ensure their availability on Site to suit the Contractor's
schedule. The Contractor shall adjust its schedule, at no additional cost to the Contract,
to suit the availability of the utility companies.
.5 Should any piping, sewers, ductbanks, cables or similar services be encountered during
performance of the Work that are not known from the City or other utility companies
records, the Contractor shall notify the Engineer and the appropriate utility agency and
shall not proceed with their removal or cutting until direction has been provided.
.6 Utilities in the area include (but are not limited to):
.1 NCC utilities
.2 Enbridge
.3 Rogers
.4 Bell
.5 Hydro Ottawa
.6 Hydro One
.7 City of Ottawa Street Lighting
.8 City of Ottawa Traffic Operations
.9 PWGSC utilities

1.9 CITY STREET LIGHTING CONSTRUCTION


.1 The Contractor shall perform all new street lighting works as per F-6011, removals as
per F-6101, underpass lighting as per F-6111, pole erection as per F-6151, roadway
luminaires as per F-6171, and high mast pole construction as per F-6301.

.2 The Contractor shall coordinate with City of Ottawa Street Lighting to obtain design
works, construction support, and approval for all street lighting related works.

.3 Street lighting works for removal and installation is to be paid under the relevant unit
price item in Division 2.

1.10 NATIONAL CAPITAL COMMISSION (NCC) NOTIFICATION AND


COORDINATION
.1 The Contractor shall ensure cooperation and coordination with the National Capital
Commission (NCC) at Site 3a, 3b, 3c, 5 and shall follow the requirements of the Noise
and Vibration Monitoring Plan and communication process in Section 02482 Noise
and Vibration Monitoring. Works at Site 6 shall follow the requirements of Section
01117 Construction Sequences and Constraints.
CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

1.11 PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC)


NOTIFICATION AND COORDINATION
.1 Refer to Section 01117 Construction Sequences and Constraints.
.2 Coordinate with PWGSC to accommodate other Major Crown construction projects,
operational projects, recapitalization projects, and repair projects.
.3 Coordinate between PWGSC, City, and Contract Administrator. Accommodate
requirements and recommendations of the PWGSC Construction Coordination
Committee; relevant information about this committee to be provided.

1.12 MINISTRY OF TRANSPORTATION (MTO) NOTIFICATION AND


COORDINATION
.1 The Contractor shall ensure cooperation and coordination with the Ministry of
Transportation (MTO) at Site 9 and 10.

1.13 EXISTING ROADS

.1 Provide all signage necessary to properly direct construction traffic to the Contractors
site trailer and worker parking area at each site, where worker parking at the site is
permitted. All signage shall be to the satisfaction of the Engineer. Refer to Section 01353
- Special Procedures: Traffic Control for additional signage requirements.

.2 Existing roads on the site may not be used for construction purposes except as shown on
the contract drawings and unless agreed to by the Owner. Repair all road damage and
reinstate to existing or better condition after the completion of construction work. All
reinstatement shall be in accordance with requirements of Section 02980 - Restoration.

1.14 EXISTING DIMENSIONS

.1 Dimensions shown are based on existing drawings and are approximate. Verify field
dimensions and details before commencing work. Report discrepancies to the Engineer.

1.15 FEES AND CHARGES

.1 Pay fees and charges imposed for disposal of waste materials, engineering fees for
substitutions, permit fees and similar items to complete the work.

1.16 CEILING AND WALL OPENINGS

.1 Locate wall and ceiling openings to suit the pattern of concrete, masonry and ceiling tile
work. Make necessary adjustments in systems to allow openings to coincide with wall
and ceiling patterns.

1.17 STANDARD AND CUSTOM COLOURS

.1 Colour to be selected by Owner; the Engineer can select standard or custom colours
without increase to the contract price.
CITY OF OTTAWA SECTION 01050
COMBINED SEWAGE STORAGE TUNNEL COORDINATION
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 DESCRIPTION

.1 This section includes general regulatory instruction requirements.

1.2 RELATED SECTIONS

.1 Section 01015 Contractors Use of Premises

.2 Section 01310 Progress Schedules

.3 Section 02140 Groundwater Control

.4 Section 01117 Construction Sequences and Constraints

1.3 SUBMITTALS

.1 Quality Control Submittals: Submit certificates from inspecting authorities for electrical
work and pressure piping etc.

.2 Inspection Schedule: Submit required inspection schedule to comply with permitting


requirements in the progress schedule outlined in Section 01310 Progress Schedules
and update based on any changes in works.

.3 Submit the information required under Part 1 of Ontario Regulation 213 to the Ministry
of Labour prior to commencing work.

1.4 APPLICABLE CODES

.1 Comply with the latest edition of the following statutes, regulations, and codes and all
amendments thereto:
.1 The Ontario Building Code Act and Regulations.
.2 National Building Code of Canada (NBC)
.3 Occupational Health and Safety Act and Regulations for Construction Projects,
covering safety, hazardous materials, and Workplace Hazardous Material
Information.
.4 Ontario Plumbing Code.
.5 Boiler and Pressure Vessel Act Ontario
.6 The Energy Act Ontario.
.7 Ontario Electrical Safety Code
.8 Ontario Regulation made pursuant to the Power Corporation Act regarding the
Electrical Safety Code.
.9 Ontario Water Resources Act and Regulations.
CITY OF OTTAWA SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

.10 Environmental Protection Act, Ontario Regulation 346.

.11 Codes and Standards of the National Fire Protection Association (NFPA).
.12 CSA B149.1-00, Natural Gas and Propane Installation Code
.13 Municipal Sewer Use Bylaws
.14 Construction Lien Act, R.S.O 1990, Chapter C.30
.15 Official Languages Act for formal communications and signage at Site 6.
.16 Security Screening Requirements
.17 AODA Regulations
.18 All other applicable Codes.

.2 The Contractor shall conform to and enforce strict compliance with the Occupational
Health and Safety Act (OHSA). For purposes of the Occupational Health and Safety Act,
the Contractor will be designated the Constructor and assumes the responsibility of the
Constructor as set out in the Act and its regulations.

1.5 PERMITS, APPROVALS, AND LICENCES

.1 Apply for, obtain, and pay for all permits, approvals, and licenses required for the
project, including but not limited to:
.1 Plumbing permit
.2 Canadian Standards Association International (CSA)
.3 Field certification of equipment
.4 Operating engineers
.5 Canadian Gas Association (CGA)
.6 Technical Standards and Safety Authority (TSSA)
.7 Electrical supply and inspection authorities including Hydro Ottawa and the
Ontario Electrical Safety Authority (ESA). Contractor shall submit and pay for
ESA Plans Approval review and associated electrical permits for all electrical
installations.
.8 Rideau Valley Conservation Authority (RVCA) permit O.Reg 174/06 for works in
floodplain/near shoreline. This permit is attached; the Contractor shall review and
comply with all terms in this permit throughout construction when working
adjacent to the Rideau River and Ottawa River
.9 Permit to Take Water (PTTW) Contractor to request transfer from City of
Ottawa to Contractor
.10 Sanitary and Storm Sewer Use Bylaws from the City of Ottawa, including all
associated testing of groundwater required to obtain a Sewer Use Discharge
Agreement. The NCC and PWGSC is to be sent a copy of this permit at least 10
working days prior to commencement of work for work on NCC and PWGSC
property.
CITY OF OTTAWA SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

.11 Permit to Perform Work in the Waters and along the Shorelines of the Rideau
River. The Contractor is made aware that work is allowed within the waters of the
Rideau River, however the Contractor must secure this permit as some work
extends beneath the canal and along the shoreline. The NCC is to be sent a copy of
this permit at least 10 working days prior to commencement of work.
.12 City of Ottawa Noise Bylaw Exemption
.13 Other permits required for the work from governing federal, provincial and
municipal authorities having the jurisdictions, including Parks Canada for works
within 30m of the Rideau Canal, PWGSC, and NCC. A copy of the Parks Canada
permit is to be provided to the NCC at least 10 working days prior to
commencement of work.
.14 Completed Authorization for Vehicular Access form (attached) and returned
approval from PWGSC for each vehicle and driver planned to access Site 6.
Signature by Contractor not required.
.15 Signed Consent to Criminal Record Verification (form attached) and returned to
PWGSC for future reference if Reliability status is required for employees
planned to work on or access Site 6.
.16 Completed Parliamentary Precinct Communiqus (form attached) and returned to
PWGSC for any work that directly affects Parliamentary Precinct facilities in the
vicinity of Site 6 as described in Section 01117 Construction Sequences and
Constraints. Signature by Contractor not required.
.17 Authorization for Building Access for any employees requiring access to PWGSC
facilities (requires Secret clearance as specified in 01117 Construction
Sequences and Constraints).

.2 The Contractor shall notify the Ministry of Labour of the commencement of the
construction by mailing a Notice of Project, in accordance with the latest version of
the Occupational Health and Safety Act and Regulations.

.3 The Contractor is responsible for providing copies of specifications and drawings as


necessary, for each application and shall carry this cost in their price.

.4 The Owner will be responsible for obtaining a Permit for Building Construction for
Odour Control Facilities. Building permit required for this project will be provided by
the City at no cost to the Contractor.

.5 Permit to Take Water (PTTW):

.1 Draft Permit to Take Water (PTTW) will be applied for by the City of Ottawa,
Contractor to request transfer to their name. Refer to the City of Ottawa General
Special Provision No. D-030 (attached) and Section 02140 Groundwater Control
for details.
.2 Payment section of S.P. No: D-030 is deleted in its entirety.
CITY OF OTTAWA SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

.6 Where electrical enclosures and panels do not have CSA labels, arrange and pay for each
such electrical enclosure or panel to be inspected by the provincial electrical safety
inspector.

.7 Arrange for regular inspections and a final inspection with:

.1 The provincial electrical safety inspector.


.2 City of Ottawas building inspector.
.3 The Canadian Gas Association
.4 Applicable branches of the Technical Standards and Safety Authority.

.8 Arrange for all other regular inspections and final inspections required.

.9 The Contractor shall be solely responsible, without limitations, for any delays arising
from the Contractor's failure to plan for the required inspections and to ascertain the
availability of the Permit/Approval/Licensing Inspectors to complete the required
inspections for the Works under this Contract. The related costs and expenses incurred
by the Contractor shall be borne by the Contractor, with no change in the Contract Price
and/or Contract Time.

.10 The Contractor shall meet all applicable equipment standards and regulations regarding
noise emissions. Ensure all vehicles are in good condition and use effective muffling
devices.

.11 Comply with City of Ottawa Noise By-law No. 2004-253 (unless provided an approved
exemption as 1.5.1.12 above) with the summary as below. Exemptions must be applied
for at least 5 working days prior to work.
.1 No person shall, between 22:00 hours of one day and 07:00 hours of the next day
operate or cause to be operated, any construction vehicle or construction
equipment in connection with the construction of any building or structure,
highway, motor car, steam boiler or other engine or machine.
.2 Despite subsection (1), no person shall operate or cause to be operated any
construction vehicle or construction equipment before 0900 hours on any Sunday
or statutory or public holiday.
.3 the use of construction equipment shall not create noise likely to cause a nuisance
or disturb the inhabitants or exceed 90 dBA when measured at the point of
reception,
.4 the use of the construction equipment shall not continue for more than eight (8)
hours on any one day,
.5 the duration of any noise exemption requested shall not exceed thirty(30) calendar
days in length, unless specifically requested by the Contractor and
.6 the affected Ward Councilor or Ward Councilors shall be in agreement with
granting the exemption. The Contractor is made aware that area Councilors for
Site 5, 3c and 10 have been briefed and will consider noise bylaw exemptions for
these sites to accommodate mucking activities.
CITY OF OTTAWA SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

ATTACHMENTS

PWGSC AUTHORIZATION FOR VEHICULAR ACCESS


PWGSC CONSENT TO CRIMINAL RECORD VERIFICATION
PWGSC PARLIAMENTARY PRECINCT COMMUNIQUES
PWGSC AUTHORIZATION FOR BUILDING ACCESS (To Be Provided by Addendum)
RVCA SHORELINE WORKS PERMIT (To Be Provided by Addendum)

END OF SECTION
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
SECTION 01060
COMBINED SEWAGE STORAGE TUNNEL REGULATORY REQUIREMENTS - ATTACHMENTS
CITY OF OTTAWA SECTION 01080
COMBINED SEWAGE STORAGE TUNNEL MANUFACTURERS' SERVICES
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 DESCRIPTION

.1 This section includes instructions regarding manufacturer support during and following
installation.

1.2 DEFINITIONS

.1 Person-Day: One person for 10 hours within regular Contractor working hours.

1.3 SUBMITTALS

.1 Training Schedule to the Owners operating staff: Submit schedule of time and date to
Owners staff not less than 15 working days prior to designated training dates and revise
as necessary for acceptance.
.2 Lesson Plan: Submit proposed lesson plan or instruction material to Owners staff not
less than 15 working days prior to scheduled training and revise as necessary for
acceptance.
.3 Operation and Maintenance Manual shall be submitted as specified in Section 01750
Operations and Maintenance Manual.

1.4 QUALIFICATION OF MANUFACTURERS REPRESENTATIVE

.1 Authorized representative of the manufacturer, factory trained, and experienced in the


technical applications, installation, operation, and maintenance of respective equipment,
subsystem, or system with full authority by the equipment manufacturer to issue the
certification required of the manufacturer. Additional qualifications may be specified
elsewhere.
.2 Representative subject to acceptance by the Owner and the Contract Administrator. No
substitute representatives will be allowed unless prior written approval has been given by
the Contract Administrator.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 FULFILLMENT OF SPECIFIED MINIMUM SERVICES

.1 Furnish manufacturers services as specified in this Section and when required by an


individual Specification Section, to meet the requirements of that Section.
.2 The time necessary to complete all manufacturers services, to ensure a fully operational
and satisfactory installation, shall be included under the Total Lump Sum Tender Price
CITY OF OTTAWA SECTION 01080
COMBINED SEWAGE STORAGE TUNNEL MANUFACTURERS' SERVICES
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

and no additional payment will be made where an installation is found to be


unsatisfactory or fails to comply with an individual Specification Section, such that
repeated testing and/or commissioning is required.
.3 Where time is necessary in excess of that stated in the individual specification section for
manufacturers services, or a minimum time is not specified, the time required to
perform specified service is considered incidental.
.4 Schedule manufacturers services to avoid conflict with other onsite testing or other
manufacturers onsite services.
.5 Determine, before scheduling services, that all conditions necessary to allow successful
testing have been met.
.6 Only those days of service approved by the Contract Administrator will be credited to
fulfill the specified minimum services.
.7 In addition to the minimum requirements recommended by the manufacturer,
manufacturers onsite services shall include as a minimum:
.1 Assistance during product (system, subsystem, or component) installation to
include observation, guidance and instruction for the Contractors assembly,
erection, installation or application procedures.
.2 Inspection, checking, and adjustment as required for product (system, subsystem,
or component) to function as warranted by manufacturer and necessary to furnish
Manufacturers Certificate of Proper Installation.
.3 Provide, on a daily basis, copies of all manufacturers representatives field notes
and data to the Contract Administrator.
.4 Revisiting the site as required to correct problems until installation and operation
are acceptable to Contract Administrator.
.5 Resolution of assembly or installation problems attributable to, or associated with,
respective manufacturers products and systems.
.6 Assistance during factory acceptance testing (FAT), site acceptance testing (SAT),
functional and performance testing, facility start-up, commissioning and
evaluation.
.7 Training of the Owner personnel in the operation and maintenance of respective
products as required.
.8 Additional requirements specified elsewhere in individual Specification Sections.

3.2 MANUFACTURERS CERTIFICATE OF COMPLIANCE

.1 Submit manufacturers certificates of compliance prior to shipment of product or


material in accordance with individual Specification Sections.
.2 The Contract Administrator may permit use of certain materials or assemblies prior to
sampling and testing if accompanied by acceptable certification of compliance.
CITY OF OTTAWA SECTION 01080
COMBINED SEWAGE STORAGE TUNNEL MANUFACTURERS' SERVICES
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.3 Certificates of compliance shall be signed by product manufacturer certifying that


product or material specified conforms to or exceeds specified performance. Attach
supporting reference data, affidavits and certifications, as appropriate.
.4 Certificates of compliance may reflect recent or previous test results on material or
product, if acceptable to the Contract Administrator.

3.3 MANUFACTURERS CERTIFICATE OF READINESS FOR INSTALLATION

.1 Before commencing installation of equipment, the Contractor shall arrange for the
attendance of the Manufacturers Representative to provide instructions in the methods,
techniques, precautions, and other information relevant to the successful installation of
the equipment.
.2 When the Manufacturers Representative is satisfied that the Contractor is aware of all
installation requirements, he shall so certify by completing Form 101 attached to Section
01810 - Commissioning.
.3 Refer to Section 01810 - Commissioning for other detail.

3.4 MANUFACTURERS CERTIFICATE OF PROPER INSTALLATION

.1 Manufacturers Certificates of Proper Installation form, Form 102, a copy of which is


attached to Section 01810 - Commissioning, shall be completed and signed by the
equipment manufacturers representative.
.2 Such form shall certify that the signing party is a duly authorized representative of the
manufacturer, is empowered by the manufacturer to inspect, approve and operate their
equipment and is authorized to make recommendations required to assure that the
equipment is complete and operational.
.3 Refer to Section 01810 - Commissioning for other detail.

3.5 TRAINING TO THE OWNERS PERSONNEL

.1 General:
.1 Comply with requirements in Specification Section 01820 Demonstration and
Training.
.2 Furnish manufacturers representatives for detailed classroom and hands-on
training of Owners personnel in the operation and maintenance of specified
product (system, subsystem, component, equipment) and as may be required in
applicable Specifications.
.3 Furnish trained, articulate personnel to coordinate and expedite training, to be
present during training coordination meetings with Owner, and familiar with
operation and maintenance manual information specified in Section 01750
Operations and Maintenance Manual.
.4 Manufacturers representative shall be familiar with facility operation and
maintenance requirements as well as with specified equipment.
.5 Some training sessions may be video recorded.
CITY OF OTTAWA SECTION 01080
COMBINED SEWAGE STORAGE TUNNEL MANUFACTURERS' SERVICES
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.2 Pre-Commissioning Training:
.1 Coordinate training sessions with the Citys operating personnel and
manufacturers representatives and with submission of operation and maintenance
manuals in accordance with Section 01750 Operations and Maintenance Manual.
.2 Complete at least 14 days prior to beginning of commissioning and facility startup.

.3 Post-Commissioning Training: If required in Specifications, furnish and coordinate


training of the Citys operating personnel by respective manufacturers representatives.

END OF SECTION
CITY OF OTTAWA SECTION 01100
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROJECT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 DESCRIPTION
This section includes unique requirements under this contract.

1.2 RELATED SECTIONS


.1 Section 01050 Coordination

.2 Section 01119 Preservation and Protection

.3 Section 01160 Erosion and Sediment Control Plan

.4 Section 01353 Special Procedures: Traffic Control

.5 Section 01705 Contract Work Health and Safety Clauses

1.3 REFERENCES

.1 CSA C22.1 Canadian Electrical Code.

1.4 REGULATIONS

.1 Occupational Health and Safety Act of Ontario (OHSA)/Confined Space Entry

.2 Ontario Ministry of Environment - R.R.O. 1990, Reg. 347 - General Waste


Management, under the Environmental Protection Act, as amended to O. Reg. 395/07.

.3 Ontario Fire Code.

.4 Applicable National Fire Protection Association Codes and Standards.

1.5 ALTERATIONS TO EXISTING FACILITIES

.1 Modify and connect to existing facilities as shown and specified.

.2 Make good and refinish all areas affected by work.

.3 All areas to be cleaned to the condition of the area prior to the work being done.

.4 For electrical work in existing facilities, refer to Division 16.

.5 Coordinate with the City and Utility Companies in advance about any modification to the
existing facilities. Refer to Section 01050 - Coordination for details.
CITY OF OTTAWA SECTION 01100
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROJECT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

1.6 LIMITS OF CONSTRUCTION

.1 The Contractor shall note that all work is to be contained within the limits of
construction as marked on the Contract Drawings. Trespassing outside these limits is not
allowed. This requirement will be strictly enforced.

.2 The Contractor shall coordinate the use of premises for staging, construction, storage and
access area under the direction of the Owner and the Contract Administrator.

1.7 CITY ACCESS TO SITE

.1 The Contractor shall provide access to existing City infrastructure in operation on or near
work sites to City personnel at all times to meet its operational needs.

1.8 RELICS, ANTIQUITIES AND ARCHAEOLOGICAL FINDS

.1 The Contractor is made aware that the Owner will have archaeological staff present
during all excavation works at all sites. Allow access to Work for monitoring during
excavation. If part of Work is in preparation at locations other than Place of Work, allow
access to such Work whenever it is in progress.

.2 The Contractor shall develop an Archaeological Risk Management Plan and submit it to
the City at least 30 calendar days prior to mobilization. The Plan shall be developed in
consultation with the Algonquins of Ontario and the Quebec Algonquins (Kitigan Zibi
Anishinabeg), and as a minimum, shall include the following:
.1 A protocol to be followed should human remains be discovered in compliance
with all applicable laws including notification requirements as per the Cemeteries
Act, R.S.O. 1990 c. C.4 and the Funeral, Burial and Cremation Service Act, 2002,
S.O. 2002, c.33
.2 A protocol to be followed if previously undocumented archaeological resources
are discovered in accordance with all applicable laws including requirements
outlined in the Ontario Heritage Act
.3 A process to ensure that the Contractor complies with all applicable laws for the
management of archaeological sites, including the Ontario Heritage Act.
.4 A process to ensure that the Contractor complies with applicable federal
requirements for management of archaeological sites on federal lands.

.3 During the Work, the Contractor shall protect relics, antiquities, items of historical or
scientific interest such as cornerstones and monuments, commemorative plaques,
inscribed tablets, and similar objects found during course of work.

.4 If the Contractor's operations expose any items that may indicate an archaeological find,
such as building remains, hardware, accumulations of bones, pottery, or arrowheads, the
Contractor shall immediately notify the Contract Administrator and suspend operations
within the area identified by the Contract Administrator. Notification may be verbal
provided that such notice is confirmed in writing within 2 calendar days.
CITY OF OTTAWA SECTION 01100
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROJECT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.5 Work shall remain suspended within that area until otherwise directed by the Contract
Administrator in writing, in accordance with the General Conditions and Supplementary
General Conditions.

.6 The Contractor shall provide access to the NCC archeologist to observe any
archeological find.

.7 Any delay in the completion of the Contract that is caused by such a suspension of Work
shall be considered in accordance with General Conditions and Supplementary General
Conditions.

.8 The Contractor shall take all reasonable action to minimize additional costs that may
accrue as a result of any work stoppage.

1.9 REPLACEMENT PARKING

.1 The Contractor is made aware that the Owner will compensate PWGSC for parking
spaces eliminated as part of the construction works at Site 6 that are identified on the
Contract Drawings. The Contractor is not permitted to freely occupy PWGSC parking
spaces unless specifically identified on the Contract Drawings. Locations of alternate
parking will be determined by PWGSC. Refer to Section 01117 for additional details on
parking restrictions at Site 6.

1.10 STORAGE AND PROTECTION OF MATERIALS AND EQUIPMENT

.1 Protect materials and equipment after unloading, from weather, dust, dirt and moisture,
both before and after erection and placing. Observe manufacturer's written instructions
for temporary storage.

.2 Provide manufacturer's written instructions for the storing of equipment during the
construction period, well in advance of equipment delivery.

.3 Store specialty items to ensure protection from damage to materials or finish.

.4 Store materials subject to water absorption off the ground. Protect materials from other
damage due to environmental conditions using waterproof covers.

.5 As work proceeds and upon completion, promptly clean up and remove from site surplus
materials resulting from foregoing work.

.6 Storage of materials and equipment is not allowed within operational sewers. Material
and tools left within operational sewers shall be moved to the designated storage location
at the end of the working day.

.7 The electrical, communication, instrumentation and control products and equipment with
the bearings shall be stored at minimum 15 degree C.
CITY OF OTTAWA SECTION 01100
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROJECT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

1.11 PROTECTION OF EXISTING STRUCTURES AND PROPERTY

.1 The Contractor will be held fully responsible by the City for any damage to utilities,
properties, buildings, homes or structures adjacent to or in the general area of the work,
through settlement of ground, vibration or shock resulting from any cause relating to the
work carried out under this Contract. Make good and repair such damage at own
expense.

.2 Refer to Section 01119 Preservation and Protection

1.12 DAMAGE BY VEHICLES AND OTHER EQUIPMENT

.1 If at any time, in the opinion of the Contract Administrator, damage is being or is likely
to be done to any road, highway, improvements or property therein, other than such
portions as are part of the work, by the Contractor's vehicles or other equipment whether
licensed or unlicensed, the Contractor shall, on the direction of the Contract
Administrator and at the Contractor's own expense, make changes in or substitutions for
such vehicles or other equipment or shall alter loadings or shall in some manner remove
the cause.

1.13 PROPERTY OWNERS LETTER OF RELEASE

.1 The Contractor will be required, when instructed by the Contract Administrator, to


provide a letter from the Owner and/or Owners of property adjacent to the work or on
which the work was constructed, clearly stating that the reinstatement work carried out
by the Contractor has been completed satisfactorily.

.2 This letter of release will only be required where damage has been caused to private
property or where work takes place on private property or easements.

1.14 UTILITY OWNERS LETTER OF RELEASE

.1 The Contractor will be required, when instructed by the Contract Administrator, to


provide a letter from the owners of utilities stating that all services damaged during
construction of the work have been satisfactorily repaired.

1.15 INCLEMENT WEATHER

.1 Make adequate protection and take all necessary precautions at times of inclement
weather. Refer to Section 01117 Construction Sequences for flow management and
other construction constraints.

.2 Inclement weather or extra work caused by such weather will not be accepted as reason
for additional payment or an extension to the time of completion.

1.16 SNOW REMOVAL

.1 The Contractor shall be responsible for snow and ice removal in the designated
construction area and related access roads as well as Contractors staging and storage
CITY OF OTTAWA SECTION 01100
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROJECT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

areas at its own cost. The Contractor will not be permitted to dump or store snow outside
of the designated staging area. No storage or dumping of snow is permitted in staging
area at Site 6.

.2 Snow plowing shall be under the direction of the Contract Administrator and shall not
block the access road or public roadway.

.3 Where the Contractors work affects or impedes local snow clearing, the Contractor shall
be responsible for clearing and removal or making necessary accommodations to allow
City or private snow clearing and removal.

.4 Snow clearing of Pit Road and Confederation Pit parking lot at Site 6 to be performed by
PWGSC.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 1 OF 36

Part 1 General

1.1 GENERAL

.1 The Work is to be completed in the time stated in Section 00400 - Form of Tender and
Section 00200 instructions to Tenderers. In this regard, the Contractor is responsible
for scheduling the sequence of work.

.2 This Section includes mandatory construction constraints and references to conceptual


sequence of construction for select sites in the Contract Drawings that will satisfy the
mandatory constraints required in the execution of the Work, including existing sewer
flow details and general flow requirements.

.3 The conceptual construction sequences referred to herein are general in nature and
illustrate the design intent with respect to execution of the Work. The Contractor shall
prepare and submit a proposed sequence of construction for review by the City and
Engineer. This review will serve to satisfy the City and Engineer that all mandatory
construction constraints have been properly addressed by the Contractor in the proposed
sequence of construction but shall in no way relieve the Contractor of complete
responsibility for execution of the Work in accordance with the requirements of the
Contract Documents. The descriptions of construction activities as outlined in this
Section and in the Contract Drawings are not intended to be comprehensive or all-
inclusive. Many other construction activities and work components, although not
specifically noted in this Section or in the Contract Drawings, are integral parts of the
Work and shall be scheduled and completed by Contractor in accordance with the
Contract Documents.

.4 The Contractor shall plan to perform the work activities in such a sequence that does not
interrupt the continuous operation of the existing sewers and other facilities at any time
during the construction period.

.5 Unless noted otherwise, the City and Engineer reserve the right to review and revise the
Contractors schedule and the sequence of construction to comply with the operational
constraints defined in this section without additional cost to the Contract. Refer to
Section 01015 Attachment A for additional information on specific property parcels
being acquired by the City for this project.

1.2 RELATED SECTIONS

.1 Section 00200 Instructions to Tenderers

.2 Section 00400 Form of Tender

.3 Section 01015 Contractors Use of Premises

.4 Section 01050 - Coordination

.5 Section 01060 - Regulatory Requirements


CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 2 OF 36

.6 Section 01330 Submittal Procedures

.7 Section 01353 Special Procedures: Traffic Control

.8 Section 01561 Environmental Protection

.9 Section 01705 - Contract Work Health and Safety Clauses

.10 Section 02150 - Excavation Support System

1.3 SUBMITTALS

.1 Submit within two (2) weeks of contract award a detailed sequence of work that meets
the requirements of Section 01330 Submittal Procedures.

.2 Flow management constraints for managing live wastewater flow during dry and wet
weather events are described in this Section. Conceptual flow control methods outlined
in the Contract Drawings are suggested only and were developed to minimize the bypass
pumping requirements given the flows that can be anticipated. The Contractor may
present other options based on their own experience.

.3 Following award of the contract, the Contractor shall develop a conceptual design of its
Flow Management Plan for each site in coordination with the requirements of the Citys
Environmental Services Division (ESD), Wastewater Collection group. After the
conceptual design is verified by ESD, the Contractor shall submit its own method of flow
diversion and control in a Flow Management Plan, and the related shop drawings subject
to performance criteria for the Engineers review and acceptance a minimum of three (3)
weeks prior to commencing the Work. The Contractor is ultimately responsible for
developing their own Flow Management Plans and shall not rely on the conceptual flow
control methods illustrated in the Contract Drawings as the basis for their bid or flow
management plan.
1. The flow management plan at each site shall include the following as a
minimum:
.1 Description of flow management strategy at each site
.2 Estimated peak flow at each site
.3 Detailed procedures for handling the flow
.4 Discharge points of the bypass flow
.5 Drawings to show the locations of the plug and/or dams to block the
flow and locations of the pumping and piping
.6 List of the major equipment including the size of the pumps and piping
.7 Schedule for flow bypassing and management at each site
2. The Flow Management Plan shall also include alternative flow management
methods for each site in the event that the primary method fails.
3. Flow management shall conform to City of Ottawa Standard F-4105 and as
outlined herein.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 3 OF 36

4. In addition to a Flow Management Plan, an Emergency Response/Escalation,


Contingency and Risk Mitigation plan shall be provided in order to respond to
any potential emergency (i.e. temporary dam failure, pump failure or poor pipe
condition). The plan shall include all requirements listed in Section 01561
Environmental Protection.
5. The Contractors Flow Management Plan and Emergency Response/Escalation,
Contingency and Risk Mitigation plan shall be signed and sealed by a
Professional Engineer licensed in Ontario and include all associated calculations.
Shop drawings shall also be provided by the Contractor for the Engineers
review for any temporary dams, diversion structures or other temporary
measures employed for management of flows during construction. Submit the
plans to the NCC and PWGSC through the Contract Administrator. Submit all
spill and emergency reports to the City immediately.
6. Meetings will be required for the Contractor to review the bypass flow
management plans (for each site) and sequence of construction with the
Engineer, City Project Manager and Environmental Services Department (ESD)
staff prior to implementation. Resubmittal of the plans shall be completed within
seven (7) working days following the meeting. The number of meetings required
will depend on the Contractors proposed flow management plan and on a site by
site basis. Bypass of flow and associated construction activities may not
commence until approval is received from the City.
7. The Contractor shall complete and submit a Flow Management Plan Form F-
1007 to ESD. Ongoing flow management work plan updates must be submitted
on a regular basis as detailed in this Section.

1.4 COORDINATION

.1 It is noted that the proposed Works must be performed so as not to interfere with or
cause any un-scheduled interruption of operation of the existing components of the sewer
and regulator operation at all sites, and must not cause overflows to the Ottawa River
that would classify as spills, except as described herein.

.2 Coordinate the requirements of this Section with the other requirements of the Contract
Documents.

.3 Coordinate with the Ottawa Light Rail Transit (OLRT) through the City of Ottawas Rail
Implementation office and the Contract Administrator to ensure no impact of this
contract work on OLRTs construction operations.

.4 Refer to Section 01050 - Coordination for other coordination requirements.

.5 The existing sewer network facility operates 24 hours per day, 7 days per week. In the
event of conflict between construction operations and routine regulator/sewer operations,
all regulator/sewer operations have priority. Take every precaution to avoid interfering
with routine regulator/sewer operation and maintenance. Reschedule construction
activities, if required, without change to the contract price. Access to all existing
infrastructure by City forces shall be maintained at all times.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 4 OF 36

.6 Meetings shall be held bi-weekly to be attended by the Contractors senior site


personnel, the Engineer and as required the Citys representative to review the detailed
work plan for the following 14 calendar days. The Contractor must identify and present
to ESD staff any work activities that may impact the operation and maintenance
activities of the regulator/sewer for the following 14 calendar days. The Contractor shall
submit to the Engineer a detailed work plan listing work activities for the next 14
calendar days at each meeting.

.7 Do not block or modify sewer lines, open or close valves, or take other action which
would affect the operation of existing systems (i.e. flow management), except as
specifically required by the Contract Documents and only after the prior authorization of
ESD and the Engineer has been obtained.

.8 Shutdown/modification of existing facilities and tie-ins:

1. The Owner will limit the duration of shutdowns of important or critical systems.
Stated durations are the total time period between when the system is made
available to the Contractor and when it is ready for return to service. If the
Contractor cannot complete the Work within the allowed time, the Contractor
shall immediately request an extension from the Owner. If the Owner does not
approve the requested extension, the Contractor shall complete the Work or return
the system to operable condition. The Owner will complete the Work if the
Contractor does not return the system to operable condition as directed. The
Contractor is responsible for extra costs or damages incurred by the Contractor or
the Owner to meet these requirements.

2. The Contractor acknowledges that any operation impacting the flow of the
existing sewers, regulators or wastewater flow in any way, referred to hereinafter
as a shutdown, shall require observation, approval or monitoring by the City of
Ottawa ESD Operations Staff as outlined in the Ontario Water Resources Act and
associated regulations. The Contractor shall provide the Contract Administrator a
minimum 72 hour notification for requiring ESD staff onsite.

3. When the Contractor requires a part of the sewer/regulator system shutdown for
execution of construction activities (i.e. changes to flow directions in sewers,
sewer isolation, slide gate movement, regulator control/power/communication
interruption, etc.), a formal shutdown request must be made in writing to the
Contract Administrator at least 72 hours (excluding Saturday, Sunday, and legal
holidays) in advance of the requested shutdown date. The shutdown request shall
describe in detail the proposed method, and the procedures proposed to
accomplish each portion of the Work that requires an interruption to the
operation of the existing facility. The Contractor shall not begin any such work
until it has received written acceptance of the methodology and approach from
the Engineer. The Contractor shall include in its plan the specific number of
days to complete each facility interruption.

4. With each formal shutdown request and within the Flow Management Plan, the
Contractor shall include the following:
.1 Designate the equipment or system that will be affected or removed from
service. Describe the Work to be undertaken. Identify the portion of the
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 5 OF 36

system that will be isolated, dewatered, decommissioned, de-energized,


depressurized or drained.
.2 List the labour, equipment, materials, tools, utilities and incidental items
to be used.
.3 Indicate measures to prevent odour, stormwater pollution, discharge of
wastewater or disruption of treatment processes.
.4 Indicate unwatering methods and means for disposal of leakage water.
.5 Provide details for bulkheads, cofferdams, and isolation devices.
.6 Provide details for pumping equipment or other bypass equipment.
.7 Describe safety precautions and equipment.
.8 Describe the recovery plan if the shutdown cannot be completed as
planned.
.9 List activities to be done by the Owner.
.10 Indicate the time estimated to complete the shutdown.

5. The Contractor participating in the planning and execution of the shutdown shall
coordinate with ESD on the planning of the shutdown activity. The Contractor and
ESD shall work together to establish a shutdown specific energy and equipment
lockout strategy that is required for each shutdown of existing facilities and/or all
work that includes the Contractors work to connect new facilities to the existing
plant facilities. The City is not obliged to provide the shutdown within the 72 hour
period if the effectiveness of the regulator/sewer operations could be
compromised. The City will not unreasonably delay or refuse to make the
regulator/sewer processes or systems available for the Contractors construction
activities. A delay or refusal shall be based on the Citys opinion that the
performance of the regulator/sewer will be compromised or until resources are
available.

6. At each location where tie-in is required, the Contractor shall provide a complete
system of temporary works including bulkheads, pumps, power, equipment,
watertight separations and labour as necessary to maintain regulator/sewer
flow/operations as identified in 1.5and to allow for construction of the new
structures.

7. All temporary equipment, tools, materials, labour, and miscellaneous equipment


must be scheduled and physically present at the Site in advance of any shutdowns.

8. The City reserves the right to cancel any scheduled shutdown if regulator/sewer or
weather conditions dictate, at no additional cost to the City. The Contractor will be
provided with written notification of any such cancellation.

9. Prior to making major tie-ins to existing regulators/sewers and structures,


demonstrate that the equipment installed in all new structures is fully functional.
Connections to existing works will not be permitted until all equipment in the new
adjacent works operates to the satisfaction of Engineer. No claim for delay will be
entertained due to unsatisfactory operation of any equipment.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 6 OF 36

.9 Services Provided By the Contractor

1. During the construction, the Contractor shall provide and maintain all necessary
labour, material and equipment required for flow management at each site
including pumping, piping, valves , generator, power, diversion, bulkheads and
fuel etc. that ensure the flow does not interfere with the construction operations,
system operations, no overflows to the Ottawa River that would classify as a spill,
no flow backup leading to surcharge to the existing gravity pipes and no damage
to the existing facilities and grounds.

2. In case of bypass pump failure, the backup pump shall be provided within one
hour of the pump failure, and be of the same or greater capacity.

3. The Contractor shall also provide the required temporary construction, drainage,
grading, sedimentation and erosion control measures for the construction area.

4. Any and all costs related to cleanup or damage resulting from not maintaining the
flow management constraints and causing spills or flow backup will be the
Contractors responsibility.

.10 Operations Provided By City of Ottawa Environmental Services Department (ESD)


Operation Staff:

1. Opening and closing of existing valves and gates in existing regulators/facilities


will be undertaken by ESD as outlined in the Ontario Water Resources Act and
associated regulations. ESD and the Contractor will double lock out
actuators/gates following each major flow re-direction to ensure worker safety.

2. ESD will be required to be onsite during all major shutdowns to observe and
monitor the Contractors works.

.11 In the event any existing facility asset is damaged, the mode of operation is changed, or
there is a risk of actual regulator/sewer upset due to the Contractors work activity, the
Contractor shall stop work immediately, contact the City ESD representative, report the
incident to the Engineer, and make the Contractors on-site resources available at the
request and direction of the Engineer at no extra cost to the project to mitigate any
damage.

.12 If during the execution of the Contractors work ESD or the Engineer observes
conditions that will result in imminent danger to any worker, ESD or the Engineer may
exercise their right to shut down the Contractors work activity until it is determined to
be safe to resume work and the observed risks are under control.

.13 Contractor shall supply and maintain all appropriate and necessary equipment for
confined space entry operations in accordance with applicable regulations.

.14 The Contractor shall coordinate confined space entry operations where multiple parties
are involved in accordance with O.Reg. 632/05.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 7 OF 36

1.5 FLOW MANAGEMENT CONSTRAINTS

.1 For the Works, the incoming combined wastewater flow must be bypassed or managed to
complete the Work at several sites. Constraints for flow management are outlined herein.
The Contractor is responsible for submitting detailed flow management plans for each
site at least three (3) weeks prior to commencement of the Work.

.2 Flow Conditions: Each sewer requiring flow management during construction is a


combined sewer, with the exception of the Kent Street Storm Sewer and some smaller
sanitary connections, and will see large flow increases during wet weather. Peak
anticipated dry weather and wet weather flows for each site are provided below along
with specific operational constraints which must be managed by the Contractor.

.3 The Contractor shall make reasonable effort to schedule as much of the Work as possible
during dry weather conditions.

.4 Conceptual Flow Management Sequences: Conceptual flow management sequences are


presented in Flow Management Plan drawings in the Contract Drawings for select sites
(Site 3a, Site 5a, Site 6 and Site 9), although the Contractor is fully responsible for
developing flow managements plans to meet the constraints identified herein. These
Flow Management Plan drawings also identify specific flow management constraints for
their respective site, in addition to those constraints listed herein.
1. The conceptual flow management sequences identified in the Flow Management
Plan drawings are conceptual only. The Contractor shall develop their own
methods of managing flow, but must meet the minimum performance
requirements and constraints identified below and on the Contract Drawings.
2. The conceptual flow management sequences described in the Flow Management
Plan drawings are based on the Engineer's knowledge of the design components
of the Project and not on experience in the construction of such work. The
Engineer assumes no responsibility for the time required to construct the Work
following the suggested sequence of construction.
3. The conceptual flow management sequences described in the Flow Management
Plan drawings are not all inclusive and only cover the major components of the
Construction Work with respect to managing combined wastewater, wastewater
and stormwater flows to accommodate construction of the Works.
4. The Contractor shall submit a proposed sequence of construction, including the
Contractors flow management plan as outlined in 1.3.3 to the Engineer for
review. Such review shall in no way make the Engineer responsible for the time
or costs required to construct the Work following the Contractor's sequence of
construction.
5. Perform the Work continuously and expeditiously as required to minimize
interruption of the City's operations. Overtime due to Contractors or
subcontractors workforce is to be at the Contractors expense.

.5 General: No flow at any point shall be diverted into the EWT or NST unless all
chambers, sewers, tunnels or other works are fully constructed, instrumentation and
controls are commissioned and operational, and capable of accepting and releasing such
flow as intended without issue.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 8 OF 36

.6 The Contractor shall not allow any chunks of concrete or other debris from falling into
the sewer lines during construction. The Contractor is responsible for any damage caused
downstream to City facilities and cleaning of all debris.

.7 The Contractor shall not divert any combined wastewater flow towards the Ottawa River
under any circumstances. Refer to the Contract Drawings and coordinate with the
Engineer to identify which sewers bypass the sites and may lead to the Ottawa River.

.8 No sewer section, or component of flow conveyance, shall be removed until the


Contractor demonstrates that the flow management system has operated continuously
and has met the requirements of the Contract for five (5) days.

.9 Site 1a:
1. Booth Street Overflow: Wet Weather Flow (WWF) = up to 11,000L/s
2. The Booth Street Overflow sewer receives combined sewage during wet weather
events from the upstream Booth and Booth-Wellington Regulators. The
proposed works involve removal of concrete within the sump in the EWT Inlet
Chamber and pipe from the Booth Street Regulator Chamber to the EWT Inlet
Chamber to provide a flow path to the new EWT.
.1 This Work shall not be completed until the EWT has been fully
commissioned and placed into service.
.2 The Work may only be completed during dry periods. When rainfall is
forecast and at the end of each working day, all tools, equipment and
loose materials are to be removed from the work area and the flow path
is to be maintained.
.3 Coordinate with ESD to ensure gates GV01 and GV02 in the Booth
Street Regulator Chamber are open during the Works; if these gates
close, flow is likely to enter the work zone and all construction material
must be removed immediately. GV01 and GV02 must be locked
out/tagged out prior to the Contractor entering the work zone.

.10 Site 1b:


1. The Contractor shall not divert any flow into the CSST at this site.
.11 Site 2:
1. The Contractor shall not divert any flow into the CSST at this site.
.12 Site 3a:
1. Rideau Canal Interceptor (RCI) Flow at Site 3a/b: Dry Weather Flow (DWF) =
up to 390L/s; WWF = up to 15,000L/s; 6.0m maximum head.
2. A conceptual flow management sequences is provided for this site in the
Contract Drawings.
3. The RCI diversion/drop at Site 3a is ultimately intended to capture and divert
CSO to the EWT via an inline modulation gate and a side weir when the flow
rate in the RCI exceeds the capture rate of the existing Rideau Canal RTC
regulator (Site 3b) downstream.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 9 OF 36

4. Coordinate with City ESD to ensure the existing isolation gate at the Rideau
Canal Regulator is set and locked to the 100% open position while the RCI is
exposed at Site 3a for the duration of construction.
5. Complete all removal, wall construction and associated chamber works around
the RCI in Site 3a and 3b without impeding sewer flows, and maintain existing
flows at all times.
6. The Contractor shall maintain the existing sewer flow path, free of debris,
obstructions, sharp bends and interferences at all times.
7. The Contractor shall ensure that when rainfall is forecast and at the end of each
working day, all tools, equipment and loose materials within flow are removed
from the work area and the flow path is maintained.
8. The Contractor shall not divert any flow from the RCI or other local sewers into
the CSST at this site.

.13 Site 3b:


1. Rideau Canal Interceptor (RCI) Flow at Site 3a/b: DWF = up to 390L/s; WWF =
up to 15,000L/s
2. The Works at this site are limited to construction of a concrete wall and removal
of the two (2) modulation gate actuators and associated electrical and
communication equipment within the existing Rideau Canal Regulator chamber.
The two (2) modulation gates shall also be permanently fixed in the open
position. Complete all work during low flow conditions.
3. The Contractor shall maintain the existing sewer flow path, free of debris,
obstructions, sharp bends and interferences at all times.
.14 Site 3c:
1. The Contractor shall not divert any flow into the CSST at this site.
.15 Site 4:
1. The Contractor shall reroute 1200 mm dia storm sewer and 525 mm dia sanitary
sewer prior to commencing Work on the tunnel shaft.
2. Storm sewer theoretical capacity = 3,000 L/s; sanitary sewer theoretical capacity
= 318 L/s.
3. The Contractor shall not divert any flow into the CSST at this site.
.16 Site 5:
1. IOS (Site 5a):
.1 Interceptor Outfall Sewer (IOS) Flow: DWF = up to 2,800L/s; WWF =
up to 8,500L/s; DWF Depth = 0.8-1.1m; 6.0m maximum head.
.2 A conceptual flow management sequences is provided for this site in the
Contract Drawings.
.3 The new IOS connection chamber is intended to connect the new EWT
from the new EWT Outlet Chamber to the IOS. Flows to this junction
structure will ultimately be controlled by a dual gate system within the
EWT Outlet Chamber upon CSST completion. Complete all construction
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 10 OF 36

on the IOS connection chamber without impeding IOS flows and


maintain existing IOS flows at all times. Bypass pumping is not
considered feasible at this location.
.4 The Contractor shall not divert flow from the IOS or other local sewers
into the CSST at this site. The contractor shall plan the implementation
of the flow management measure with the Citys operation group to
assess whether it may be possible to partially control/mitigate flows at
the chamber site through real time control along the system to facilitate
the installation.
.5 Monitor upstream IOS water levels closely through City ESD and
connect to IOS during low flow conditions only. Do not connect to the
IOS when rainfall is predicted. The above noted DWF depth is the
minimum anticipated at all times, so the Contractor shall manage flows
entering the work zone to avoid sewage spills. Ensure removed pipe
sections or debris from pipe sections do not enter the flow channel.
.6 At the end of each working day, all tools, equipment and loose materials
are to be removed from the work area and the flow path is to be
maintained.
.7 The Contractor shall minimize the time that sewage is exposed to the
atmosphere when connecting to the IOS.
2. RRC Overflow (Site 5c):
.1 Rideau River Collector (RRC) Flow: DWF = up to 1,300L/s; WWF = up
to 6,000L/s; DWF Depth = 0.3-0.5m
.2 Rideau River Collector (RRC) Overflow Flow: DWF = 0 L/s; WWF =
up to 6,000L/s
.3 No work on the RRC is anticipated as part of this project; however the
RRC Sump Chamber will be constructed on the RRC Overflow Sewer,
which is typically dry during dry weather flow conditions.
.4 The 2100 mm dia. RRC Overflow sewer receives combined sewage
during wet weather events from the upstream Keefer Regulator.
Complete the removal and construction of new chamber without
impeding overflows within this sewer as there is a risk of upstream
basement flooding should adequate conveyance capacity not be
provided.
.5 Coordinate with City ESD to keep the Keefer RTC Regulator
modulation and isolation gates in the fully open position to reduce the
likelihood of an overflow during work on the RRC Overflow.
.6 The Contractor shall maintain a flow path, free of debris, obstructions,
sharp bends and interferences when not onsite or during wet weather
flow conditions.
.7 The Contractor shall ensure that when rainfall is forecast and at the end
of each working day, all tools, equipment and loose materials are
removed from the work area and the flow path is maintained.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 11 OF 36

.8 The contractor shall plan the Work at this site with the Citys operation
group to assess whether it may be possible to partially control/mitigate
overflows at the chamber site through real time control along the system.
.9 The Contractor shall not divert any flow from the RRC Overflow Sewer
or other local sewers into the CSST at this site.
3. Local Sewers at Site 5c (Queen Victoria Street at River Lane):
.1 The following existing sewers will be impacted during the excavation
and construction of the Site 5c chamber:
.1 300 mm sanitary sewer on River Lane with theoretical capacity
of 32 L/s
.2 300 mm sanitary sewer strapped inside 2100 mm RRC Overflow
Sewer along River Lane with theoretical capacity of 54 L/s
.3 250 mm sanitary sewer on Queen Victoria Street, north of River
Lane with estimated flow based on number of houses of 1.5 L/s.
.4 250 mm sanitary sewer on Queen Victoria Street, south of River
Lane with estimated flow based on number of houses of 1.5 L/s.
.5 300 mm storm sewer on Queen Victoria Street with theoretical
capacity of 63 L/s.
.2 Contractor to maintain flow in all impacted sewers by diverting, sleeving
or pumping.
.17 Site 6:
1. Kent Street Storm Sewer:
.1 Kent Street Storm Sewer Theoretical Capacity = 13,600 L/s and may
flow at full capacity, being a storm sewer outfall. Very low flow during
dry weather flow conditions, but constant low flow to be expected.
.2 A conceptual flow management sequences is provided for this site in the
Contract Drawings.
.3 The new storm outfall chamber at Site 6 will combine flows from the
NST overflow sewer and the 2400 mm Kent Street Storm Sewer.
.4 Contractor shall manage flows entering the work zone with the use of
diversions and/or bypass pumping. It is expected that management of
flows will only be appropriate during dry weather flow and other low
flow conditions.
.5 The Contractor shall anticipate that construction of the storm outfall
sewer, headwall and supporting structure including micropiles and
chamber will be constructed in the water and that bypass pumping will
not be feasible.
.6 The Contractor shall maintain a flow path, free of debris, obstructions,
sharp bends and interferences when not onsite or during wet weather
flow conditions.
.7 The Contractor shall not divert any flow into the CSST at this site.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 12 OF 36

.8 The Contractor shall ensure that when rainfall is forecast and at the end
of each working day, all tools, equipment and loose materials are
removed from the work area and the flow path is maintained.
2. Kent Street Combined Sewage Overflow Sewer:
.1 Kent Street Combined Sewage Overflow Sewer Theoretical Capacity =
2,000 L/s. It is typically dry or very low flow during dry weather flow
conditions.
.2 The Kent Street Combined Sewage Overflow Sewer receives combined
sewage during wet weather events from the upstream Regulator.
.3 The existing 275 mm diameter drop pipe is to be abandoned and the 300
mm diameter pull-back sanitary sewer is to be decommissioned.
Regulator chamber is to be rebenched afterward. Complete the work
without impeding overflows within this sewer.
.4 The 600 mm and 1200 mm overflow sewers downstream of the proposed
2400 mm combined sewage overflow maintenance hole are to be
removed or abandoned as per the Contract Drawings. Complete the
removal and construction of the new 2400 mm combined sewage
overflow maintenance hole without impeding overflows within this
sewer.
.5 The Contractor shall not divert any flow into the CSST at this site.
.6 The Contractor shall ensure that when rainfall is forecast and at the end
of each working day, all tools, equipment and loose materials are
removed from the work area and the flow path is maintained.
.7 The Contractor shall minimize the amount of time that sewage is
exposed to the atmosphere when connecting to the existing sewer.

.18 Site 8:
1. The Contractor shall not divert any flow into the CSST at this site.
.19 Site 9:
1. 1800mm diameter Catherine Street Sewer Flow: DWF = up to 100L/s; WWF =
up to 5,700L/s.
2. A conceptual flow management sequences is provided for this site in the
Contract Drawings.
3. The Overflow Chamber at Site 9 is ultimately intended to capture and divert
excess combined sewage from the Catherine Street Sewer to the NST via a
stoplog side weir.
4. Complete all removal, wall construction and associated chamber works around
the Catherine Street Sewer without impeding sewer flows, and maintain existing
flows at all times.
5. The Contractor shall not divert flow from the Catherine Street Sewer or other
local sewers into the CSST at this site.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 13 OF 36

6. The Contractor shall maintain the existing sewer flow path, free of debris,
obstructions, sharp bends and interferences at all times.
7. The Contractor shall ensure that when rainfall is forecast and at the end of each
working day, all tools, equipment and loose materials within flow are removed
from the work area and the flow path is maintained.

.20 Site 10:


1. The Contractor shall not divert any flow into the CSST at this site.

1.6 OTHER CONSTRUCTION CONSTRAINTS

.1 The air duct for the odour control facility at Site 1b is to pass above the OLRT near the
tunnel portal. Under no circumstances will the Contractor be permitted to modify or
disturb or interrupt construction or operations of the OLRT tunnel during construction of
the duct.
1. The Contractor shall ensure the OLRT crossing is constructed as shown in the
Contract Drawings.
2. The Contractor shall include all associated costs with maintaining OLRT
operations for the duration of construction in their Tender Price.
3. Should the OLRT be compromised such that it prevents or affects tunnel
operation in any way, the Contractor shall notify the Engineer and the City
immediately and will be responsible for all costs associated with immediate
repair and associated commissioning and startup time of the OLRT system.

.2 Depending on the selected construction sequence, construction of some CSST Works


could potentially take place concurrently or within a 6 month time period of OLRT
construction completion. This includes tunneling beneath and adjacent to portions of the
OLRT tunnel that have been recently lined with concrete liner, which may affect
groundwater levels during CSST construction or may reduce rock stability in the area.
This time period may change if the schedule of OLRT construction or CSST construction
changes. The Contractor shall consider this possibility as a risk to CSST construction.
Schedule constraints imposed in 1.9 (Schedule Constraints) are in place, in part, to
reduce this risk

.3 The Contractor shall coordinate the relocation of the existing Rogers/Allstream plant at
Site 2 with Rogers (contact Graeme Juhasz 613-898-5684) and Allstream (contact Al
Robidoux 613-799-8397 or John Steele 613-790-1974).
1. The Contractor shall schedule a meeting with Rogers and Allstream prior to
construction or any work in the vicinity.
2. The Contractor shall excavate and expose the existing plant and coordinate
relocation by a Rogers and Allstream approved Contractor.
3. All costs associated with coordinating and completing the relocation is included
in the Tender Price and there shall be no claim for any delays associated with
scheduling or coordinating the work.
.4 Protect the Hydro Ottawa duct at Site 2 for the duration of construction.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 14 OF 36

1. The Contractor shall contact Hydro Ottawa at 613-738-6418 or email


HOLSupervisions@hydroottawa.com to schedule a meeting with an Inspector
prior to construction.
2. The Contractor shall adhere to the Electrical Safety Authority Guideline for
Excavation in the Vicinity of Utility Lines.
3. When working in the vicinity of Hydro Ottawa ducts and structures, the
Contractor shall employ a Hydro Ottawa approved heavy civil contractor, and
protect and support the plant per Hydro Ottawa procedures, specifications and
details, including UDS0011, UDS0013 and UDS0022 available at
www.hydroottawa.com.
4. The Contractor shall include all associated costs with maintaining and protecting
the plant for the duration of construction in their Tender Price.
5. Should the ductbank be compromised, the Contractor shall notify the Engineer,
City, and Hydro Ottawa immediately. The Contractor will be responsible for all
costs associated with immediate repair.

.5 Protect and/or coordinate the relocation of the existing utility poles and overhead utilities
at Site 5c with Hydro Ottawa.
1. There are existing overhead Hydro, Bell and Rogers in the vicinity of Site 5C:
.1 Existing 4kV overhead wires on the North side of River Lane as well as
on the West side of Queen Victoria Ave North of River Lane.
.2 Existing 120/240V overhead wires on the West side of Queen Victoria
St North of River Lane.
2. The Contractor shall ensure that no personnel or equipment encroaches within
three meters (3.0m) of the Hydro Ottawa overhead medium voltage distribution
lines, unless approved by Hydro Ottawa.
3. The Contractor shall contact Hydro Ottawa prior to commencing work when
proposing to work within 3.0m of Hydro Ottawa distribution lines. No such
work shall commence without approval of Hydro Ottawa.
4. If relocation the poles or raising the wires is required, the Contractor must
contact Hydro Ottawa well in advance of when the relocation is required.
5. To accommodate construction on the west side of River Lane (Site 5c), the Bell
and Rogers overhead utilities can be raised approximately 2 feet at the center of
the road. The Contractor shall coordinate this work with Rogers (contact Graeme
Juhasz 613-898-5684) and Bell (contact Richard Miceli 613-299-6554).
6. The Contractor shall include all associated costs with maintaining, protecting
and relocating existing utilities in their Tender Price and there shall be no claim
for any delays associated with scheduling or coordinating the work.
.6 The Contractor shall coordinate the relocation of the existing gas main at Site 2 and Site
9 with Enbridge.
1. The Contractor shall contact Ademidayo Adesiyun at 613-748-6760 to schedule
a meeting prior to construction or any work in the vicinity.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 15 OF 36

2. The Contractor shall provide Enbridge with a minimum notice of 5 business days
prior to relocation. Relocation of the gas main to be completed by Enbridge and
its contractor Aecon.
3. The Contractor shall include all costs associated with coordinating the relocation
in their Tender Price and shall not claim for any delays associated with
scheduling the work or allowing Enbridge and its contractor access to the sites.

.7 Protect the Hydro One duct at Site 3A adjacent to the odour control facility for the
duration of construction. Under no circumstances will the Contractor be permitted to
modify or disturb this ductbank during construction.
1. The Contractor shall support the ductbank when crossing it as per the typical
utility support detail shown in the Contract Drawings.
2. The Contractor shall design the shoring system and plan the excavation methods
for the new works to accommodate this ductbank at all times. The shoring design
shall be submitted to the Engineer for review as per Section 02150 Excavation
Support System. This may include but not be limited to the installation of
engineered shoring parallel to the ductbank to allow for odour control facility
construction.
3. The Contractor shall include all associated costs with maintaining this ductbank
in operation for the duration of construction in their Tender Price.
4. Should the ductbank be compromised, the Contractor shall notify the Engineer,
City, and Hydro One immediately. The Contractor will be responsible for all
costs associated with immediate repair, re-wiring of duct.
.8 At Site 5, the Contractor shall maintain an access road through the construction staging
area, as identified on the Contract Drawings, and allow access for City of Ottawa
Operations staff and vehicles to access the Rideau River to facilitate ice management
works. Contractor shall coordinate access with City Operations staff regarding site
specific health and safety requirements, designated access routes and communication
protocols.
.9 Work in Hazardous Areas and Confined Space: refer to Section 01705 - Contract Work
Health and Safety Clauses. Coordinate confined space entry operations where multiple
parties are involved according to O.Reg. 632/05.
.10 The Contractor shall locate the IOS at Site 5, as per the requirements outlined in Section
01720, prior to commencement of NST tunneling works.
.11 Trucking route to Site 5 must be via Sussex Drive and trucks must leave Site 5 via St.
Patrick Street. Vanier Parkway is not a permitted trucking route.

1.7 CONSTRUCTION CONSTRAINTS INSTRUMENTATION AND CONTROL


.1 Control system programming and demonstration of control program functionality will be
by others outside of the contract, however, the contractor shall provide on-site staff and
sub-trades, to assist with troubleshooting all installed works during the site acceptance
testing (SAT) of the control program and during control program testing and
commissioning of the new and upgraded systems.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 16 OF 36

1. The contractor shall carefully co-ordinate the work of this contract with the work
of the control system programmer, to complete construction while meeting the
construction timing restrictions detailed herein.
2. The contractor will allow for thirty (30) working days (non-consecutive, at each
individual work site), within their project schedule and provide support to the
Owners during this duration for their programming activities. This time does not
include the contractors requirements for the completion of their own testing and
commissioning activities as outlined within this specification.

.2 Construction must proceed while existing sites remains online and operational at all
times.
1. Any control system shutdowns shall be in strict accordance with the Contractors
schedule and shall be carefully coordinated with the Engineer and Operating
personnel to avoid placing the Owner in a position of increased Risk of
Overflow.
2. The Contractor shall so arrange the timing of, and the method by which he
carries out the Works so as not to affect the operation of the existing facility.
The work will be carried out to accommodate the Owners continued access for
operating and maintenance of the facility during installation.

.3 The Contractor is advised that there will be more than one occasion in the construction
sequence where control program modifications by the Owner will be required to
continue to the next step in the sequence.
1. In addition to the notification procedures and timelines identified herein, the
Contractor shall allow for sufficient and reasonable time in the construction
schedule for necessary control modifications to be developed, uploaded and
tested. No additional payment shall be made for delays associated with control
programming changes which are within the schedule once it has been reviewed
and approved by the Engineer and Owner.
2. The Contractor shall provide at least fifteen (15) working days notice, in writing,
to the Engineer and Owner when control programming modifications required to
complete construction are required. The Contractor shall identify the proposed
date and time, and specific control programming step required in the written
notification.

.4 The Contractor shall schedule his work and conform with the intent of the following
requirements, and ample allowance shall be made in the schedule to comply therewith.
The following is not intended to imply the Contractor must carry out the work in the
exact manner indicated but is intended to indicate the restrictions that shall be imposed
on construction work sequence. Circumstances may arise during construction that will
change this suggested sequence. The Contractor is also referred to the contract drawings
for further information on construction sequencing.

.5 Suggested construction sequence:


1. Submit required schedule and shop drawings for review.
2. Obtain an approved schedule and shop drawings and purchase all materials
required to complete the project.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 17 OF 36

3. Assemble O&M materials.


4. Schedule and co-ordinate vendor training to suit timing installation and
commissioning of new elements.
5. Perform construction works at all new and existing sites.
6. For all new sites:
.1 Install power feed to all control panels and UPS systems.
.2 Install, test and commission telephone, Rogers fibre and private Ethernet
communications systems.
.3 Install, terminate and test all monitoring and control points.
.4 Contractor to complete their own site acceptance testing, rectifying any
issues found.
.5 Contractor to repeat their own site acceptance testing in presence of the
Engineer and/or the City.
.6 Owner will load new control programs into RPU.
.7 Site acceptance testing (SAT) of all points connected to the RPU, in
presence of City operation staff and SCADA programmers.
.8 Confirm operation.
7. For Existing Site 1a (Booth-Wellington Regulator)
.1 Contractor to migrate existing SCADAPack controller (RPU) to new
ControlLogix controller (RPU).
.2 Shutdown existing SCADApack RPU. Maintain power and control to
existing backup float controls, alarms and alarm autodialer.
.3 Install new ControlLogix based RPU.
.4 Install, terminate and test all existing monitoring and control points to
new ControlLogix based RPU via existing field terminals.
.5 Install, terminate and test all new monitoring and control points to new
ControlLogix based RPU via new field terminals.
.6 Contractor to complete their own site acceptance testing, rectifying any
issues found.
.7 Contractor to repeat their own site acceptance testing in presence of the
Engineer and/or the City.
.8 Owner will load new control programs into new ControlLogix based
RPU.
.9 Site acceptance testing (SAT) of all points connected to the new
ControlLogix based RPU, in presence of City operation staff and
SCADA programmers.
.10 Confirm operation.
.11 Complete steps 1 to 10 within a maximum of five continuous working
days. Contractor to schedule work to have steps 1 to 3 completed within
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 18 OF 36

the first day. Complete steps 4-7 within the second day. City
programmers/staff will have a minimum of three days to steps 8 to 10.
8. Continuous Operational Trial (7-day) on the new control programs at all sites
(existing and new).

1.8 CONSTRUCTION REQUIREMENTS AND CONSTRAINTS SITE 6 AND


OTHER PWGSC ACCOMODATIONS WITHIN THE ZONE OF INFLUENCE
(NORTH OF QUEEN STREET)
.1 General:
1. All work at Site 6 will be in accordance with the Plans listed in all specifications
submitted by the Contractor for review by PWGSC, which include but are not
limited to those summarized in the master submittal list provided in Section
01330. All plans are to be submitted at least twenty (20) working days prior to
the start of implementation of these plans. The Contract Administrator must
approve all of the Plans prior to their review by PWGSC. No activities at Site 6
shall commence prior to approval by PWGSC of the related Plans. All approved
Plans will be strictly enforced.
2. All work is subject to PWGSC approval in regard to Contractor employees and
vehicles access to grounds and the extent and particulars of construction
site/laydown area, fencing and hoarding. PWGSC requirements and area of
control include but are not limited to: physical security, personnel security
screening, health and safety, communiqus, hours of operation, traffic and
parking, coordination of activity, vehicle access, building access and
infrastructure access.
3. The Contractor must have a representative on site during all Contractor
operations who will coordinate with PWGSC and the public if required. This
representative must hold PWGSC Reliability Status Security Screening and be
bilingual (English & French).
4. Security Screening: Reliability Status Security Screening (Public Works and
Government Services Canada (PWGSC) is not currently required for Contractor
and all Sub-Contractor employees accessing the grounds north of Wellington
Street. It is possible that this clearance may become required for all employees
working on site in the future. Refer to Section 01060 Regulatory Requirements
for forms.
.1 Secret security clearance is required for all employee access to
buildings and tunnels at Site 6.A PWGSC escort is required for any
access to the tunnels in accordance with protocols for entering/exiting
through the Cliff Street Plant if no PWGSC health and safety course is
taken by that employee.
.2 All vehicles and drivers accessing the grounds north of Wellington
Street must have Authorization for Vehicle Access (Government of
Canada) as per Section 01060 Regulatory Requirements. Only
commercial vehicles are permitted on site; no personal vehicles are
permitted.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 19 OF 36

5. The road network (such as Kent Street, Vittoria Street, Bank Street and Pit
Road) and the Confederation Pit parking lot were not designed nor constructed
for heavy vehicles, equipment, oversized vehicles and loads and commercial
vehicles. The Contractor shall determine the suitability of the road network and
parking lot in regard to load bearing capacity.
.1 Any damage to road network (Kent Street, Vittoria Street, Bank Street),
are to be repaired immediately to an operable standard and to
satisfaction of PWGSC. Prior to conducting works Contractor through
the Contract Administrator is to submit plans and obtain approval from
PWGSC.
.2 Any damage to parking lots (Pit Road and Confederation Pit), are to be
repaired immediately to full pavement structure and subgrade depth and
to satisfaction of PWGSC. Prior to conducting works Contractor
through the Contract Administrator is to submit plans and obtain
approval from PWGSC.
6. The construction site is to remain accessible at all times to the Royal Canadian
Mounted Police (RCMP), Ottawa Fire Services and PWGSC health and safety
staff.
7. Parking north of Wellington Street is used twenty four (24) hours a day and
seven (7) days a week, including holidays. Contractor parking is limited to the
construction staging area. Parking of vehicles elsewhere north of Wellington
Street is not permitted.
8. Construction traffic is to minimize the impacts upon parking and the road and
pedestrian networks. Further, oversized vehicle and other traffic that cannot be
accommodated within the driving lanes and cannot turn within the construction
staging area must be coordinated with PWGSC through the Communiqu
process (see item #28) prior to any disturbance.
9. Tarps, hoarding, fencing, scaffolding, screening, banners and interpretive panels
shall be new and are subject to review and approval by PWGSC, NCC and
RCMP.
.1 Materials delineating extent of construction staging area are to be kept in
good state and aesthetically pleasing.
.2 Fencing and other surfaces must be kept free of graffiti and bill posters
at all times.
.3 No direct or indirect advertising is permitted.
.4 Vision and/or dust screening is to be transparent in order to permit
visibility for security purposes.
10. Foul language, boisterous conduct, loitering and littering of garbage will not be
tolerated.
11. Contractor is responsible for security within the construction staging area.
12. Before the start of site activities, a start-up meeting will be held with the
PWGSC manager assigned to the project, and the Contract Administrator, which
shall be attended by the Contractor and the Contractors site representative.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 20 OF 36

Biweekly meetings will be held with these personnel throughout the works at
this site as in 01330 Project Meetings.

.2 User Schedules, Limitations on Construction Activity and Work Stoppages


1. Construction activity is to be conducted by means necessary to prevent impacts
(such as visual, noise, dust, odor, vibration and traffic) upon building occupants
and site users such as Senate of Canada, House of Commons, and Supreme Court
of Canada.
.1 The 2015 schedule (appended to this specification section) for site users
illustrates the blocks of time when sittings were scheduled to occur
throughout the calendar year. This shall be used for the basis of bidding
and construction sequencing. 2016 and 2017 schedules will be provided
by PWGSC when available. During sitting sessions construction activity
is to be limited so as to minimize impacts upon building occupants and
site operations. Further, when sitting sessions are not scheduled it is
noted for these blocks of time that buildings remain occupied and site
operations continue; and, as result the Contractor is to be cognizant of
level of construction activity proposed and to minimize impacts upon
respective users buildings and operations.
.2 No noise or vibration from construction activity is permitted to interfere
with Supreme Court of Canadas operations, which includes the two
business days prior to commencement of a session.
.3 In regard to 1) and 2) above, Contractor to be cognizant that construction
activity can create a disturbance to the building occupants and site user
operations. A disturbance is caused by disruptive work creating
vibrations, impacts, noise, dust, fumes, or unsightly condition;
perceptible to building occupants and site users. A request for stoppage
of disruptive work may be raised by respective site user representatives
through PWGSC to the Contract Administrator (CA); whereupon the
CA, Contractor and PWGSC are to confer and must address the request
for stoppage within 30 minutes from being raised. Contractor should
allow for of unscheduled event stoppages as noted in Item .3.
2. Hours of operation for construction activity may be required to adjust to off-peak
hours such as evenings, overnight and weekends.
3. RCMP may instruct the Contractor directly or PWGSC may instruct the Contract
Administrator (who in turn will notify the Contractor) to curtail activities, stop
work and/or vacate the work site due to planned, unforeseen or other events such
as Very Important Persons (VIP) visitors, demonstrations, late sittings, and
security or perceived disturbances to building occupants and site users. This
direction to act may occur with no advance notice.
.1 Unplanned Work Stoppages: Contractor shall assume up to ten (10) full
days per year with stopped work of at least twenty four (24) hours and
up to twelve (12) partial days per calendar year with stopped work of
four (4) hours or less.
.2 Planned Work Stoppages: Special events: During the dates and times
listed below, work is not permitted, and deliveries or removal of
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 21 OF 36

materials are not permitted. Also, site construction lighting must be shut
down, booms lowered to horizontal position; and audible equipment
must be shut off such as compressors, generators, excavation or hoisting
equipment, and other noise producing equipment. Note: Dates and times
shown below are subject to change.
.1 Remembrance Day: November 11, from 7:00 AM to 12:00 PM
hours.
.2 Canada Day: July 1, 06:00 AM hours to July 2, 01:00 AM hours.
.3 2017 Canada Day Celebrations: June 29 to July 3, 2017
.4 Police Memorial Service: last Sunday of September from 08:30
AM to 12:30 PM hours.
.5 Fire-fighter Memorial Service: second Sunday of September
from 08:30 AM to 12:30 PM hours.
.3 Monitoring
1. The Contractor shall conduct monitoring of PWGSC real property (buildings,
grounds and infrastructure/works) to satisfaction of PWGSC in regard to
settlement, noise and vibration. Geotechnical and Structural Instrumentation and
Monitoring shall comply with Section 02480. Noise and vibration monitoring
shall comply with Section 02482.All monitoring required by Section 02480,
02482 and the Cash Allowance outlined in Section 00410 north of Wellington
Street shall be conducted by a third party, approved by PWGSC and with
security screening Secret clearance.
2. Access to PWGSC facilities (buildings and infrastructure/works) is controlled
and pre-authorization is required prior to accessing facilities. A minimum of five
(5) days notification is required to gain access to PWGSC facilities. This
authorization for access includes:
.1 Video (pre-construction and post-construction) inspections, installation
of equipment in buildings and infrastructure/works and ongoing data
collection:
.1 Secure storage facility for storage of video and other
information.
.2 Security screening Secret clearance.
.3 Authorized Building Access form approved
.4 Accompanied by PWGSC escort if PWGSC health and safety
course is taken by that employee.Non-emitting/receiving (i.e.
transmissions, wireless or otherwise) equipment permitted
(unless otherwise specifically approved by PWGSC).
.5 Health and safety training, procedures for access
.6 Schedule, Communication Plan and Communiqu approved.
3. Access to PWGSC grounds is controlled and pre-authorization is required prior
to accessing the grounds. This authorization for access includes:
.1 Contractor approved by PWGSC
.2 Security screening Reliability clearance (when required)
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 22 OF 36

.3 Schedule, Communication Plan and Communiqu approved.


.4 Construction Coordination and Communiqus
1. Site 6 construction activities will be subject to and form part of PWGSCs
overall efforts for coordination of its construction activities such as operations,
repairs, recapitalization and major construction. PWGSCs oversight and
management of scope and scheduling of all construction activities is required to
prevent, mitigate and/or resolve conflicts and competing interests in regard to
timing, duration, use of road network, etc. PWGSCs decisions may result in
changes and/or delays to a projects proposed construction sequencing and
scheduling of activities.
2. Construction activity is subject to PWGSCs communiqus process and as result
an impact upon timing, duration and construction sequencing or extent of
activity may occur.
3. Communication and coordination of proposed project schedules and construction
activity is important to prevent conflicts with site users, their operations as well
as other PWGSC construction projects.
4. Prior to commencement of any construction activity, as defined below, the
schedule of work proposed must be communicated to all potentially affected
parties via the Communiqu process. The schedule including all planned
activities, hours of work, and modifications to previously scheduled activities is
to be provided to the PWGSC at least 15 working days prior to the planned
activities. Refer to Section 01060 Regulatory Requirements for Communiqu
forms to be completed for work in this area.
.1 This communiqu process includes a minimum 5 business days for
PWGSC to prepare and 10 business days for circulation/consideration by
stakeholders (such as the House of Commons and Senate of Canada) to
review submittals.
.2 More than 15 working days review period is required for any activity
that displaces people, including but not limited to disruption of parking
spaces for large load deliveries. It is advisable that these activities be
scheduled for evenings, weekends, or statutory holidays to minimize
public impacts.
.3 The proposed schedule of work will be subjected to re-submission if the
work schedule and/or the site activities are not approved.
.4 The proposed schedule is to be updated monthly as a minimum.
.5 It is the responsibility of the Contractor to submit the work schedule for
the site activities far enough in advance to have the work schedule and
site activities approved in time for the Communiqu process to be
completed.
.6 If the timing in the work schedule for the planned site activities slips
outside the pre-approved window, the approval process must be re-
initiated.
.7 Concurrence from all stakeholders must be received in order for
PWGSC to authorize the work to proceed.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 23 OF 36

.8 Public formal communications and signage at Site 6 to be bilingual in


compliance with the Official Languages Act as specified in 01060
Regulatory Requirements.
.9 The Communique process is required for, but not limited to, the
following:
.1 Mobilization and demobilization;
.2 Major construction stages (i.e. concrete pours, rock removal,
heavy equipment noise, etc.);
.3 Disruptive activities (i.e. equipment which dispels excessive
noise, rock removal, etc.);
.4 Works impacting traffic flow on road network or parking areas;
.5 Entry into PWGSC buildings or infrastructure for monitoring,
installation of equipment, or inspection; and
.6 Delivery of materials and equipment to the site
.7 Abandonment of the existing pullback sewer outside of the Site
6 staging area. Note that this work must be completed during the
weekend.
.5 Responsibility and Repair of Real Property
1. The Contractor shall ensure that all legal, control survey, or other surveying
monuments are protected and not disturbed, damaged or destroyed during the
works by the Contractor. Should any such monuments be disturbed, damaged or
destroyed, the Contractor shall, at its expense, have such monuments replaced by
a qualified Ontario Land Surveyor to the satisfaction of PWGSC.
2. The Contractor accepts responsibility for damage and interruption of utilities
services, including without limitation, electricity, water, steam and chilled water
for heating and cooling, telecommunications, and sewer/waste water services, to,
on or in relation to the PWGSC lands. Further, the Contractor is obliged to
ensure that construction and related activities does not interfere with utilities
servicing works located on or servicing PWGSC lands.
3. Any damage to the PWGSC real property (buildings, grounds, works) resulting
from, or related in any way to, the construction activity shall be repaired
immediately and at the sole cost and expense of the Contractor.

.6 Results of Site Investigations


1. The Contractor through the Contract Administrator shall provide PWGSC with a
copy of any and all data and/or results of site investigations, including but not
limited to any reports created or generated from the investigations.
2. Any additional investigative works on the site during construction, including but
not limited to boreholes, die testing, sewer tracing, sewer cleaning and CCTV,
etc. are to be reported to PWGSC through the Communiqu process. The results
(such as reports, logs, etc.) of these works are to be provided to the PWGSC
through the Contract Administrator.
.7 The Contractor is required to comply with the PWGSC Parliamentary Precinct Branch:
Traffic Operation Safe Operating Guidelines as attached in Section 01353 Special
Procedures: Traffic Control
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 24 OF 36

.8 No vehicular movements are permitted to cross the Ottawa River Pathway while the
pathway remains open between the hours of 7:00AM -9:00AM, 11:30AM-1:30PM, and
3:00PM-6:00PM.

.9 In the event of emergency at Site 6, refer to Section 01705 Contract Work Health and
Safety Clauses.

.10 There will be no compensation in the event of an emergency on site that halts work.

1.9 SCHEDULE CONSTRAINTS

.1 Commencement of EWT construction between Station 5+520 (Cumberland and Daly)


and Station 2+420 (Metcalfe and Slater) shall not be initiated prior to July 31, 2017. This
is to minimize the risk of overlapping construction with OLRT as identified in Paragraph
1.6.2.

.2 This section lists the specific schedule constraints for when construction is permitted or
not permitted at each site. These constraints may be modified by the Engineer or the City
as construction proceeds. Refer to Section 01015 for additional constraints and details on
property parcels being acquired by the City for this project. See the below table for
specific site schedule constraints.
Site No. Schedule Restriction Comment
1 Access to the site permitted August 1, Restriction applies to all work at Site 1a and
(West End 2018. Site 1b.
Shaft)

2 Access to the site permitted in any Restriction applies to all work at Site 2.
(EWT/NST contiguous 6 month timeframe selected
Intersection) by the Contractor. Access to the site is
not permitted between January 1, 2017
and December 31, 2017.
3a Access to the site permitted only from Restriction applies to all work within and
(Diversion March 1, 2018 to December 31, 2018. immediately adjacent to Confederation Park.
Chamber) Restoration, landscaping and in-situ Incentive/Disincentive identified in Section
work within the chamber(s) is permitted 00200 applies for the work to be completed
from March 1, 2019 to May 31, 2019. between March 1 and December 31, 2018.

3a Access to the site permitted only from Restriction applies to all work within the
(Odour March 1, 2018 to December 31, 2018 secondary staging area identified on the
Control and from March 1, 2019 to August, Contract Drawings and work within Queen
Building) 2019. Elizabeth Drive. Incentive/Disincentive
identified in Section 00200 applies for the
work to be completed between March 1 and
December 31, 2018.
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 25 OF 36

Site No. Schedule Restriction Comment


3b Access to the site is permitted Restriction is required to prevent work
(Rideau November 1 to April 30 (2016 or 2018). during tourist season at the site.
Canal Access to the site is not permitted
Regulator) between January 1, 2017 and December
31, 2017.
3c Access to the site is permitted for a 2 Restriction applies to all work at Site 3c.
(Nicholas St. year contiguous timeframe selected by
Shaft) the Contractor after July 31, 2017.
4 (Patrick St. Access to the site permitted in any Restriction applies to all work at Site 4.
Shaft) contiguous 8 month timeframe selected
by the Contractor.
5 (EWT Access to the site permitted in any All work at Site 5a, 5b and 5c and any other
Outlet and contiguous 30 month timeframe selected operations at Site 5 shall be completed
RRC by the Contractor. within the 30 month contiguous timeframe.
Diversion)
6 (NST Access to the site permitted in any Restriction applies to all work at Site 6.
Overflow) contiguous 1 year timeframe selected by
the Contractor. Access to the site
beyond the 1 year timeframe is
permitted for an additional 2 months in
the following spring period, selected by
the Contractor to complete vegetative
reinstatement and landscaping works.
8 (McLeod Access to the site permitted in any Restriction applies to all work at Site 8.
St. Drop) contiguous 12 month timeframe selected
by the Contractor.
9 (Catherine No work shall occur within or impact Restriction applies only to works that would
St. Drop) Catherine Street between January 1, impede on Catherine Street or impact traffic
2017 and December 31, 2017 on Catherine Street.
10 Access is permitted to the site from Restriction is applicable to all work on Site
(Chamberlain issuance of commence work order to 10.
Shaft) December 31, 2018.
10 (Percy Access is permitted to the site from Restriction is applicable to all work on Site
Staging issuance of commence work order to 10 at Percy/Chamberlain.
Area) December 31, 2017.
.3 For Sites 4, 5, 6: No work may take place at these sites June 29 through July 3, 2017
inclusive to accommodate Canadas 150th anniversary celebrations scheduled around
July 1st 2017. No work shall occur on any site, with the exception of tunneling works, on
July 1, 2017.

.4 No work shall occur on the project from 10:00am to 12:00pm on November 11 of any
year. Work at Site 3a, 3b and 3c shall comply with the requirements for Site 6 identified
in article 1.8.

.5 Access to Site 3a is permitted only between March 1, 2018 and December 31, 2018. The
Contractor shall demobilize fully from this site by December 31, 2018. Final restoration,
CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 26 OF 36

landscaping, and work within the chambers and EWT may be completed between March
1, 2019 and May 31, 2019 (for diversion chamber) and between March 1, 2019 and
August 2019 (for odour control building).
1. The type of work permitted between March 1, 2019 and May 31, 2019 (for
diversion chamber) and between March 1, 2019 and August 2019 (for odour
control building) at this site is limited to surface reinstatement, landscaping,
hardscaping, and structural, electrical, mechanical, process and instrumentation
works within the diversion chamber and within the tunnel and de-aeration
chamber. During this period the Contractor shall erect temporary fencing, as
required to delineate and secure their work site. The temporary fencing or
hoarding will be subject to review and approval by the Contract Administrator
and NCC.

1.10 FIRE PROTECTION

.1 Provide adequate supplementary fire protection facilities including but not limited to
ample hand-operated 15 to 20 pound multipurpose dry chemical extinguishers at each
work site/facility. Provide temporary hose lines in areas where construction is in
progress until the permanent fire protection is placed into service. Do not block hydrant
hose connections and other firefighting equipment by construction equipment and make
readily accessible at all times.

.2 Dispose of all combustible rubbish promptly and safely. Prompt disposal is particularly
needed for material subject to spontaneous ignition such as oily waste and paint rags.

.3 Monitor and control probable ignition sources as necessary to prevent the threat of fire.

.4 Minimize hot work including but not limited to operations involving open flames, heat,
or sparks such as brazing, cutting, welding, grinding, soldering, and torching. If there is a
practical and safer way to do the Work without hot work, the alternative method shall be
used.

.5 Maintain fire access/control at all times.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED


CITY OF OTTAWA SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
CONTRACT NO. ISD14-2036 PAGE 27 OF 36

ATTACHMENTS
TEMPORARY AND PERMANENT SUPPORT OF HYDRO DUCTS

2015 SUPREME COURT OF CANADA SITTING SCHEDULE

2015 HOUSE OF COMMENTS SITTING SCHEDULE

2015 SENATE SITTING SCHEDULE

2015 FEDERAL COURT OF CANADA SITTING SCHEDULE

END OF SECTION
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
Federal Court of Canada Sittings Schedule 2015
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS
HOUSE OF COMMONS
CALENDAR 2015 CHAMBRE DES COMMUNES
CALENDRIER

January Janvier February Fvrier March Mars


SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS
1 2 3 1 2 3 4 5 6 7 1 2 3 4 5 6 7
4 5 6 7 8 9 10 8 9 10 11 12 13 14 8 9 10 11 12 13 14
11 12 13 14 15 16 17 15 16 17 18 19 20 21 15 16 17 18 19 20 21
18 19 20 21 22 23 24 22 23 24 25 26 27 28 22 23 24 25 26 27 28
25 26 27 28 29 30 31 29 30 31
April Avril May Mai June Juin
SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS
1 2 3 4 1 2 1 2 3 4 5 6
5 6 7 8 9 10 11 3 4 5 6 7 8 9 7 8 9 10* 11* 12* 13
12 13 14 15 16 17 18 10 11 12 13 14 15 16 14 15* 16* 17* 18* 19* 20
19 20 21 22 23 24 25 17 18 19 20 21 22 23 21 22* 23* 24 25 26 27
26 27 28 29 30 24 25 26 27 28 29 30 28 29 30
31
July Juillet August Aot September Septembre
SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS
1 2 3 4 1 1 2 3 4 5
5 6 7 8 9 10 11 2 3 4 5 6 7 8 6 7 8 9 10 11 12
12 13 14 15 16 17 18 9 10 11 12 13 14 15 13 14 15 16 17 18 19
19 20 21 22 23 24 25 16 17 18 19 20 21 22 20 21 22 23 24 25 26
26 27 28 29 30 31 23 24 25 26 27 28 29 27 28 29 30
30 31
October Octobre November Novembre December Dcembre
SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS SD ML TM WM TJ FV SS
1 2 3 1 2 3 4 5 6 7 1 2 3 4 5
4 5 6 7 8 9 10 8 9 10 11 12 13 14 6 7 8 9 10 11 12
11 12 13 14 15 16 17 15 16 17 18 19 20 21 13 14 15 16 17 18 19
18 19 20 21 22 23 24 22 23 24 25 26 27 28 20 21 22 23 24 25 26
25 26 27 28 29 30 31 29 30 27 28 29 30 31
Sitting Days 126 Jours de sance 126
* Sitting days with possible extension of sitting hours (S.O. 27(1))
* Jours de sance avec possibilit de prolongation des heures de sance (art. 27(1) du Rglement)
SECTION 01117
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION SEQUENCES
AND CONSTRAINTS
ATTACHMENTS

$ % % ( $ % ( H (
 & '   & '  &

2015
         
             

JAN. JANV. FEB. FV. MARCH MARS


                    

              
     

              

   ! "  # ! "  #         ! "  #        

                   !  "  #         !  "  #  

 !  "  #                     !             !

      !  "  #    "  #  

APRIL AVRIL MAY MAI JUNE JUIN


                    

              
     

           

  ! "  #       ! " ! "  #      

            !  #                     !  "  #

 "  #             !  "  #                   

    !  "  #         !  "  #  !  "  #

 

JULY JUIL. AUG. AOT SEPT. SEPT.


                    

              
     

         

  ! "  #        !  ! "  #    

            ! "  #                     !  "

 "  #               !  "  #      #            

    !  "  #             !  "   !  "  #

 #  

OCT. OCT. NOV. NOV. DEC. DC.


                    

              
     

             

   ! "  # ! "  #          ! "  #    

                   !  "  #             !  "

 !  "  #                     !  #            

      !  "  #    "  #   !  "  #  

) * + 4 - ) * + , -

. , / 0 1 * 2 * 3 / 4 5 - 6 7 8 4 5 9 7 + + 7 : ; 5 , < = * 3 2 4 3 / C * : 1 D 4 - E * 3 / 9 5 4 9 D , : 1 4 C 7 8 4 9 =

7 ; ? + 1 * 2 * 3 / 4 5 - @ * 9 9 7 A 2 4 9 7 + + 7 : ; 5 , < = B * 3 2 4 3 / F G 2 4 - E * 3 / 9 5 4 9 D , : 1 4 F * 9 9 7 A 2 4 9 =
>

B
Supreme Court of Canada Scheduled Sittings 2015
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General

1.1 DESCRIPTION

.1 This Section specifies requirements for preservation and protection of existing and new
utilities, services, buildings, structures, and property.

1.2 GENERAL

.1 Comply with all requirements and regulations of the City of Ottawa and Utility
Companies, especially those pertaining to protective work, inspection and safety.

1.3 MAINTENANCE AND PROTECTION OF EXISTING UTILITIES, SERVICE,


STRUCTURES AND PROPERTIES
.1 The Contractor will be held fully responsible by the Owner for any damage to utilities,
services, properties, buildings, or structures adjacent to or in the general area of the
work, through settlement of ground, vibration or shock resulting from any cause relating
to the work carried out under this Contract. Make good and repair all such damage at
own expense.
.2 The Contractor shall supply and install the shoring, bracing and support system at his
own judgment and at his own cost to protect the existing utilities, services, buildings and
structures from damage for the duration of the construction. The cost for this item shall
be included in the tender price and the Contractor shall not make any claim against the
Owner for extra work on this item.
.3 Perform Work within right of way and easements in a systematic manner that minimizes
inconvenience to property owners and the public.
.4 During emergencies, no residence or business shall be cut off from vehicular traffic for a
period exceeding four hours, unless special arrangements have been made.
.5 Keep fire hydrants and water control valves free from obstruction and available for use at
all times.
.6 Notify property owners and utility offices that may be affected by construction operation
at least five calendar days in advance, and as per the PWGSC communique process for
works at Site 6 as in Section 01117 Construction Sequences and Constraints.
.7 Maintain original site drainage wherever possible.
.8 Request owners of all underground services to locate, stake and clearly mark in the field
all services which are located on or near the line of the proposed work. For works at Site
6 the Contractor is to locate the site utilities themselves. Refer to Section 01117
Construction Sequences and Constraints for details.
.9 Obtain certificates from all utility companies having facilities in the area of the proposed
works certifying that facilities have been marked to confirm the utility location.
.10 Utilize non-mechanical means such as hydrovac excavation to determine the location and
depth of utilities when not known.
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

.11 Sustain in their places and protect from direct or indirect injury, all water and gas mains,
sewers and drains, conduits, cables, service pipes, poles, sidewalks, curbs, embankments,
structures, equipment and other property in the vicinity of the work.
.12 Sustain and support structures that are uncovered, weakened, endangered or threatened.
.13 Use flowable concrete fill if required or upon request by Contract Administrator or the
utility to provide additional support during reinstatement.
.14 Notify the Contract Administrator immediately (and follow up in writing) if and when
any damage to such facilities occur during the planned execution of work. Provide all
necessary written documentation such as incident reports, accident reports, investigative
reports and preventative measures to be implemented within 48 hours of any incident
taking place, in a format that clearly identifies details such as the report author, his/her
role in the project, the company the author represents, date, signature, etc., all on
Contractors Company letterhead.
.15 Repair immediately all items that are damaged during construction, at no cost to the
Owner.
.16 Immediately report all damages occurred on the City's or any other land owners
property, existing services and structure during construction to the Contract
Administrator.
.17 Protect from damage the existing SCADA pole located adjacent to the existing biofilter
odour control facility at Site 5. Survey the pole and alignment on a weekly basis to
monitor ground movement. Immediately report any movement or damage to the City and
Engineer and provide a plan to repair the damage.
.18 Prevent dust and dirt from entering existing buildings or areas where equipment is stored
or is operating. Refer to Section 02362 - Dust Control for further detail regarding control
of dust and application of dust suppressants.
.19 Prevent dust, water or other deleterious substances from entering areas with existing
electrical, heating, ventilating, pumping and other equipment. The Contractor will be
held responsible for any damage caused by work carried out under this Contract.
.20 Where existing wall sections are removed or where pipes are installed through existing
walls or where any dust-generating operation is necessary, provide a suitable temporary
wall or enclosure suitably reinforced and sealed to prevent dust or water entering the
area. When work is completed, remove temporary dust control device and thoroughly
clean all areas affected by the work.
.21 Where Contractor contemplates removal of street furniture such as mailboxes, signposts,
and culverts that interfere with Contractors operations, obtain advance approval of the
property owner and the Engineer. Replace those removed in a condition equal to or better
than original.
.22 Control groundwater level to prevent damage to any pipe or structure due to water
pressure during and after construction and until the completed works are accepted.
.23 Protect or cut and cap existing irrigation lines to ensure continued functioning of
irrigation system. Reinstall affected irrigation system lines during final reinstatement
works.
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

.24 Control of Vibrations


.1 Control vibration levels as per Section 02482 Noise and Vibration Monitoring.
.2 Control use of vibration producing construction techniques or equipment so that
the ground adjacent to recently placed concrete has a resultant peak particle
velocity (P.P.V.) not exceeding the following limits. These limits do not apply to
general P.P.V. values for the entire project as specified in Section 02482 Noise
and Vibration Monitoring.

Age of Concrete Maximum Permissible Resultant


(Hours) P.P.V. (mm/s)

Less than 4 50
4 to 60 10
Over 60 50

.3 Schedule and execute placing of concrete so that, for concrete 4 to 24 hours old, a
minimum distance of 40 m between the source of vibration and the concrete is
maintained.

.4 The Engineer reserves the right to require additional restrictive limits for vibration
control if recommended by the inspection agency.

1.4 EXCAVATION IN PROXIMITY TO HIGH VOLTAGE HYDRO ONE CABLES


.1 The Contractor shall comply with the following requirements when excavating within 2
metres of any underground high voltage (115kV-230kV) Hydro One cables:

.1 Follow all Infrastructure Health and Safety Association (IHSA) applicable safety
regulations, and any other requirements determined by Hydro One in its
discretion;
.2 Do not perform any excavation within one metre of Hydro Ones underground
cables except in the presence of a Hydro One representative. The third party must
contact Hydro One at 1-888-977-8665 #1, at least 72 hours before excavation
work, to schedule the attendance of the Hydro One representative;
.3 Prior to the commencement of any excavation, inform Hydro One of the proposed
scope of work around the cables and cable trench;
.4 Do not commence any excavation before requesting and obtaining from the Hydro
One representative the approximate cable depth at the work site, unless the third
party determines the exact cable depth by either hand-digging or using hydrovac
equipment, whichever of those two methods has been approved by the Hydro One
representative after considering the type of buried cables;
.5 Ensure that step and touch potentials are controlled by the use of an equipotential
work zone prior to operating hydrovac equipment within one metre of the cable.
The third party must protect the public and all workers from these potential
hazards;
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.6 Do not operate mechanical equipment (such as boring, auguring or ramming)


within one metre of the cable;
.7 Where the Hydro One representative identifies the need to support exposed cables,
deliver to Hydro One a temporary support design bearing the stamp of a
professional Engineer to be presented to Hydro Ones Engineering Department;
.8 Ensure that no personnel make direct contact with pipe-type cable without wearing
appropriately-rated personal protective equipment (PPE), because the cable pipe
may become energized during a power system fault. Accidental contact with the
exposed cable shall be avoided;
.9 Do not replace backfill until after the Hydro One representative on site has
inspected all sections of exposed cable following backfill removal and has found
the said cable to be satisfactory;
.10 Use only backfill that satisfies Hydro One specifications, which specifications the
third party shall obtain from the Hydro One representative or from the Hydro One
employee providing the locate.

1.5 EXCAVATION AND CONSTRUCTION IN PROXIMITY TO HYDRO OTTAWA


DUCTS AND STRUCTURES
.1 The Contractor shall comply with the following requirements when excavating within 2
metres of any underground Hydro Ottawa ducts or structures:

.1 The Contractor shall provide reasonable advanced notice to Hydro Ottawa as to


the timing of the works. The Contractor shall arrange for the installation of civil
works (trenching, concrete encased duct banks, building service entrance, surface
re-instatement) with a Hydro Ottawa Qualified heavy civil contractor in
accordance with Hydro Ottawa specifications GCS0005 and GQS0002.
.2 The Contractors Work shall be in compliance with Ontario Building Code,
Ontario Electrical Safety Code, Hydro Ottawas plans and specifications, and
Hydro Ottawas Conditions of Service as set out in www.hydroottawa.com.
.3 Before any work is to be done on an existing Hydro Ottawa duct bank, the extent
of works and proposed method of construction are to be verified and approved by
the Hydro Ottawa inspector.
.4 The Contractor shall be responsible for testing, handling, and disposal of any
environmental contamination associated with the site as per legislative
requirements before the installation of Hydro Ottawas Work.
.5 The Electrical System shall be terminated and disconnected with the completion of
the underground tunnel work by the Contractor and/or prior to the permanent
CSST site services being energized. Hydro Ottawa shall remove its electrical
equipment. The Contractor shall remove the remaining temporary electrical
service equipment and re-instate the site to the property owners standards.
.6 The Contractor shall not vary the design of the System subsequent to the
commencement of construction of the System, without first submitting such
variation in writing to Hydro Ottawa for approval. The Contractor shall not
implement any such variation unless approval in writing has been received from
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

Hydro Ottawa.
.7 The Contractor shall be responsible for repairing any damages caused to any other
service or utility by any activities arising directly, or indirectly, which are
undertaken by the Contractor. Hydro Ottawa shall be responsible for repairing any
damages caused to any other service or utility by any activities arising directly, or
indirectly, which are undertaken by Hydro Ottawa. The obligation of the
Contractor herein shall continue until a Certificate of Acceptance has been issued
by Hydro Ottawa for the Contractors Work.

1.6 PROTECTION, SOUNDNESS AND REPAIR OF NEW CONSTRUCTION


.1 Protect all newly constructed work from damage. Prevent heavy loading of newly
constructed work and repair all damage. Construct all works watertight and correct all
imperfect work.
.2 If, in the final inspection, any deficiencies are found, repair or replace the defective
work. Be responsible for satisfactory maintenance and repair of all work undertaken for
the specified guaranteed maintenance period. Protect and store all equipment supplied
under this Contract.

1.7 PROTECTION AGAINST FREEZING


.1 Furnish all necessary equipment and fuel for heating buildings and structures during
construction. Maintain a minimum temperature of 15 degree C in interior areas for
mechanical, electrical, painting and other work susceptible to frost damage.
.2 Drain pipelines in trench that may be left exposed in winter. Drain pipelines below
concrete slabs or in areas too large to heat practically.
.3 Refer to other specification Divisions as applicable for detailed cold-weather procedures
for cast-in-place concrete, painting, specialized equipment, mechanical work and
electrical work respectively.

1.8 PROTECTION AGAINST FLOTATION

.1 Control groundwater level to prevent damage to any pipe or structure due to water
pressure during and after construction and until the completed works are accepted.

1.9 SURVEY MONUMENTS


.1 Maintain survey monuments, iron bars, round iron pipes and stakes for marking property
boundaries and locations.
.2 Where monuments, pipes or stakes are located on the line of the trench or within the
limits of the work, the Contractor shall report to the Owner.
.3 Do not remove survey monuments without receiving prior approval. Pay for or replace
monuments which were removed without approval.

1.10 PRECONSTRUCTION SURVEY


.1 As per Section 01120 Preconstruction and Post-Construction Survey.
CITY OF OTTAWA SECTION 01119
COMBINED SEWAGE STORAGE TUNNEL PRESERVATION AND PROTECTION
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

1.11 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate general lump sum items for each site included in Section 01025,
Measurement and Payment for all work required in this section as specified herein and
no separate payment shall be made.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

PART 1 GENERAL

1.01 DESCRIPTION

.1 This section includes the requirements to perform pre-construction and post-


construction inspections for interior and exterior of structures, houses, buildings
and other facilities as described herein. An independent consultant, acceptable to
the Engineer, specializing in preconstruction surveys, shall be retained to conduct
the inspections.

.2 Inspections shall be repeated when monitoring results in Section 02480 -


Geotechnical and Structural Instrumentation and Monitoring show that movement
has occurred or, in the opinion of the Engineer, to verify the adequacy of
construction methods compared to settlement thresholds.

.3 The Contractor shall be responsible for damage to utilities, property buildings or


structures adjacent to or in the general area of the Work, through the settlement of
ground, vibration, shock, or changes to groundwater level resulting from any
cause related to the Work.

.4 Definition: Structures: Buildings, bridges, flyovers, all types of utilities,


foundations and piers of any type, roadway embankments and culverts or drains
over 0.9 metres wide.

1.02 REFERENCES
.1 Section 01119 Preservation and Protection

.2 Section 02480 Geotechnical and Structural Instrumentation and Monitoring

1.03 SUBMITTALS
1. Surveyor qualifications and experience.
2. Survey methods report.
3. Precondition Survey Report:
.1 The precondition survey report shall provide a summary of the
inspections performed and an overview of the inspection process:
including copies of letters distributed, listing of properties
inspected, and an overview sketch of each property inspected. This
report shall not include specific results of the inspections
performed.
.2 The final pre-construction inspection report shall be comprised of a
separate report for each property inspected, and shall be dated and
CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

signed by the firm undertaking the inspection. Two (2) copies of


each pre-construction inspection report shall be submitted to the
Engineer prior to the commencement of any work.
4. Post-condition survey report.

1.04 PRECONDITION AND POST-CONDITION SURVEY


.1 A letter of introduction shall be provided to the property owner, after it has been
reviewed and approved by the Engineer.

.2 Carry out a precondition survey of all buildings, structures, pavement, utilities and
other items that are likely to be affected by all construction activities, including
trenchless and trenched excavation, shaft excavation, building construction, or
other work within 75m of the tunnel centreline and 75m from the centre of each
shaft, and within 30m of all work staging areas, whichever is larger. In addition
each building or structure proposed to have a tiltmeter installed shall be included
in this survey even if the structure is outside of the 75m limits. The pre-
construction inspection shall be carried out in the presence of the affected property
owners. The Contractor acknowledges that property owners are not required by
the City to grant access to their property, and that access is at the discretion of the
individual property owner.

1. Particular emphasis shall be directed to physical conditions of:


.1 Structures, ditches and pavements within pipe and conduit
alignment
.2 Areas adjacent to and within the site perimeters and,
.3 Contractor storage and staging areas.
.3 All inspections shall be performed in accordance with applicable Federal and
Provincial Privacy legislation including the Canadian Personal Information
Protection and Electronic Documents Act (PIPEDA). Documentation confirming
compliance with this legislation shall be made available to the homeowner and
submitted with the pre-construction inspection report.

.4 Engineer may be in attendance for the precondition survey with a 48-hour prior
notice and shall have the right to select subject matter and vantage point from which
photos and videos are to be taken.

.5 Surveys in the vicinity of Site 6 and north of Queen Street shall be undertaken in
compliance with the communique process detailed in Section 01117
Construction Sequences and Constraints.
CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

.6 General:

1. Document findings with digital photographs, digital video, sketches and in


writing submitted to the Engineer complete with tabulated log with item
number, location and description. Record a description of all cracks, defects
and other items that could be attributed to the Work.
2. The Contractor or firm shall propose the methods, format and standards to
be employed in the survey in a written description and submitted for
approval by the Engineer. No work shall commence until this has been
approved by the Engineer. Minimum requirements include the following:
.1 Identify recordings by number, location and Project.
.2 A record of the contents of each recording shall be supplied on a run
sheet identifying each segment by location and referenced to video
counter numbers.
.3 Recordings shall begin with the date and time of recording, project
name, sheet numbers or engineering stationing as shown on the
Drawings, the name of the street, easement, or building being
recorded, the direction of travel and the viewing side.
.4 Identify buildings by building number.
.5 Engineering stationing should be continuous and correspond to plans
and standard engineering symbols.
.6 In areas where hand-held equipment must be used, local landmarks or
other recognized features off to the side of the alignment shall be
visually and audibly noted at frequent intervals to identify the camera
location.
3. Tapes shall be accompanied by a notarized statement verifying the original
unedited quality of the recording.
4. Entering Property: Make arrangements with the owners of structures to gain
access to the properties in order to carry out the required surveys. Notify
owner of building at least 48 hours in advance of planned entry (or as per
communique process for all areas north of Queen Street as per Section
01117 Construction Sequences and Constraints). Should the property
owner refuse entry, the Contractor shall notify the Engineer. Do not enter
private property before permission is granted. The Contractor shall be held
liable for entry made other than as stated herein.
5. The Contractor shall prepare necessary copies of the precondition survey
report for submission to the Owners of the structures affected for joint
inspection with the Owners.
CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

6. The precondition survey shall be submitted and approved before beginning


any excavations or other work that may damage nearby properties.

.7 Area to be Surveyed:

1. Area to be surveyed includes but is not limited to: existing driveways,


sidewalks, curbs, ditches, streets, hard and soft landscaping, trees, culverts,
catch basins, headwalls, retaining walls, fences, visible utilities, and all
buildings interior and exterior, located within the zone of influence of
construction. The zone of influence shall be as selected by the Contractor
and determined by his methods but as a minimum shall include all
structures that lie within 75m of the tunnel centreline and 75m from the
centre of each shaft, and within 30m of all work staging areas, whichever is
larger as shown on the Contract Documents. All structures equipped with
tiltmeters are to be surveyed as described even if they lie outside of these
limits.
2. Of particular concern are any existing faults, fractures, defects, or other
imperfections exhibited by the above surface features.
3. The Contractor shall survey all premises outside the limits defined herein
that in his or the Engineers opinion are likely to be affected by the Work.
4. Streets shall be recorded by audio-video recording near sites where streets
are present and along sides of streets except where specifically noted
otherwise by the Engineer.
5. Easement areas shall be recorded by video for the full width of the
permanent (or temporary) easements and all other adjacent areas lying
within the zone of influence of construction as directed by the Engineer.
6. Buildings interiors and exteriors: Record video of all interior and exterior
surfaces of buildings within the zone of influence. Interior coverage shall
include all rooms, hallways, and basements including items sensitive to
settlement as a minimum. Exterior building coverage shall include but not
be limited to, walls visible foundations, chimney, porches and trim.
Particular detailed coverage shall be made at historical and heritage
structures if observed on site, including the conditions of historical repairs
such as grouting, repointing, and building tie-backs.

.8 Recording shall be done during times of good visibility. Do not record during
periods of precipitation or when the ground is covered by snow, leaves, or debris
unless authorized by Engineer.

.9 Provide auxiliary lighting as needed to produce proper detail and perspective.


CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

.10 Any portion of the recordings deemed unacceptable by the Engineer must be re-
recorded at no additional cost to the Owner.

.11 Where required to do so by property owners or utility owners or by Authorities


having jurisdiction over adjacent structures or properties, the Contractor shall
submit the precondition survey report and carry out joint inspections with the staff
of these owners or authorities.

.12 The Engineers acceptance of the Contractors proposed methods, the manner in
which he carries out the survey and the information presented in the final report in
no way alleviates the responsibility of the Contractor for the cost of any damage
arising from carrying out the construction of the Work.

.13 Post-Construction Survey Requirements:

1. Complete a post-construction survey for all structures inspected prior to


construction and for any new structures constructed by other parties within
the limits described above after the completion of the preconstruction
survey. The post construction survey shall also be completed for those
additional structures outside the required distance limits that were surveyed
prior to construction as directed by the Engineer.
2. The Contractor shall also complete a post-construction survey on all
structures where settlements were found to exceed the predicted levels
regardless if these had been surveyed previously or whether they lie outside
the specified distance limits.
3. The post-construction survey shall be carried out by the same firm that
performed the precondition survey using the same methods and equipment
previously accepted by the Engineer. The Contractor shall employ
additional survey techniques or measures instructed by the Engineer in
carrying out the post-construction survey.

1.05 QUALITY CONTROL


.1 The independent condition surveyor shall have a minimum of 5 years experience
in similar condition assessment documentation work. Experience must include
colour audio-visual recordings or similar type projects.

1.06 OWNERSHIP OF TAPES/DIGITAL PHOTOGRAPHS


.1 All photographs, videos, and recordings produced will become the permanent
property of the City.
CITY OF OTTAWA SECTION 01120
COMBINED SEWAGE STORAGE TUNNEL PRECONSTRUCTION AND
POST-CONSTRUCTION SURVEY
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

PART 2 PRODUCTS

2.01 EQUIPMENT REQUIREMENTS


.1 Photographs shall be taken with a digital camera having at least 6 megapixel
resolution.

.2 Video must be recorded in colour MPEG2 format compatible with standard video
players. Videos in DVD format from a proprietary DVD recorder are not
acceptable. Audio encoding: uncompressed stereo or stereo Dolby Digital (256
kilobit or better). Aspect ratio 4 by 3 (720 by 480). Video encoding highest
available bit rate (6-9 Megabit), 60 fields per second interlaced.

.3 Audio description shall be made simultaneously with and shall support video
coverage.

.4 No Macrovision or other copy protection encoding is permitted. No region code to


be used.

.5 Provide data on thumb drive or portable hard drive.

PART 3 EXECUTION

3.01 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01160
COMBINED SEWAGE STORAGE EROSION AND SEDIMENT CONTROL PLAN
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General
1.1 DESCRIPTION

.1 Work to be performed as part of controlling surface water is to be specified in includes


procedures that are primarily intended to protect tunnels, shafts and associated project
excavations against surface-water runoff.

1.2 RELATED SECTIONS

.1 Section 01561 Environmental Protection

1.3 REFERENCES

.1 City of Ottawa Special Provision S.P. No: F-1005 Erosion and Sediment Control Plan

1.4 APPLICATION

.1 S.P. No: F-1005 shall apply with the following requirements.


.1 The Contractor shall provide an Erosion and Sediment Control Plan for each site,
which shall be signed and sealed by a Professional Engineer registered in the
Province of Ontario.
.2 The NCC and PWGSC is to be provided a copy of the E&S plan at least 15
working days prior to commencement of work, and the Contractor is to revise
according to NCC and PWGSC comments prior to commencing work.
.3 The Contractor shall utilize a tire and vehicle washing station at each site for the
duration of the work at each site.
.4 Consider existing overland flow routes to direct flows through E&S measures.
.5 Consider the location of all E&S measures in relation to existing watercourses and
environmentally sensitive areas (as detailed in Section 01561 Environmental
Protection) and incorporate contingency measures for additional E&S devices and
more frequent replacement and monitoring as required.
.6 Silt fencing is to be installed to prevent species at risk reptiles from accessing the
construction site (as per Section 01561 Environmental Protection). Show location
of this fencing in the E&S plan.
.7 Measurement for Payment section and Basis of Payment section of S.P. No: F-1005
is deleted in its entirety.
.8 The Contractor shall bear all expenses in connection with the erosion and sediment
control plans as part of this item.
.9 Maintain the erosion and sediment control measures in place until the construction
is fully completed.
CITY OF OTTAWA SECTION 01160
COMBINED SEWAGE STORAGE EROSION AND SEDIMENT CONTROL PLAN
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

1.5 MEASUREMENT AND PAYMENT

.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate general lump sum items for each site included in Section 01025,
Measurement and Payment for all work required in this section as specified herein and no
separate payment shall be made.

Part 2 Products
2.1 NOT USED

Part 3 Execution
3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01200
COMBINED SEWAGE STORAGE ALTERNATIVES
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General

1.1 DESCRIPTION
.1 This section includes instructions regarding alternative products.

Part 2 Products

2.1 ALTERNATIVE PRODUCTS


.1 Contract documents stipulate pertinent requirements for products and methods to achieve
the Work.

.2 Where products are specified with a manufacturers name and/or model number and
which do not include the words or approved equal, the Contractor shall supply the
specified product. Alternative products will not be acceptable.

.3 Where products are specified with two or more manufacturers names and/or model
numbers and which do not include the words or approved equal, the Contractor shall
supply one of the specified products. Alternative products will not be acceptable.

.4 In the event that, prior to closing of tenders, the Tenderer wishes to offer a substitution
(terms or equal, or equivalent) or a proposal of work, materials or methods as an
alternative to those described in the Contract Documents, he/she shall submit a request in
writing at least thirty (30) days prior to the time for receiving tenders specified herein.

.5 The request shall include the following:


.1 A description of the proposed substitutions;
.2 In case of materials, products or systems, a direct comparison between the
properties and compliance of the specified materials, products or systems with
the properties and compliance of the proposed substitution; and, in the case of
materials or products, country of manufacture.
.3 If requested by the City, a list of no less than five (5) projects of comparable size
where the proposed substitution has been used in a similar application, subject to
climatic conditions similar to those experienced in Ottawa. The list shall include
the name, current telephone number, and e-mail address of the Design
Consultant for each project.
.4 In the event, that the City deems the information provided with the request for
approval of a substitution, to be inadequate, the request may be rejected.
.5 Approval of alternative proposals of work, materials or methods will be signified
by the issue of an addendum.
.6 Cost of additional work and/or modification to the design due to the use of
alternative materials, products or systems shall be borne by the Contractor.
.7 Where the terms or equal, or equivalent or terms of similar meaning are used
in the specifications, this shall not be construed as acceptance of any alternative
material, product or system to those specified. The use of these terms does not
CITY OF OTTAWA SECTION 01200
COMBINED SEWAGE STORAGE ALTERNATIVES
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

relieve the Contractor from his responsibility to follow procedures for approval
of substitutions specified herein (during tender period) or in accordance with the
General Conditions.

.6 The proposed alternative product will be reviewed by the City and the Contract
Administrator. No changes to the specified product shall be authorized without the
official approval in writing by the City and the Contract Administrator. The final
selection of an equipment manufacturer by the City and the Contract Administrator shall
not prevent the selected Contractor from meeting the specified completion date.

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01220
COMBINED SEWAGE STORAGE TUNNEL PROJECT MEETINGS
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 DESCRIPTION

.1 This section includes details related to project meetings.

1.2 GENERAL

.1 The Contract Administrator will schedule the project meetings throughout progress of
the Work.

.2 The Contract Administrator will prepare meeting agenda with regular participant input
and distribute the written notice of each meeting, preside at meetings, record minutes to
include significant proceedings and decisions, and reproduce and distribute copies of
minutes within 5 working days after each meeting to participants and parties affected by
meeting decisions.

.3 Unless noted otherwise, the project meetings will be held at the Contractors primary site
office. The Contractor shall provide physical space and make arrangements for meetings
at the site in the primary Site trailer as requested by the Contract Administrator.

.4 Representatives of Contractor, Subcontractor and suppliers attending meetings shall be


qualified and authorized to act on behalf of the party each represents.

1.3 PRECONSTRUCTION MEETING

.1 After award of Contract, the Contract Administrator will request a meeting of parties in
contract to discuss and resolve administrative, health and safety procedures and
responsibilities.

.2 Preconstruction meeting agenda may include the following, as a minimum:


.1 Appointment of official representative of participants in the Work.
.2 Schedule of work, progress scheduling.
.3 Schedule of submission of shop drawings, samples and color chips.
.4 Major product delivery and priorities.
.5 Status of bonds and insurance, although these are provided in advance of Contract
Award.
.6 Sequencing of critical path work items.
.7 Major construction constraints.
.8 Major equipment to be used and work procedure summary.
.9 Progress payment procedures, administrative procedures, photographs, holdbacks.
.10 Use of site, access, office and storage areas, security and temporary facilities.
.11 Permits obtained by the City and the Contractor.
CITY OF OTTAWA SECTION 01220
COMBINED SEWAGE STORAGE TUNNEL PROJECT MEETINGS
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

.12 Contemplated Change Notices, Change Orders, procedures, approvals required,


mark-up percentages permitted, time extensions, overtime, administrative
requirements.
.13 Owner-provided equipment.
.14 Record drawings.
.15 Maintenance manuals.
.16 Take-over procedures, acceptance, warranties.
.17 Contractors safety plan and representative.
.18 Site security.
.19 Survey bench mark and monuments.
.20 Coordination procedures between the Contractor, Sub-contractors, City, Contract
Administrator, Regulatory Agencies and other parties.
.21 Overview of the Contract

.3 Attendees will include:


.1 Citys representatives.
.2 Citys operations personnel.
.3 Contractors Project Manager.
.4 Contractors resident superintendent.
.5 Contractors quality control representative.
.6 Subcontractors representatives whom Contractor may desire or Contract
Administrator may request to attend.
.7 Contract Administrators representatives and staff.
.8 Others as appropriate.

.4 Prior to start of work at Site 6, the Contractor is to attend a preconstruction meeting with
PWGSC representatives.

1.4 PROGRESS MEETINGS

.1 Contract Administrator will schedule regular progress meetings at site, conducted weekly
at minimum to review the Work progress, progress schedule, Shop Drawing and Sample
submissions schedule, Application for Payment, contract modifications, and other
matters needing discussion and resolution. Progress meetings may be held on a more
regular basis depending on current site activities.

.2 Project progress review meeting agenda may include the following, as a minimum:
.1 Review and approval of minutes of previous meeting.
.2 Review of Work progress since previous meeting.
CITY OF OTTAWA SECTION 01220
COMBINED SEWAGE STORAGE TUNNEL PROJECT MEETINGS
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.3 Potential discrepancies and changes.


.4 Field observations, problems and conflicts.
.5 Problems which impede construction schedule.
.6 Review of off-site fabrication delivery schedules.
.7 Corrective measures and procedures to regain projected schedule.
.8 Revisions to construction schedule.
.9 Progress and schedule, during succeeding work period.
.10 Review submittal schedules: expedite as required.
.11 Maintenance of quality standards.
.12 Pending changes and substitutions.
.13 Review proposed changes for effect on construction schedule and on completion
date.
.14 Review safe work procedures related to the construction work.
.15 Coordinate the Contractors requests for process/mechanical shutdowns,
process/mechanical tie-in, electrical and instrumentation tie-ins to existing
facilities.
.16 Review of progress payment.

.3 Attendees will include:


.1 Citys representatives.
.2 Citys operations personnel from the Environmental Services Department, Sewer
Use Bylaw, Traffic Operations or other parties as requested by the Contract
Administrator.
.3 Contractor, Subcontractors, and Suppliers, as appropriate.
.4 Contract Administrators representative(s).
.5 Others as appropriate.

.4 During works at Site 6, PWGSC and other area stakeholders will be invited to the
progress meetings.

1.5 PRE-COMMISSIONING TESTING, FACILITY COMMISSIONING AND


PERFORMANCE EVALUATION MEETINGS

.1 Schedule and attend a minimum of four meetings for Equipment field Testing, Facility
Commissioning, and System Commissioning. The first of such meetings shall be held
prior to submitting respective Testing and Commissioning Plans, as specified in
Section 01810 - Commissioning, and shall include preliminary discussions and
coordination regarding such plans.
CITY OF OTTAWA SECTION 01220
COMBINED SEWAGE STORAGE TUNNEL PROJECT MEETINGS
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

.2 Schedule subsequent meetings as required to review testing and commissioning planning


requirements, commissioning procedures and the facility operational requirements as
related to commissioning activities and progress.

.3 Within five (5) working days after the first of testing and commissioning meetings,
submit electronic copies of draft testing and commissioning plans for review and
comment. Draft plans to include a detailed schedule of activities and timing for each
activity. Submit updated testing and commissioning plans for review as required to
obtain Contract Administrator and City acceptance.

.4 Agenda items shall include, but not be limited to, content of Testing and Facility
Commissioning Plans, coordination needed between various parties in attendance, and
potential problems associated with the work.

.5 Attendees will include:


.1 Contractor.
.2 Contractors designated quality control representative.
.3 Subcontractors and equipment manufacturers representatives whom Contractor
deems to be directly involved in facility testing and startup.
.4 Contract Administrators representatives.
.5 Citys representatives.
.6 Citys operations personnel.
.7 Others as required by Contract Documents or as deemed necessary by Contractor.

1.6 OTHER MEETINGS

.1 In accordance with Contract Documents and as may be required by City and Contract
Administrator.

.2 Flow Management Plan meeting, for each site, as outlined in Section 01117
Construction Sequences and Constraints.

.3 Pre-installation meetings to verify project requirements, installation instructions and


warranty requirements are required before starting the landscaping.

.4 Concrete pre-pour meetings prior to commencing concrete pours for each project site.

.5 Brief meetings attended by the Contractors key personnel, the Contract Administrator
and as required, the Citys representative every week to review the 14-day detailed work
plan submitted to the Contract Administrator by the Contractor, in accordance with
Section 01117 Construction Sequences and Constraints.

.6 The Contractor shall accommodate site tours of the project sites and tunnels by City
staff, politicians and Consultant staff,
CITY OF OTTAWA SECTION 01220
COMBINED SEWAGE STORAGE TUNNEL PROJECT MEETINGS
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

.1 The Contractor shall provide Health and Safety orientation and site orientation to
all attendees.
.2 The Contract Administrator will provide the Contractor a minimum of one (1)
weeks notice prior to a site tour.
.3 The Contractor shall accommodate a maximum of six (6) tunnel and site tours in
each calendar year that the project is underway.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01310
COMBINED SEWAGE STORAGE TUNNEL PROGRESS SCHEDULES
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General

1.1 DESCRIPTION

.1 This Section specifies requirements for Construction Schedule.

1.2 RELATED SECTION AND REFERENCES

.1 Section 01117 Construction Sequences and Constraints

.2 City of Ottawa General Special Provision No. D-010-A Work Schedule and Cash Flow
Forecast

1.3 CONTRACTOR'S RESPONSIBILITIES

.1 Prepare and submit to the Engineer an Estimated Construction Progress Schedule


including a comprehensive work breakdown schedule complete with sequencing or
implementation of each work task and work package within fourteen (14) working days
of award of Contract in PDF and Microsoft Project or Primavera/P6 format, showing
dates for, but not limited to the following.
.1 General mobilization and other preliminary activities at each site
.2 TBN mobilization and other preliminary activities at each site
.3 Submission of Shop Drawings, product data, material lists and samples. All
required submittals shall be included within the project schedule.
.4 Delivery of major equipment and facilities.
.5 Commencement and completion of work of each section of the specification with
proposed sequencing of the construction of each of the major contract components
as required by and described in the plans and specifications. Identify key
milestones as specified in Section 01117 to show that the schedule will meet these
deadlines. The schedule shall identify blackout periods and specific dates where
work is not permitted at each site as per the schedule constraints outlined in
Section 01117. Any and all facility shutdowns must be temporary, scheduled and
approved by the Engineer. Any and all un-scheduled shutdowns are the
responsibility of the Contractor. Thus all or any additional labour, testing, material
and equipment required by the City to correct or assist in co-ordination and
correction of deficiencies as a result of an un-scheduled shutdown is at the
Contractors cost.
.6 Completion, testing, commissioning, start-up and operating of the new equipment
system.
.7 Substantial performance and completion dates within time period required by the
Contract Documents.
.8 General demobilization at each site

.9 TBM demobilization at each site


CITY OF OTTAWA SECTION 01310
COMBINED SEWAGE STORAGE TUNNEL PROGRESS SCHEDULES
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

.2 Schedule and cash flow forecast shall conform to City of Ottawa General Special
Provision - General No. D-010A Work Schedule and Cash Flow Forecast except as
amended herein.
.3 If the schedule is submitted in Primavera/P6 format, it shall be exportable to Microsoft
Project for reviewing purposes. Should the Contractor utilize Primavera, the Contractor
shall also provide three (3) licenses for the duration of the project to the Contract
Administrator prior to submission of the first schedule.
.4 The contractor shall submit the schedule of material testing within fourteen (14) working
days after the award of the Contract.
.5 Use extra forces and equipment, or revise method of operation when progress of work is
not sufficient to meet Project Schedule.
.6 Reviews of work progress, based on Construction Schedule, will be conducted by the
Engineer and schedule updated by Contractor in conjunction with and subject to
approval of the Engineer.
.7 Construction schedule shall be updated monthly with the payment schedule for the
duration of the Contract. No payment will be made to the Contractor until such time as
an updated project schedule is submitted to, and reviewed by, the Contract Administrator.
.8 Add detail to the schedule as major work components draw closer in time, breaking
down major work components (such as mechanical, electrical, tunneling, shaft works,
etc.) into smaller more specific tasks.

.9 Include Communique Process and associated lead time in the project schedule as
identified in Section 01117.

1.4 CONSTRUCTION CONSTRAINTS

.1 Refer to Section 01117 Construction Sequences and Constraints for other requirements

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 1 OF 20

Part 1 General

1.1 SUMMARY

.1 This section defines the submittals to the Owner, or his designate, necessary before,
during and after construction, which include, as a minimum, the items identified in the
submittal list provided as supplemental information to this Section. The Contractor is
made aware that the list of submittals is not comprehensive, is provided for Contractor
reference and that the submittal requirements outlined in each specification Section shall
govern over the list. The Contractor shall not rely on the list and shall prepare their own
submittals list based on the specifications as a whole as per the requirements outlined
herein.

.2 For submittals facsimile transmissions will not be acceptable.

.3 Do not proceed with work until the Engineer reviews relevant submissions.

.4 Refer to individual sections for other submission requirements.

.5 The Contractor is to produce and submit separate submittals for each site.. This includes
submittals related to works to take place at Site 6. Submittals that are general for all sites
may be provided as a single package for all sites, if permitted by the Contract
Administrator, except where the work at any site requires submittal to and approval by an
external party to the project (NCC, PWGSC, Parks Canada).

1.2 RELATED SECTIONS AND REFERENCES

.1 Section 01010 - Summary of Work

.2 Section 01117 - Construction Sequences and Constraints

.3 Section 01310 - Progress Schedules

.4 Section 01355 - Waste Management and Disposal

.5 Section 01705 - Contract Work Health and Safety Clauses

.6 Section 01750 - Operations and Maintenance Manual

.7 Section 01780 - Closeout Submittals

.8 Section 01810 - Commissioning

.9 City of Ottawa Special Provision No. General NO. D-018 Requirements for Concrete,
Hot Mix Asphalt and Granular Materials

.10 City of Ottawa Special Provision No. General NO. D-010-A Work Schedule and Cash
Flow Forecast
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 2 OF 20

1.3 ADMINISTRATIVE

.1 Submit to the Engineer a list of submittals for review within twenty (20) working days of
the Award of the Contract and receipt of Order to Commence Work. Submit with
reasonable promptness and in orderly sequence so as not to cause delay in Work. Failure
to submit in ample time is not considered sufficient reason for an extension of Contract
Time and no claim for extension by reason of such default will be allowed.

.2 Work affected by submittal shall not proceed until review is complete.

.3 Present shop drawings, product data and samples in SI Metric units.

.4 Where items or information is not produced in SI Metric units, converted values are
acceptable.

.5 Review submittals prior to submission to Engineer. This review represents that necessary
requirements have been determined and verified, or will be, and that each submittal has
been checked and co-ordinated with requirements of Work and Contract Documents.
Submittals not stamped, signed, dated as reviewed by the Contractor and identified as to
specific project will be returned without being examined and shall be considered
rejected.

.6 Notify the Engineer, in writing at time of submission, identifying deviations from


requirements of Contract Documents stating reasons for deviations.

.7 Verify that field measurements and affected adjacent Work are coordinated.

.8 Contractor's responsibility for errors and omissions in submission is not relieved by


Engineer's review of submittals.

.9 Contractor's responsibility for deviations in submission from requirements of Contract


Documents is not relieved by the Engineers review.

.10 Keep one reviewed copy of each submission on site for reference during the
construction.

.11 Refer to other individual sections for specific requirements on shop drawing submission.

1.4 PROCEDURES

.1 Direct all submittals to the Engineer.

.2 Unless indicated otherwise, submit one (1) electronic copy and upon request by the
Engineer four (4) paper copies of all submittals.

.3 Electronic Submittals:
.1 Each electronic submittal shall be searchable in Adobe Acrobat Portable
Document Format (PDF).
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 3 OF 20

.2 Electronic submittal that contains more than 10 pages in PDF format shall contain
internal book marking from an index page to major sections of the document.
.3 All shop drawings shall be discrete (individual files for each piece of equipment)
native PDF files.
.4 Each shop drawing shall be searchable (i.e. native PDF file, not photocopy or
otherwise).
.5 PDF files shall be set to open Bookmarks and Page view.
.6 Include a copy of the Transmittal of Contractors Submittal form with each
electronic submittal.
.7 Submit new electronic files for each resubmittal.
.8 Detailed procedures for handling electronic submittals will be discussed at the
preconstruction meeting.
.9 Submittals without electronic copies will be rejected by the Engineer.

.4 List of Submittals:
.1 Within twenty (20) working days of receiving the Order to Commence Work,
submit a complete list of submittals.
.2 For each Specification Division, the Contractor shall provide a table listing all the
submittals anticipated for that Specification Division. The table shall include the
following information as a minimum:
.1 Specification Division, Section and relevant paragraph number(s)
.2 List of submittals for the Division and associated Sections
.3 Shop drawings associated with each submittal
.4 Revision and status for each submittal
.5 Anticipated submission date for each submittal

.5 Transmittal of Submittal:
.1 Accompany each submittal with a transmittal letter, containing:
.1 Project title and number
.2 Date of Submittal
.3 Names of Contractor, Subcontractor or Supplier, and manufacturer as
appropriate
.4 Numbering and Tracking System:
.1 Sequentially number each submittal
.2 Resubmission of submittal shall have original number with sequential
alphabetic suffix
.5 Name, tag No. and quantity of equipment/system included in each submittal
.6 Specification section and paragraph to which submittal applies
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 4 OF 20

.7 Deviation or variation from Contract Documents


.8 Contractors stamp, signature and statement to certify that the submittal has
been reviewed, checked, and approved for compliance with Contract
Documents
.9 Include the Contractor's written response to each of the Engineer's review
comments with resubmission of submittals stamped "Revise and Resubmit"
.10 Other pertinent data

.6 Processing Time:
1. Time for review shall commence on Engineer's receipt of submittal
2. The Engineer will act upon the Contractor's submittal and transmit response
to Contractor not later than 15 working days after receipt, unless otherwise
specified
3. Resubmittals will be subject to same review time
4. Allow additional review time for complex equipment and systems
5. No claims will be allowed that arise because of delays in re-submissions and
review of shop drawings

.7 Resubmittals:
.1 Clearly identify each correction or change made and include revision date.
.2 Provide clear response to each itemized comment by the Engineer on the
submittal, whether or not action has been taken, and description of action.
.3 No adjustment of Contract Times or Price will be allowed due to delays in
progress of Work caused by rejection and subsequent resubmittals.
.4 The Contractor is noted that the first two submissions of each submittal (original
submittal and subsequent resubmittal) will be reviewed at no charge to the
Contractor. Any cost for processing/reviewing submittals which have been
reviewed two times will be deducted from the contract amount owed to the
Contractor.

.8 Incomplete Submittals:
.1 The Engineer will return entire submittal for the Contractor's revision if
preliminary review deems it incomplete.
.2 When any of the following are missing, submittal will be deemed incomplete:
.1 Transmittal of Contractor's submittal, completed and signed
.2 Insufficient number of copies
.3 All requested information is not provided
.4 Submittals missing Professional Engineer's seal and signature, where it is
required
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 5 OF 20

1.5 CONSTRUCTION AND PAYMENT SCHEDULES

.1 A construction and payment schedule for the work is to be submitted by the Contractor
within 14 calendar days after the award of the Contract.

.2 The initial construction schedule will show clearly, in weekly stages, the proposed
progress on the main items, structures and sub-trades of the contract, and shall indicate
where applicable the labour construction crews, plant and equipment to be employed.

.3 Provide the revised construction schedule every 14 calendar days after the first
submission, providing additional detail as major work components draw closer in time.

.4 The payment schedule will provide proposed monthly payments in relation to the
construction schedule to assist the Engineer in project financing and payment
certificates.

.5 Reference Section 01310 - Progress Schedules and Section 01117 Construction


Sequences and Constraints for other details related to Construction Schedule.

1.6 SHOP DRAWINGS AND PRODUCT DATA

.1 Refer to CCDC 4-2011 GC 3.10.

.2 The term "shop drawings" means drawings, diagrams, illustrations, schedules,


performance charts, brochures and other data which are to be provided by Contractor to
illustrate details of a portion of Work.

.3 Indicate materials, methods of construction and attachment or anchorage, erection


diagrams, connections, explanatory notes and other information necessary for completion
of Work. Where articles or equipment attach or connect to other articles or equipment,
indicate that such items have been coordinated, regardless of Section under which
adjacent items will be supplied and installed. Indicate cross references to design
drawings and specifications.

.4 Allow fifteen (15) working days for Consultant's review of each submission.

.5 Adjustments made on shop drawings by Consultant are not intended to change Contract
Price. If adjustments affect value of Work, state such in writing to Consultant prior to
proceeding with Work.

.6 Make changes in shop drawings as Consultant may require, consistent with Contract
Documents. When resubmitting, notify Consultant in writing of any revisions other than
those requested.

.7 Accompany submissions with transmittal letter, containing:


.1 Date
.2 Project title and number
.3 Contractor's name and address
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 6 OF 20

.4 Identification and quantity of each shop drawing, product data and sample
.5 Other pertinent data

.8 Submissions shall include:


.1 Date and revision dates
.2 Project title and number
.3 Name and address of:
.1 Subcontractor
.2 Supplier
.3 Manufacturer
.4 Contractor's stamp, signed by Contractor's authorized representative certifying
approval of submissions, verification of field measurements and compliance with
Contract Documents.
.5 Details of appropriate portions of Work as applicable:
.1 Fabrication
.2 Layout, showing dimensions, including identified field dimensions, and
clearances
.3 Setting or erection details
.4 Capacities
.5 Performance characteristics
.6 Standards
.7 Operating weight
.8 Wiring diagrams
.9 Single line and schematic diagrams
.10 Relationship to adjacent work.

.9 After Consultant's review, distribute copies.

.10 Submit electronic shop drawings for each requirement requested in specification
Sections and as consultant may reasonably request. Hard copy shop drawing prints may
be required at the discretion of the Consultant and Owner. Electronic shop drawings
shall conform to the following requirements:
.1 All shop drawings shall be discreet (individual files for each piece of equipment)
native PDF files.
.2 Each shop drawing shall be searchable (i.e. native PDF file, not photocopy or
otherwise).
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 7 OF 20

.11 Submit electronic copies of product data sheets or brochures for requirements requested
in specification Sections and as requested by Consultant where shop drawings will not be
prepared due to standardized manufacture of product. Electronic copies shall conform to
the following requirements:
.1 All files shall be discreet native PDF files (individual files for each piece of
equipment).
.2 Each file shall be searchable (i.e. native PDF file, not photocopy or otherwise).

.12 Delete information not applicable to project.

.13 Supplement standard information to provide details applicable to project.

.14 If upon review by Consultant, no errors or omissions are discovered or if only minor
corrections are made, copies will be returned and fabrication and installation of Work
may proceed. If shop drawings are rejected, noted copy will be returned and
resubmission of corrected shop drawings, through same procedure indicated above, must
be performed before fabrication and installation of Work may proceed.

.15 The review of shop drawings by the Consultant is for sole purpose of ascertaining
conformance with general concept. This review shall not mean that Consultant approves
detail design inherent in shop drawings, responsibility for which shall remain with
Contractor submitting same, and such review shall not relieve Contractor of
responsibility for errors or omissions in shop drawings or of responsibility for meeting
all requirements of construction and Contract Documents. Without restricting generality
of foregoing, Contractor is responsible for dimensions to be confirmed and correlated at
job site, for information that pertains solely to fabrication processes or to techniques of
construction and installation and for co-ordination of Work of all sub-trades.

.16 Material and equipment delivered to the construction site will not be paid until the
pertinent drawings and product data have been reviewed and accepted.

.17 Keep one copy of the reviewed drawing at the site of the work for reference during the
construction.

1.7 SAMPLES

.1 Submit samples of materials to be used in the work for review as requested in


respective specification Sections. Generally, if no number is specified, two samples
will be required for architectural materials and one sample of metal and mechanical
items. The detailed specifications may state actual number of the samples required. Refer
to Section 01450 Quality Control for requirements for samples of concrete, asphalt,
granular and other materials.

.2 Do not use material in the work which is in any way inferior to the samples submitted
and reviewed. Match accepted samples.

.3 Review of samples notwithstanding, materials that are unsound or imperfect when


delivered to site will be rejected.
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 8 OF 20

.4 Identify samples by project name and number, date, name of Contractor and all other
pertinent information.

.5 Retain reviewed samples on site readily available to the Engineer.

.6 Where colour, pattern or texture is criterion, submit full range of samples.

.7 Notify Engineer in writing, at time of submission of deviations in samples from


requirements of Contract Documents.

.8 Make changes in samples which Engineer may require, consistent with Contract
Documents.

.9 Reviewed and accepted samples will become standard of workmanship and material
against which installed Work will be verified.

1.8 TESTS AND REPORTS

.1 Refer to individual specification sections and the below general details. Also refer to
Section 01750 Operation and Maintenance Manual.

.2 Insofar as practical, test materials and equipment on site. Where shop test is necessary,
give two (2) weeks prior notice in writing of shop test date. The Owner reserves the
right to be present at the testing and/or the Engineer to be present.

.3 Complete an equipment report prior to site testing each item. During testing complete the
remainder of the equipment report. Submit the reports for inclusion in the Installation,
Operation and Maintenance manual.

.4 Before operating equipment, engage the services of a qualified manufacturer's service


representative to inspect, operate, test and adjust the equipment after installation.

.5 Submit the manufacturer's representative's signed report describing in detail the


inspection, tests and adjustments made, quantitative results and suggestions for
precautions to be taken for correct maintenance. Verify that the equipment and its
installation conforms to the requirements of the Contract for the service intended and is
ready for permanent operation. Submit copies of report for binding into the installation,
operation and maintenance manuals.

.6 Inspection includes:

.1 Soundness (without cracked or otherwise damaged parts)


.2 Completeness of installation as specified and as recommended by manufacturer
.3 Correctness of setting, alignment and relative arrangement of various parts of
system
.4 Verification of compliance with operating requirements
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 9 OF 20

.7 Operate, test and adjust equipment to prove that it is correctly installed to operate under
the intended conditions.

.8 Equipment shall only be accepted after completion of all related commissioning


activities and receipt and review by the Engineer of the manufacturers representative
report and all completed reports included in the commissioning section of the Operation
and Maintenance Manual.

.9 Submit notice in writing at least 48 hours before manufacturer's representative is


scheduled to perform these services.

.10 Modify or replace equipment or materials failing required tests.

.11 Perform additional testing required due to changes of materials requested by Contractor
or due to failure of materials or construction to meet specifications.

1.9 INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS

.1 Reference Section 01750 - Operations and Maintenance Manual for details related to this
item

1.10 EQUIPMENT TESTING AND FACILITY COMMISSIONING PLANS

.1 Reference Section 01810 - Commissioning

1.11 INTERFERENCE DRAWINGS

.1 Before installation of structural, mechanical and electrical systems, prepare an integrated


set of interference drawings in cooperation with all trades.

.2 Submit two (2) hard copies and one (1) electronic copy of the Interference Drawings to
the Engineer for information.

.3 Show on Drawings locations and relationship of all trades in odour control rooms,
electrical equipment rooms, pipe spaces, and underground structures. Show on Drawings
electrical conduits and pipes to be cast into structural slabs, shafts, tunnel wall, walls and
columns.

.4 As the work progresses prepare and submit updated interference drawings.

.5 After discussion with Owner and Engineer make necessary relocations due to
interference of trades, as a result of incomplete drawings, at no additional cost.

.6 After discussion with Owner or his designated representative make necessary relocations
due to interference of trades, as a result of incomplete drawings, at no additional cost.

1.12 PENETRATION DRAWINGS

.1 Provide drawings detailing all penetrations through walls, floors and ceilings for
mechanical and electrical installations. Identify items that are cast-in-place, sleeved etc.
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 10 OF 20

Identify details of penetrations. Provide schedule of components to be used in


penetrations. Clearly identify location of penetration from grid lines/walls. Provide
center line elevations. Drawings to be submitted as shop drawings. Work that contains
penetrations will not be allowed to commence until drawings are approved.

1.13 RECORDING AS-BUILT CONDITIONS

.1 Refer to Section 01780 Closeout Submittals

1.14 SHOP DRAWINGS FOR TEMPORARY WORKS

.1 Submit for review shop drawings of temporary works which:


.1 Control the dimensions and locations of any part of the structures to be
constructed under the contract;
.2 Impose loads on parts of the works which are still under construction or on
existing structures.

.2 Submit shop drawings for review. Payment will not be made for work started or
completed without the required drawing review. Submit shop drawings well in advance
of the time when they are required for construction. Coordinate shop drawings prepared
by different trades so that information is available to prevent conflict or errors where the
work of one trade affects the work of another.

.3 Shop drawings will be reviewed for conformity with the required arrangement and
dimensions of the permanent structures and for general conformity with the
specifications.

.4 If resubmittal is requested, discuss the comments made and resolve all issues raised by
them, then resubmit the shop drawings amended accordingly.

.5 Do not begin construction of temporary works until after the completion of review of the
shop drawings.

.6 Review of the Contractor's drawings does not relieve the Contractor of the responsibility
for the results arising from errors or omissions of design or from the use or abuse of the
temporary works.

.7 Keep one copy of each stamped, reviewed drawing at the site of the work for reference
during the time the construction work is in progress.

.8 Make no change in drawings after they have been reviewed.

.9 Submit shop drawings in SI metric units.

.10 The shop drawings for the temporary work shall be designed and stamped by a
Professional Engineer licensed in the Province of Ontario.
CITY OF OTTAWA SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 11 OF 20

1.15 PROFESSIONAL ENGINEER DESIGN

.1 Where specifications require professional engineer design, such engineer is required to


be licensed in the related discipline in the Province of Ontario. Affix professional stamp
and signature to shop drawings for such items.

1.16 HEALTH AND SAFETY MANAGEMENT PLAN

.1 The Contractor is to develop and provide a Health and Safety Management Plan that is to
be utilized for the duration of this project. Contractor shall review plan on a monthly
basis to ensure that it is up to date. The Owner/Engineer will be the sole authority on
whether the plan is considered complete.

.2 Detailed health and safety plan for this contract shall clearly identify compliance with
the latest revisions and editions of the Occupational Health and Safety Act and
regulations for construction projects.

.3 Refer to Section 01705 Contract Work Health and Safety Clauses for detailed
requirements.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

SUPPLEMENTAL INFORMATION

OVERALL SUBMITTALS LIST

END OF SECTION
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

CSST - Submittals List

Section Description When Submitted Turnaround Time


00496 - Escrow Bid Documents Escrow Bid Documents Within three (3) days after Bid Opening Fifteen (15) working days after receipt
Minimum of sixty (60) working days prior to
01015 - Contractor's Use of Premises Staging Plan Fifteen (15) working days after receipt
commencing the Work
Following installation of electrical and pressure
01060 - Regulatory Requirements Quality Control Submittals Fifteen (15) working days after receipt
piping works
01060 - Regulatory Requirements Inspection Schedule Within two (2) weeks after award of Contract Fifteen (15) working days after receipt
Permit to Perform Work in the Waters and along the Shorelines Within ten (10) working days prior to
01060 - Regulatory Requirements Fifteen (15) working days after receipt
of the Rideau River commencement of work at these locations
Within ten (10) working days prior to
01060 - Regulatory Requirements Parks Canada, PWGSC, NCC permits Fifteen (15) working days after receipt
commencement of work at these locations
Within ten (10) working days prior to
01060 - Regulatory Requirements Authorization for Vehicular Access Form Fifteen (15) working days after receipt
commencement of work at Site 6
Within ten (10) working days prior to
01060 - Regulatory Requirements Consent to Criminal Record Verification Fifteen (15) working days after receipt
commencement of work at Site 6
Within ten (10) working days prior to
01060 - Regulatory Requirements Supply Manual 8.13 Annex: Integrity Framework Fifteen (15) working days after receipt
commencement of work at Site 6
Within ten (10) working days prior to
01060 - Regulatory Requirements Parliamentary Precinct Communiques Fifteen (15) working days after receipt
commencement of work near Site 6
Not less than fourteen (14) days prior to
01080 - Manufacturers' Services Training Schedule to Owner's operating staff Fifteen (15) working days after receipt
designated training dates
Not less than fourteen (14) days prior to
01080 - Manufacturers' Services Lesson Plan Fifteen (15) working days after receipt
designated training dates
Not less than thirty (30) days prior to
01100 - Special Project Procedures Archeological Risk Management Plan Fifteen (15) working days after receipt
mobilization
Following repair of damage to private property
01100 - Special Project Procedures Property Owner's Letter of Release Fifteen (15) working days after receipt
or easements
01100 - Special Project Procedures Utility Owner's Letter of Release Following repair of damage to utilities Fifteen (15) working days after receipt
01117 - Construction Sequences and
Detailed Sequence of Work Within two (2) weeks of contract award Fifteen (15) working days after receipt
Constraints
01117 - Construction Sequences and Minimum of fourteen (14) days prior to
Flow Management Plans Fifteen (15) working days after receipt
Constraints commencing the Work
Within thirty (30) days of receiving Order to
01119 - Preservation and Protection Pre-Construction Survey Fifteen (15) working days after receipt
Commence Work
Within thirty (30) days of receiving Order to
01119 - Preservation and Protection Vibration Monitoring Plan Fifteen (15) working days after receipt
Commence Work
Within thirty (30) days of receiving Order to
01160 - Erosion and Sediment Control Erosion and Sediment Control Plan Fifteen (15) working days after receipt
Commence Work
Within fourteen (14) days after award of
01310 - Progress Schedules Estimated Construction Progress Schedule Fifteen (15) working days after receipt
Contract
01310 - Progress Schedules Schedule of Material Testing Within two (2) weeks after award of Contract Fifteen (15) working days after receipt
Within ten (10) days of receiving Order to
01330 - Submittal Procedures List of Submittals Fifteen (15) working days after receipt
Commence Work
01330 - Submittal Procedures Construction and Payment Schedule Within two (2) weeks after award of Contract Fifteen (15) working days after receipt
01353 - Special Procedures: Traffic
Traffic Control Plan Within three (3) weeks after award of Contract Fifteen (15) working days after receipt
Control
01353 - Special Procedures: Traffic
Construction Site Pedestrian Control Plan Within three (3) weeks after award of Contract Fifteen (15) working days after receipt
Control
01353 - Special Procedures: Traffic
Traffic Protection Plan Within three (3) weeks after award of Contract Fifteen (15) working days after receipt
Control
01353 - Special Procedures: Traffic
Traffic Management Plan Within three (3) weeks after award of Contract Fifteen (15) working days after receipt
Control
01355 - Waste Management and Contaminated Soil and Groundwater Management Plan and Minimum of fourteen (14) days prior to start of
Fifteen (15) working days after receipt
Disposal Waste Disposal Plan soil management activities
01450 - Quality Control Quality Control Submissions and Reports As specified Fifteen (15) working days after receipt
01560 - Temporary Barriers and Not less than thirty (30) days before work at
Fence and Barrier Shop Drawings Fifteen (15) working days after receipt
Enclosures sites requiring engineered barriers
Not less than ten (10) days before start of work
01561 - Environmental Protection Environmental Protection Plan Fifteen (15) working days after receipt
at Site 3a, 3b, 3c, 5, 6
Not less than ten (10) days before start of work
01561 - Environmental Protection Tree Management and Compensation Plan Fifteen (15) working days after receipt
at Site 3a, 3b, 3c, 5, 6
01705 - Contract Work Health and Within ten (10) working days after award of
Health & Safety Management Plan (Site-Specific) Fifteen (15) working days after receipt
Safety Clauses Contract
Within ten (10) calendar days after award of
01710 - Tunnel and Shaft Safety Health and Safety Officer Submittal Fifteen (15) working days after receipt
Contract
01780 - Closeout Submittals Draft and Final Operation and Maintenance Manual Four (4) weeks prior to start of commissioning Fifteen (15) working days after receipt
Eight (8) weeks before planned start of any
01810 - Commissioning Commissioning Plan Fifteen (15) working days after receipt
testing or pre-commissioning activities
Two (2) weeks prior to the planned start of pre-
01810 - Commissioning Final Commissioning Plan Fifteen (15) working days after receipt
commissioning
01810 - Commissioning Certificate of Readiness to Install (Form 101) Upon approval by manufacturer for installation Fifteen (15) working days after receipt
Upon successful completion of field, functional,
01810 - Commissioning Certificate of Equipment Satisfactory Performance (Form 103) Fifteen (15) working days after receipt
performance tests
Prior to or in tandem with submission of
01810 - Commissioning Pre start-up and calibration reports Fifteen (15) working days after receipt
commissioning plan
Minimum of two (2) weeks prior to any
01810 - Commissioning Test documentation forms Fifteen (15) working days after receipt
functional testing
At least two (2) weeks prior to entering into the
01810 - Commissioning Equipment test plans and results of field testing Fifteen (15) working days after receipt
commissioning phase
At least two (2) weeks prior to entering into the
01810 - Commissioning Manufacturer's Certificate of Proper Installation (Form 102) Fifteen (15) working days after receipt
commissioning phase
At least two (2) weeks prior to entering into the
01810 - Commissioning FAT & Functional Test Plans Fifteen (15) working days after receipt
commissioning phase
At least two (2) weeks prior to entering into the
01810 - Commissioning Certificates of Instrument Calibration Sheets Fifteen (15) working days after receipt
commissioning phase
At least two (2) weeks prior to entering into the
01810 - Commissioning Field Verified Control Circuit Loop Diagrams Fifteen (15) working days after receipt
commissioning phase
At least two (2) weeks prior to entering into the
01810 - Commissioning Commissioning and Equipment Start-up plans Fifteen (15) working days after receipt
commissioning phase
Fifteen (15) days prior to Substantial
01810 - Commissioning Commissioning Report Fifteen (15) working days after receipt
Performance
Schedule of Time and Date for Demonstration and Training At least two (2) weeks prior to designated
01820 - Demonstration and Training Fifteen (15) working days after receipt
Sessions training dates
Lesson Plan for each session, All training manuals, handouts,
reference materials, etc., and Date, Time and subject of each No later than two (2) weeks prior to training
01820 - Demonstration and Training Fifteen (15) working days after receipt
session with identity and qualifications of individuals to be sessions
conducting training
At least one (1) week prior to scheduled training
01820 - Demonstration and Training Manufacturer's Operation and Maintenance Manuals Fifteen (15) working days after receipt
sessions
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


Within one (1) week after completion of
01820 - Demonstration and Training Reports Fifteen (15) working days after receipt
demonstration
01820 - Demonstration and Training Electronic version of training documents (searchable PDF) Not Specified Fifteen (15) working days after receipt
Minimum of thirty (30) days prior to
02140 - Groundwater Control Control of Construction Water Plan commencement of any tunnel, shaft or other Fifteen (15) working days after receipt
excavation
Minimum of thirty (30) days prior to
02140 - Groundwater Control Construction Water Discharge Plan commencement of any tunnel, shaft or other Fifteen (15) working days after receipt
excavation
At least thirty (30) working days before
02150 - Excavation Support System Shop Drawings of the Excavation shoring and bracing systems Fifteen (15) working days after receipt
commencement of shoring work
Method Statements for the construction of the sealed and non- At least forty (40) working days before
02150 - Excavation Support System Fifteen (15) working days after receipt
sealed shafts commencement of shoring work
At least forty (40) working days before
02150 - Excavation Support System Steel producer's mill test data and certification Fifteen (15) working days after receipt
commencement of shoring work
At least forty (40) working days before
02150 - Excavation Support System Welding Certificate in accordance with CSA W47.1 Fifteen (15) working days after receipt
commencement of shoring work
Copy of written records of any deflections of the excavation
02150 - Excavation Support System Weekly basis Fifteen (15) working days after receipt
system, sewer support and bracing systems
Material and methods for report of damages caused by
02150 - Excavation Support System Not Specified Fifteen (15) working days after receipt
Contractor
02150 - Excavation Support System Field Records Within 48 hours Fifteen (15) working days after receipt
No less than two (2) weeks prior to performing
02222 - Demolition and Removal Demolition Details Fifteen (15) working days after receipt
demolition works
Not less than thirty (30) working days before
02228 - Blasting Controlled Detonations Plan Fifteen (15) working days after receipt
first blasting operation
02228 - Blasting Product Data Not Specified Fifteen (15) working days after receipt
Not less than thirty (30) working days before
02228 - Blasting Blasting Safety Plan Fifteen (15) working days after receipt
first blasting operation
Not less than two (2) working days before each
02228 - Blasting Blasting Plan before each blast Fifteen (15) working days after receipt
blast
02228 - Blasting Blast monitoring records Within 6 hours of each blast Fifteen (15) working days after receipt
02228 - Blasting Qualifications Not Specified Fifteen (15) working days after receipt
02228 - Blasting Certifications Not Specified Fifteen (15) working days after receipt
Notify the Contract Administrator at least eight
02228 - Blasting Notifications Fifteen (15) working days after receipt
(8) hours before every blast
Certificates signed by manufacturer certifying that materials
02231 - Clearing and Grubbing Not Specified Fifteen (15) working days after receipt
comply with specified performance characteristics
02231 - Clearing and Grubbing Manufacturer's Installation Instructions Not Specified Fifteen (15) working days after receipt
02315 - Excavating, Trenching and At least four (4) weeks prior to commencing
Proposed source of fill materials and fill specifications Fifteen (15) working days after receipt
Backfilling Work
02315 - Excavating, Trenching and
Samples of type of fill specified in S.P. No: F-3147 Not Specified Fifteen (15) working days after receipt
Backfilling
02316 - Rock Removal Written proposal of operations for removal of rock Not Specified Fifteen (15) working days after receipt
At least 30 days prior to beginning any shaft
02400 - Shaft Construction Excavation Support System Designer Fifteen (15) working days after receipt
excavation
At least 30 days prior to beginning any shaft
02400 - Shaft Construction Shaft Construction Plan Fifteen (15) working days after receipt
excavation

Following Data and Reports:


-Summary of ground and groundwater conditions encountered;
-As-built record of abandoned excavation support system;
02400 - Shaft Construction During work Fifteen (15) working days after receipt
-Any excavation monitoring analysis;
-Monthly reports from Contractor's excavation support design
engineer on performance.

02405 - Steel Liner Plates Calculations for the design of the steel liner plate Not Specified Fifteen (15) working days after receipt
Detailed plan for grouting the void space on the exterior of the
02405 - Steel Liner Plates Not Specified Fifteen (15) working days after receipt
Steel Liner Plate
Design calculations and drawings for secant pile walls and
02407 - Shaft Secant Piles Not Specified Fifteen (15) working days after receipt
groundwater cut-off
02407 - Shaft Secant Piles Name and experience resume of the drilling superintendent Not Specified Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Engineering calculations and design assumptions Not Specified Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Mix Designs Not Specified Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Shop Drawings as required Not Specified Fifteen (15) working days after receipt
Configuration and details of the completed secant pile walls
02407 - Shaft Secant Piles Not Specified Fifteen (15) working days after receipt
and proposed equipment and method of construction
02407 - Shaft Secant Piles Excavation Report After pile boring has been completed Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Verticality Verification Report After each pile boring is completed Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Bentonite Slurry Report After every pile is completed Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Concrete Placement Report After each concrete placement Fifteen (15) working days after receipt
02407 - Shaft Secant Piles As-built records Fifteen (15) working days after receipt
Results of Quality Control Tests performed on the bentonite
02407 - Shaft Secant Piles Promptly after the test results are completed Fifteen (15) working days after receipt
slurry
02407 - Shaft Secant Piles Groundwater Cut-off: Design calculations & Work Plan Not Specified Fifteen (15) working days after receipt
02407 - Shaft Secant Piles Shaft Excavation: Contingency Plan Not Specified Fifteen (15) working days after receipt
02410 - Drilled Shaft List of five drilled shaft projects in the last seven years Not Specified Fifteen (15) working days after receipt
02410 - Drilled Shaft Product Data Not Specified Fifteen (15) working days after receipt
Shop Drawings: steel casing and welds, excavation shoring and
02410 - Drilled Shaft Not Specified Fifteen (15) working days after receipt
bracing systems
02410 - Drilled Shaft Working drawings and Methods statements Not Specified Fifteen (15) working days after receipt
02410 - Drilled Shaft Dimensional record drawings Not Specified Fifteen (15) working days after receipt
02410 - Drilled Shaft Mix Designs Not Specified Fifteen (15) working days after receipt
02412 - Shaft Backfill Product Data Not Specified Fifteen (15) working days after receipt
02412 - Shaft Backfill Working drawings and Methods statements Not Specified Fifteen (15) working days after receipt
Plans, details and data including compliance with the
02430 - Tunnel Excavation by TBM Not Specified Fifteen (15) working days after receipt
requirements of the contract drawings
At least sixty (60) days before commencement
02430 - Tunnel Excavation by TBM Tunnel Excavation by TBM Preconstruction Submittals Fifteen (15) working days after receipt
of tunneling operations
At least sixty (60) days before commencement
02430 - Tunnel Excavation by TBM Tunnel Excavation Materials Handling Plan Fifteen (15) working days after receipt
of tunneling operations
At least sixty (60) days before commencement
02430 - Tunnel Excavation by TBM Stockpiling Plan Fifteen (15) working days after receipt
of tunneling operations
At least sixty (60) days before start of TBM
02430 - Tunnel Excavation by TBM Product Data Fifteen (15) working days after receipt
manufacture/procurement
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


Other Preconstruction submittals:
- details of the ventilation system
- details and procedures for tunnel safety provisions
- details of noise control measures
- survey methods and procedures proposed
- Details of proposed survey equipment, methods and
procedures
- TBM alignment input data
02430 - Tunnel Excavation by TBM -Details of system for transport of materials, equipment and Not Specified Fifteen (15) working days after receipt
personnel
-TBM cutting head maintenance
- Launching of TBM
- TBM hole-through and removal procedures
-Tunnel Surveying
-Annular grouting
- Handling of spoil
- Contingency Plans
Not later than end of the next working day
02430 - Tunnel Excavation by TBM Reports and records: shift reports Fifteen (15) working days after receipt
following the shift worked
Thirty (30) working days prior to commencing
02430 - Tunnel Excavation by TBM Blot pocket and shear pin sockets and patching work plan Fifteen (15) working days after receipt
work
Thirty (30) working days prior to commencing
02430 - Tunnel Excavation by TBM Underground Cleaning Work plan Fifteen (15) working days after receipt
work
Not later than end of the next working day
02430 - Tunnel Excavation by TBM Reports and records: cleaning and patching shift report Fifteen (15) working days after receipt
following the shift worked
No less than thirty (30) days prior to start of any
02437 - Rock Reinforcement and
Shop drawings for Rock Bolts and Rock Dowels excavation for which rock bolts or rock dowels Fifteen (15) working days after receipt
Excavation
are to be used
No less than thirty (30) days prior to start of any
02437 - Rock Reinforcement and
Shop drawings for welded wire mesh, steel straps, rolled steel excavation for which wire mesh, steel straps, Fifteen (15) working days after receipt
Excavation
rolled steel are to be used
At least thirty (30) days prior to start of
02438 - Probe Hole Drilling Probe Hole Drilling Plan Fifteen (15) working days after receipt
tunneling
Within two (2) days of completion of drilling
Shop drawings showing as-recorded hole locations for each
02438 - Probe Hole Drilling each probe hole drilling location, or, within 2 Fifteen (15) working days after receipt
probe hole
days of completion of pre-excavation grouting
02439 - Pre-Excavation Grouting from
Product Data Not Specified Fifteen (15) working days after receipt
Surface
02439 - Pre-Excavation Grouting from
Working drawings and Methods statements Not Specified Fifteen (15) working days after receipt
Surface
02439 - Pre-Excavation Grouting from
Mix Designs Not Specified Fifteen (15) working days after receipt
Surface
02439 - Pre-Excavation Grouting from
Qualifications & Certifications Not Specified Fifteen (15) working days after receipt
Surface
02439 - Pre-Excavation Grouting from
Logs for each shift for each type of probe/grout hole drilling Not Specified Fifteen (15) working days after receipt
Surface
02439 - Pre-Excavation Grouting from
Grouting records Not Specified Fifteen (15) working days after receipt
Surface
02440 - Pipe Jacking Qualifications and three projects similar in scope and value Not Specified Fifteen (15) working days after receipt
02440 - Pipe Jacking Pipe Jacking Plan Not Specified Fifteen (15) working days after receipt
02442 - Other Tunnel Excavation
Tunneling Work Plan Not Specified Fifteen (15) working days after receipt
Methods
02444 - Tunnel and Shaft Ventilation Not less than thirty (30) days prior to the start of
Layout, details and specifications for all ventilation components Fifteen (15) working days after receipt
and Utilities any tunnel, shaft or related structure excavation

02444 - Tunnel and Shaft Ventilation Not less than thirty (30) days prior to the start of
Ventilation system designer qualifications Fifteen (15) working days after receipt
and Utilities any tunnel, shaft or related structure excavation

02444 - Tunnel and Shaft Ventilation Not less than thirty (30) days prior to the start of
Layout, details and specifications of all tunnel utilities Fifteen (15) working days after receipt
and Utilities any tunnel, shaft or related structure excavation

02444 - Tunnel and Shaft Ventilation Details and layout of all water flow monitoring equipment to be Not less than thirty (30) days prior to the start of
Fifteen (15) working days after receipt
and Utilities installed any tunnel, shaft or related structure excavation

02444 - Tunnel and Shaft Ventilation Not less than thirty (30) days prior to the start of
Details of all air flow and pressure monitoring equipment Fifteen (15) working days after receipt
and Utilities any tunnel, shaft or related structure excavation

02444 - Tunnel and Shaft Ventilation Not less than thirty (30) days prior to the start of
Plan for emergency response Fifteen (15) working days after receipt
and Utilities any tunnel, shaft or related structure excavation
02444 - Tunnel and Shaft Ventilation During Construction: ventilation performance records and daily
Weekly basis Fifteen (15) working days after receipt
and Utilities air quality measurements
02450 - Foundation and Load Bearing
Evidence of qualifications of similar projects Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Qualifications and experience of staff Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
General outline of rock anchor procedures and methods Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Method proposed to grout rock anchor drilled holes Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing One five foot rock anchor with double corrosion protection
Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors) system
02450 - Foundation and Load Bearing
One complete stressing head assembly Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Welding submittals Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Prestressing steel submittals Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Proposed grout mix designs Not Specified Fifteen (15) working days after receipt
Elements (Rock Anchors)
02450 - Foundation and Load Bearing
Regular monitoring and inspection reports During installation Fifteen (15) working days after receipt
Elements (Rock Anchors)
02455 - Contact Grouting Product Data Not Specified Fifteen (15) working days after receipt
02455 - Contact Grouting Working drawings and Methods statements Not Specified Fifteen (15) working days after receipt
Descriptions of proposed grouting equipment for each type of
02455 - Contact Grouting Not Specified Fifteen (15) working days after receipt
grouting operation
02455 - Contact Grouting Mix Designs Not Specified Fifteen (15) working days after receipt
02480 - Geotechnical and Structural
Product Data Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural
Instrumentation Location Plan Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


02480 - Geotechnical and Structural
As-Built Data Within one (1) working day following installation Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural
Contingency Plan Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural
Mix Designs Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural
Drill Logs Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural Daily Report including summary of all monitoring data collected
Daily basis Fifteen (15) working days after receipt
Instrumentation and Monitoring the previous day
02480 - Geotechnical and Structural
Quality Control Plan Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02480 - Geotechnical and Structural
Workforce Qualifications Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
Initial readings within one (1) working day,
02480 - Geotechnical and Structural minimum thirty (30) days prior to installation of
Certifications Fifteen (15) working days after receipt
Instrumentation and Monitoring instruments or commencement of shaft and
tunnel excavation, whichever occurs first
02480 - Geotechnical and Structural
Acceptance Criteria Not Specified Fifteen (15) working days after receipt
Instrumentation and Monitoring
02482- Noise and Vibration
Manufacturer's Product Data As soon as feasible after Notice to Proceed Fifteen (15) working days after receipt
Monitoring
02482- Noise and Vibration
Resumes of Vibration Instrumentation Engineer Within three (3) weeks after Notice to Proceed Fifteen (15) working days after receipt
Monitoring
02482- Noise and Vibration Instruction Manual and laboratory calibration and test Within five (5) working days of receipt of each
Fifteen (15) working days after receipt
Monitoring equipment certification instrument on site
02482- Noise and Vibration Prior to start of construction and prior to
Vibration Monitoring Plan Fifteen (15) working days after receipt
Monitoring vibration monitoring
02482- Noise and Vibration At least thirty (30) days prior to commencing
Noise and Vibration Control Plan Fifteen (15) working days after receipt
Monitoring construction
02482- Noise and Vibration
Record of laboratory calibration Not Specified Fifteen (15) working days after receipt
Monitoring
02511 - Watermains Shop Drawings Not Specified Fifteen (15) working days after receipt
02530 - Sanitary Sewer and Odour
Shop Drawings Not Specified Fifteen (15) working days after receipt
Control Ducts
02530 - Sanitary Sewer and Odour
Manufacturer's test data and certification At least two (2) weeks prior to beginning work Fifteen (15) working days after receipt
Control Ducts
02530 - Sanitary Sewer and Odour
Manufacturer's information and data sheets and instructions Not Specified Fifteen (15) working days after receipt
Control Ducts
02530 - Sanitary Sewer and Odour
CCTV inspection plan At least thirty (30) days prior to inspection Fifteen (15) working days after receipt
Control Ducts
02630 - Storm Sewer Shop Drawings Not Specified Fifteen (15) working days after receipt
02630 - Storm Sewer Manufacturer's test data and certification At least two (2) weeks prior to beginning work Fifteen (15) working days after receipt
02630 - Storm Sewer Manufacturer's information and data sheets and instructions Not Specified Fifteen (15) working days after receipt
02630 - Storm Sewer CCTV inspection plan At least thirty (30) days prior to inspection Fifteen (15) working days after receipt
02631 - Maintenance Holes and Catch
Shop Drawings Not Specified Fifteen (15) working days after receipt
Basins
02702 - Aggregates: Landscaping Samples Not Specified Fifteen (15) working days after receipt
02743 - Asphalt and Concrete Paving Samples Not Specified Fifteen (15) working days after receipt
02743 - Asphalt and Concrete Paving Price Adjustment Form Monthly basis during paving process Fifteen (15) working days after receipt
02743 - Asphalt and Concrete Paving Mix and placement form In advance of paving Fifteen (15) working days after receipt
02785 - Unit Paving Product test data Not Specified Fifteen (15) working days after receipt
02785 - Unit Paving Shop drawings Not Specified Fifteen (15) working days after receipt
Layout, pattern, relationship of paving joints to fixtures, project
02785 - Unit Paving Not Specified Fifteen (15) working days after receipt
formed details
02785 - Unit Paving Samples, full size sample of each type of paving unit Not Specified Fifteen (15) working days after receipt
02821 - Fences and Gates Shop drawings Not Specified Fifteen (15) working days after receipt
02870 - Exterior Site Furnishings Product Data Not Specified Fifteen (15) working days after receipt
02870 - Exterior Site Furnishings Shop drawings Not Specified Fifteen (15) working days after receipt
02870 - Exterior Site Furnishings Dimensions, sizes, assembly, anchorage, installation details Not Specified Fifteen (15) working days after receipt
02870 - Exterior Site Furnishings Maintenace data for care and cleaning Not Specified Fifteen (15) working days after receipt
02906 - Trees, Shrubs and Ground
Tree Compensation Plan Not Specified Fifteen (15) working days after receipt
Cover Planting
02906 - Trees, Shrubs and Ground
Product Data Not Specified Fifteen (15) working days after receipt
Cover Planting
02906 - Trees, Shrubs and Ground
WHMIS MSDS Not Specified Fifteen (15) working days after receipt
Cover Planting
02906 - Trees, Shrubs and Ground
Samples for Mulch and Mychorrhiza Not Specified Fifteen (15) working days after receipt
Cover Planting
02911 - Topsoil Placement and
Quality Control Submittals Not Specified Fifteen (15) working days after receipt
Grading
02933 - Sodding Samples Not Specified Fifteen (15) working days after receipt
03100 - Concrete Forms and
Shop Drawings Not Specified Fifteen (15) working days after receipt
Accessories
03200 - Concrete Reinforcement Product Data Not Specified Fifteen (15) working days after receipt
03200 - Concrete Reinforcement Shop Drawings Not Specified Fifteen (15) working days after receipt
03200 - Concrete Reinforcement Working drawings and Methods statements Not Specified Fifteen (15) working days after receipt
03202 - Steel Fiber Reinforcement for Forty (40) days prior to the commencement of
Means and Methods Statements Fifteen (15) working days after receipt
Concrete segment production
03202 - Steel Fiber Reinforcement for
Performance Standards for all Materials Not Specified Fifteen (15) working days after receipt
Concrete
03202 - Steel Fiber Reinforcement for
All Data and results Not Specified Fifteen (15) working days after receipt
Concrete
03202 - Steel Fiber Reinforcement for Manufacturer's product data, material certifications, record of
Not Specified Fifteen (15) working days after receipt
Concrete mold identifier, raw data for ASTM C 1609 testing
03202 - Steel Fiber Reinforcement for
Supplier and Superintendent qualifications Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Concrete
03202 - Steel Fiber Reinforcement for
Information for all testing equipment Not Specified Fifteen (15) working days after receipt
Concrete
03202 - Steel Fiber Reinforcement for Test laboratory and or agency qualifications and certifications
Not Specified Fifteen (15) working days after receipt
Concrete for relevant tests
03202 - Steel Fiber Reinforcement for
Manufacturer's product data sheets for steel fibers Not Specified Fifteen (15) working days after receipt
Concrete
03300 - Cast-in-Place Concrete At least forty (40) working days prior to the
Cast-in-place concrete submittals Fifteen (15) working days after receipt
(Shafts and Underground Structures) commencement of work
03301 - Cast-in-place concrete (Odour
Product Data Sheets Not Specified Fifteen (15) working days after receipt
and Control Structures)
03301 - Cast-in-place concrete (Odour
Source Quality Control Submittals Not Specified Fifteen (15) working days after receipt
and Control Structures)
03301 - Cast-in-place concrete (Odour
Concrete Quality Control Plan Not Specified Fifteen (15) working days after receipt
and Control Structures)
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


03301 - Cast-in-place concrete (Odour
Concrete Delivery Records Not Specified Fifteen (15) working days after receipt
and Control Structures)
03301 - Cast-in-place concrete (Odour
Concrete Placing Schedule Not Specified Fifteen (15) working days after receipt
and Control Structures)
03301 - Cast-in-place concrete (Odour
Certificates Not Specified Fifteen (15) working days after receipt
and Control Structures)
At least forty (40) working days before placing
03345 - Concrete Finishing and Curing Quality Control Submittals Fifteen (15) working days after receipt
any concrete
03345 - Concrete Finishing and Curing Manufacturer's reps names and phone numbers Not Specified Fifteen (15) working days after receipt

03345 - Concrete Finishing and Curing Manufacturer's certificate of compliance for products furnished Not Specified Fifteen (15) working days after receipt

03345 - Concrete Finishing and Curing Detailed curing plan Not Specified Fifteen (15) working days after receipt
Before beginning concrete construction of any
03345 - Concrete Finishing and Curing Finishing schedule Fifteen (15) working days after receipt
structure
At least forty (40) working days before placing
03345 - Concrete Finishing and Curing Manufacturer's product data sheets Fifteen (15) working days after receipt
any concrete
At least forty (40) working days before placing
03345 - Concrete Finishing and Curing Proposed Curing Methods Fifteen (15) working days after receipt
any concrete
Manufacturer's data for evaporation retardant, curing At least forty (40) working days before placing
03345 - Concrete Finishing and Curing Fifteen (15) working days after receipt
compound and clear sealer any concrete
At least thirty (30) days before shotcrete
03361 - Shotcrete Materials submittals Fifteen (15) working days after receipt
application
At least thirty (30) days before shotcrete
03361 - Shotcrete Methods submittals Fifteen (15) working days after receipt
application
At least thirty (30) days before shotcrete
03361 - Shotcrete Test results Fifteen (15) working days after receipt
application
03410 - Precast Concrete Structures Shop drawings Not Specified Fifteen (15) working days after receipt
03420 - Precast Concrete Tunnel
Qualifications Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Performance Standards for all Materials Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Calculations for PCTL Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Shop drawings Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Mix Designs Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Certifications Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
03420 - Precast Concrete Tunnel
Quality Control Plans Ninety (90) days prior to commencing work Fifteen (15) working days after receipt
Lining
Detailed Description of the equipment, grouting and patching
03700 - Concrete Restoration Not Specified Fifteen (15) working days after receipt
operations
04051 - Common Work Results for
Manufacturer's product literature Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
WHMIS MSDS Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
Samples Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
Shop drawings Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
Test and evaluation reports Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
Manufacturer's product certificates Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for
Manufacturer's instruction for care, cleaning and maintenance Not Specified Fifteen (15) working days after receipt
Masonry
04051 - Common Work Results for Manufacturer's instructions in accordance with section 01780
Not Specified Fifteen (15) working days after receipt
Masonry Closeout Submittals
04060 - Masonry Mortar and Grout Product Data Not Specified Fifteen (15) working days after receipt
04060 - Masonry Mortar and Grout Manufacturer's instructions Not Specified Fifteen (15) working days after receipt
04080 - Masonry Anchorage and
Product Data Not Specified Fifteen (15) working days after receipt
Reinforcement
04080 - Masonry Anchorage and
Shop Drawings Not Specified Fifteen (15) working days after receipt
Reinforcement
04080 - Masonry Anchorage and
Manufacturer's Instructions Not Specified Fifteen (15) working days after receipt
Reinforcement
04090 - Masonry Accessories Product Data Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Shop Drawings Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Quality Assurance Submittals Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Manufacturer's Instructions Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Test Reports Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Product Certificates Not Specified Fifteen (15) working days after receipt
04090 - Masonry Accessories Pre-Installation meetings Not Specified Fifteen (15) working days after receipt
04220 - Masonry Units Shop Drawings Not Specified Fifteen (15) working days after receipt
04220 - Masonry Units Samples Not Specified Fifteen (15) working days after receipt
04412 - Granite Cladding Product Data Not Specified Fifteen (15) working days after receipt
04412 - Granite Cladding Manufacturer's instructions Not Specified Fifteen (15) working days after receipt
04412 - Granite Cladding Shop Drawings Not Specified Fifteen (15) working days after receipt
04412 - Granite Cladding Samples Not Specified Fifteen (15) working days after receipt
05121 - Structural Steel for Buildings Shop Drawings Not Specified Fifteen (15) working days after receipt
05121 - Structural Steel for Buildings Erection Drawings Not Specified Fifteen (15) working days after receipt
05121 - Structural Steel for Buildings Fabrication Drawings Not Specified Fifteen (15) working days after receipt
Four (4) weeks prior to fabrication of structural
05121 - Structural Steel for Buildings Mill test reports Fifteen (15) working days after receipt
steel
05121 - Structural Steel for Buildings Fabricator Reports Not Specified Fifteen (15) working days after receipt
05310 - Steel Deck Shop drawings erection and shoring drawings Not Specified Fifteen (15) working days after receipt
05310 - Steel Deck Design Calculations (if requested by Engineer) Not Specified Fifteen (15) working days after receipt
Indicate deck plan, profile dimensions, base steel thickness,
metallic coating designation, connections to supports and
05310 - Steel Deck Not Specified Fifteen (15) working days after receipt
spacing, projections, openings, reinforcement details and
accessories.
05500 - Metal Fabrications Shop drawings for all miscellaneous metal items At least ten (10) days in advance of fabrication Fifteen (15) working days after receipt
All Fabricator designed assemblies, components, connections
05500 - Metal Fabrications Not Specified Fifteen (15) working days after receipt
and drawings for ladders
05501 - Metal Fabrications:
Shop Drawings Not Specified Fifteen (15) working days after receipt
Architectural
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


05502 - Metal Fabrications:
Product Data Not Specified Fifteen (15) working days after receipt
Landscaping
05502 - Metal Fabrications:
Shop Drawings Not Specified Fifteen (15) working days after receipt
Landscaping
06600 - Plastic Fabrications Shop drawings and samples Not Specified Fifteen (15) working days after receipt
06600 - Plastic Fabrications Samples and printed literature with load tables Not Specified Fifteen (15) working days after receipt
Shop drawings showing details of enclosure, grating panels,
06600 - Plastic Fabrications Not Specified Fifteen (15) working days after receipt
structural connections, and fabrication
06600 - Plastic Fabrications All designed assemblies, components and connections Not Specified Fifteen (15) working days after receipt
07212 - Board Insulation Product Data Not Specified Fifteen (15) working days after receipt
07212 - Board Insulation Manufacturer's Instructions Not Specified Fifteen (15) working days after receipt
07420 - Plastic Wall Panels Samples Not Specified Fifteen (15) working days after receipt
07420 - Plastic Wall Panels Closeout Submittals Not Specified Fifteen (15) working days after receipt
07465 - Metal Roofing and Wall
Samples Not Specified Fifteen (15) working days after receipt
Cladding
07466 - Fibre Cement Siding Shop Drawings Not Specified Fifteen (15) working days after receipt
07550 - Modified Bituminuous
Submittals prior to contract award Not Specified Fifteen (15) working days after receipt
Membrane Roofing
07550 - Modified Bituminuous
Shop Drawings Not Specified Fifteen (15) working days after receipt
Membrane Roofing
07550 - Modified Bituminuous Cold weather construction procedures and methods of Provided and maintained when ambient temp
Fifteen (15) working days after receipt
Membrane Roofing protection falls below 0 degrees C
07550 - Modified Bituminuous
Roof inspection Reports At completion of roofing Fifteen (15) working days after receipt
Membrane Roofing
07550 - Modified Bituminuous
Maintenance Data Not Specified Fifteen (15) working days after receipt
Membrane Roofing
07710 - Vegetation System for
Green roof certification Not Specified Fifteen (15) working days after receipt
Roofing
07710 - Vegetation System for
Product Data Not Specified Fifteen (15) working days after receipt
Roofing
07710 - Vegetation System for
Shop Drawings Not Specified Fifteen (15) working days after receipt
Roofing
07840 - Firestopping and Smoke Seals Accredited Listings with accredited data sheets Not Specified Fifteen (15) working days after receipt
08110 - Steel Doors and Frames Shop Drawings Not Specified Fifteen (15) working days after receipt
08110 - Steel Doors and Frames Door Hardware Data Not Specified Fifteen (15) working days after receipt
08331 - Overhead Coiling Doors Closeout Submittals Not Specified Fifteen (15) working days after receipt
08710 - Door Hardware Samples of each hardware item as requested Not Specified Fifteen (15) working days after receipt
08710 - Door Hardware Templates, as required Not Specified Fifteen (15) working days after receipt
08710 - Door Hardware Closeout Submittals Not Specified Fifteen (15) working days after receipt
09910 - Paints Control Samples Not Specified Fifteen (15) working days after receipt
09930 - Protective Coating Product Data Not Specified Fifteen (15) working days after receipt
10441 - Exterior Signage Shop Drawings Not Specified Fifteen (15) working days after receipt
10441 - Exterior Signage Samples Not Specified Fifteen (15) working days after receipt
10441 - Exterior Signage Closeout Submittals Not Specified Fifteen (15) working days after receipt
10520 - Portable Fire Extinguishers Shop drawings and product data Not Specified Fifteen (15) working days after receipt
10520 - Portable Fire Extinguishers Closeout Submittals Not Specified Fifteen (15) working days after receipt
10990 - Manufactured Specialties Closeout Submittals Not Specified Fifteen (15) working days after receipt
11001 - Engineered Fall Arrest
Product Data Not Specified Fifteen (15) working days after receipt
Systems
11001 - Engineered Fall Arrest
Shop Drawings Not Specified Fifteen (15) working days after receipt
Systems
11001 - Engineered Fall Arrest
Manufacturer's Instructions Not Specified Fifteen (15) working days after receipt
Systems
Drawings showing the main dimensions of the layout for
11120 - Electric Motor Actuator Not Specified Fifteen (15) working days after receipt
connections
11120 - Electric Motor Actuator Calibration and configuration parameters Not Specified Fifteen (15) working days after receipt
11120 - Electric Motor Actuator Documentation Not Specified Fifteen (15) working days after receipt
11120 - Electric Motor Actuator Start-up and calibration report Not Specified Fifteen (15) working days after receipt
11160 - Process Valves and Piping Product Data Not Specified Fifteen (15) working days after receipt
11201 - Stainless Steel Wedge-Style
Product Data Not Specified Fifteen (15) working days after receipt
Slide Gate
Minimum of twenty (20) working days in
11202 - Flap Gates Shop Drawings and Product Data Fifteen (15) working days after receipt
advance of fabrication
11202 - Flap Gates Certified shop testing reports prior to shipment Fifteen (15) working days after receipt
11202 - Flap Gates Field testing plan prior to installation Fifteen (15) working days after receipt
11230 - Stop Logs Shop Drawings Not Specified Fifteen (15) working days after receipt
Fabricator designed assemblies, components, connections and
11230 - Stop Logs Not Specified Fifteen (15) working days after receipt
drawings
11230 - Stop Logs Certified shop testing reports Prior to shipment Fifteen (15) working days after receipt
11230 - Stop Logs Field testing reports Following testing Fifteen (15) working days after receipt
11230 - Stop Logs Operation and maintenance manuals and data Not Specified Fifteen (15) working days after receipt
11230 - Stop Logs Spare parts list Not Specified Fifteen (15) working days after receipt
13222 - Grease and Mist Eliminator Manufacturers list of suppliers, engineering support Not Specified Fifteen (15) working days after receipt
13222 - Grease and Mist Eliminator Shop Drawings Not Specified Fifteen (15) working days after receipt
13222 - Grease and Mist Eliminator Spare Parts list Not Specified Fifteen (15) working days after receipt
13222 - Grease and Mist Eliminator O&M Instructions Not Specified Fifteen (15) working days after receipt
13251 - Carbon Adsorption Odour Manufacturer of odour control system to submit experience
Prior to full shop drawing submission Fifteen (15) working days after receipt
Control and references specific to radial flow
13251 - Carbon Adsorption Odour
Shop Drawings Not Specified Fifteen (15) working days after receipt
Control
13251 - Carbon Adsorption Odour
Maintenance Data Not Specified Fifteen (15) working days after receipt
Control
13251 - Carbon Adsorption Odour
Shop testing Report Prior to shipment Fifteen (15) working days after receipt
Control
13251 - Carbon Adsorption Odour
Field testing report Upon completion of installation Fifteen (15) working days after receipt
Control
13251 - Carbon Adsorption Odour
Special Tools Not Specified Fifteen (15) working days after receipt
Control
13900 - Instrumentation and Controls All schematic and wiring drawings Not Specified Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrumentation submittal list Not Specified Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrument data sheets Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Flow meter sizing calculations Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrument descriptive literature Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
Manufacturer's installation diagrams for field-mounted
13900 - Instrumentation and Controls Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
equipment
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time

13900 - Instrumentation and Controls Piping drawings for field-mounted equipment Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Tabulated list of control panels Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrument analyzer panel dimensioned layout drawings Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrument and control panel wiring diagrams Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrument and control panel power distribution diagrams Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
Dimensional, layout and fabrication drawings for all equipment
13900 - Instrumentation and Controls Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
and supports
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Tabulated Equipment Identification Tag lists Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control Panel Layout Drawings Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Tabulated control panel RPU I/O module and I/O schedules Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control panel power distribution schematics Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control panel hardware descriptive literature Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Circuit breaker and fuse sizes and power requirements Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control panel terminal block arrangements Fifteen (15) working days after receipt
award
RPU I/O card wiring schematics for each unique RPU I/O Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Fifteen (15) working days after receipt
module type award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls ISA Loop Drawing List Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control Schematic List Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Control Panel Drawing Set Fifteen (15) working days after receipt
award
Not later than ten (10) weeks after tender
13900 - Instrumentation and Controls ISA Loop Diagrams and Control Schematics Fifteen (15) working days after receipt
award
Not later than ten (10) weeks after tender
13900 - Instrumentation and Controls Cable schedules Fifteen (15) working days after receipt
award
Not later than ten (10) weeks after tender
13900 - Instrumentation and Controls Detailed network schematics for all communications networks Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Operation and Maintenance manuals Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Instrument Calibration Sheets Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Instrument Loop Check Sheets Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Instrumentation Equipment Commissioning Check Sheets Fifteen (15) working days after receipt
award
Not later than eight (8) weeks after tender
13900 - Instrumentation and Controls Detailed Instrumentation and Controls Commissioning Plan Fifteen (15) working days after receipt
award
13900 - Instrumentation and Controls Input/Output Test Reports Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
Detailed list of field determined ranges, setpoints and logic
13900 - Instrumentation and Controls Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
states for all new and modified equipment
13900 - Instrumentation and Controls Completed instrument calibration sheets Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Completed instrument loop check sheets Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
Completed Instrumentation Equipment Commissioning Check
13900 - Instrumentation and Controls Not later than four (4) weeks after tender award Fifteen (15) working days after receipt
Sheets
13900 - Instrumentation and Controls Tabulated SCADA Asset Tag Lists Not later than four (4) weeks after tender award Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed control and instrument panel drawings Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed Operations and Maintenance Manuals Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed Drawings Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed instrument and equipment data sheets Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed tabulated RPU I/O rack layouts Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls List of recommended spare parts Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed instrument calibration sheets Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Final as-constructed instrument loop check sheets Prior to completion of work Fifteen (15) working days after receipt
Final as-constructed Instrument and Equipment Commissioning
13900 - Instrumentation and Controls Prior to completion of work Fifteen (15) working days after receipt
Check sheets
13900 - Instrumentation and Controls Instrument and device configuation files Prior to completion of work Fifteen (15) working days after receipt

13900 - Instrumentation and Controls Instrumentation Submittal List Prior to completion of work Fifteen (15) working days after receipt
13910 - Remote Processing Units Shop Drawings Not Specified Fifteen (15) working days after receipt
For all programmable equipment: software, communication
13910 - Remote Processing Units Not Specified Fifteen (15) working days after receipt
links and networks submit bill of materials
For RPU Equipment: Product description for each item,
equipment layout drawings, related field tag numbers and wire
13910 - Remote Processing Units numbers, location and identifier and pin assignment, switch Not Specified Fifteen (15) working days after receipt
settings and addresses, and interconnection diagrams for RPU
equipment hardware
13915 - Alarm Autodialer/Security
Shop Drawings Not Specified Fifteen (15) working days after receipt
System
13915 - Alarm Autodialer/Security Detailed alarm autodialer and security system design
Not Specified Fifteen (15) working days after receipt
System documents
13930 - Structured Communications
Detailed communications system design documents Not Specified Fifteen (15) working days after receipt
Systems
13930 - Structured Communications Manufacturers catalog sheets and speciifcations for copper and
Not Specified Fifteen (15) working days after receipt
Systems fiber optic instruments
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


13930 - Structured Communications
Schedule of all cables and optical fibers Not Specified Fifteen (15) working days after receipt
Systems
13930 - Structured Communications
Sample test reports Not Specified Fifteen (15) working days after receipt
Systems
13930 - Structured Communications
As-built drawings and O&M manuals Not Specified Fifteen (15) working days after receipt
Systems
13991 - Control Panels and Junction
Shop Drawings Not Specified Fifteen (15) working days after receipt
Boxes
13991 - Control Panels and Junction
Installation, operation and maintenance manuals Not Specified Fifteen (15) working days after receipt
Boxes
13991 - Control Panels and Junction
Final record drawings Not Specified Fifteen (15) working days after receipt
Boxes
14600 - Hoists and Cranes Shop Drawings Not Specified Fifteen (15) working days after receipt
14600 - Hoists and Cranes Operation and maintenance data for hoist hardware Not Specified Fifteen (15) working days after receipt
15010 - Mechanical General
Equipment List Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Operation and maintenance data Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Operation and Maintenance manual Before final inspection Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Operation data Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Maintenance Data Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Performance Data Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Shop Drawings Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Product Data Not Specified Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
Site Records As required for each phase of work Fifteen (15) working days after receipt
Requirement
15010 - Mechanical General
As-built drawings Not Specified Fifteen (15) working days after receipt
Requirement
15053 - Motors, Drives and Guards
Shop Drawings Not Specified Fifteen (15) working days after receipt
for Mechanical Systems
15053 - Motors, Drives and Guards
Maintenance data Not Specified Fifteen (15) working days after receipt
for Mechanical Systems
15061 - Hangers, bases and Supports Shop Drawings Not Specified Fifteen (15) working days after receipt
15061 - Hangers, bases and Supports Product Data Not Specified Fifteen (15) working days after receipt
15061 - Hangers, bases and Supports Maintenance data Not Specified Fifteen (15) working days after receipt
15072 - Vibration and Seismic Control
Manufacturer's printed literature Not Specified Fifteen (15) working days after receipt
for HVAC Equipment
15072 - Vibration and Seismic Control
Shop Drawings Not Specified Fifteen (15) working days after receipt
for HVAC Equipment
15075 - Mechanical Identification Product data Not Specified Fifteen (15) working days after receipt
15075 - Mechanical Identification Samples Not Specified Fifteen (15) working days after receipt
15081 - Thermal Insulation for Piping Shop drawings Not Specified Fifteen (15) working days after receipt

15081 - Thermal Insulation for Piping Manufacturer's catalogue literature Not Specified Fifteen (15) working days after receipt

15081 - Thermal Insulation for Piping Manufacturer's Installation Instructions Not Specified Fifteen (15) working days after receipt
15082 - Thermal Insulation for
Shop drawings Not Specified Fifteen (15) working days after receipt
Ducting
15082 - Thermal Insulation for
Manufacturer's catalogue literature Not Specified Fifteen (15) working days after receipt
Ducting
15082 - Thermal Insulation for
Manufacturer's Installation Instructions Not Specified Fifteen (15) working days after receipt
Ducting
15142 - Domestic Water Piping Product Data Not Specified Fifteen (15) working days after receipt
15142 - Domestic Water Piping Maintenance Data Not Specified Fifteen (15) working days after receipt
15401 - Plumbing Specialties and
Shop Drawings Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Product Data Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Certificates Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Manufacturer's Installation Instructions Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Manufacturer's field reports Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Product data Not Specified Fifteen (15) working days after receipt
Accessories
15401 - Plumbing Specialties and
Maintenance data Not Specified Fifteen (15) working days after receipt
Accessories
15411 - Plumbing Fixtures and Trim Shop Drawings Not Specified Fifteen (15) working days after receipt
15411 - Plumbing Fixtures and Trim Maintenance data Not Specified Fifteen (15) working days after receipt
15440 - Plumbing Pump Shop Drawings Not Specified Fifteen (15) working days after receipt
15440 - Plumbing Pump Product Data Not Specified Fifteen (15) working days after receipt
15440 - Plumbing Pump Maintenance Data Not Specified Fifteen (15) working days after receipt
15480 - Domestic Water Heaters Shop Drawings Not Specified Fifteen (15) working days after receipt
15480 - Domestic Water Heaters Maintenance and engineering data Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Shop Drawings Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Certification Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Operation and Maintenance Manuals Prior to start-up Fifteen (15) working days after receipt
15540 - FRP Fans Special tools Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Spare Parts list Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Maintenance Instructions Not Specified Fifteen (15) working days after receipt
15540 - FRP Fans Field Procedures Not Specified Fifteen (15) working days after receipt
15615 - Polyvinyl Chloride (PVC) Duct Shop Drawings Not Specified Fifteen (15) working days after receipt

15615 - Polyvinyl Chloride (PVC) Duct Certification Not Specified Fifteen (15) working days after receipt

15731 - Split Unit Air Conditioning Shop Drawings Not Specified Fifteen (15) working days after receipt
15731 - Split Unit Air Conditioning Product Data Not Specified Fifteen (15) working days after receipt
15731 - Split Unit Air Conditioning Operation and maintenance data Not Specified Fifteen (15) working days after receipt
15766 - Unit Heaters - Electric Product Data Not Specified Fifteen (15) working days after receipt
15766 - Unit Heaters - Electric Product Data sheets for unit heaters Not Specified Fifteen (15) working days after receipt
15766 - Unit Heaters - Electric Operation and maintenance data Not Specified Fifteen (15) working days after receipt
SECTION 01330
COMBINED SEWAGE STORAGE TUNNEL SUBMITTAL PROCEDURES - ATTACHMENT

Section Description When Submitted Turnaround Time


15811 - Ductwork Metallic Low
Shop Drawings Not Specified Fifteen (15) working days after receipt
Pressure to 500PA
15820 - Duct Accessories Shop Drawings Not Specified Fifteen (15) working days after receipt
15822 - Dampers Operating Shop drawings Not Specified Fifteen (15) working days after receipt
15822 - Dampers Operating Performance data Not Specified Fifteen (15) working days after receipt
15822 - Dampers Operating Electrical data Not Specified Fifteen (15) working days after receipt
15822 - Dampers Operating Approvals and certification Not Specified Fifteen (15) working days after receipt
15822 - Dampers Operating Maintenance Data Not Specified Fifteen (15) working days after receipt
15824 - Duct Heaters Product Data Not Specified Fifteen (15) working days after receipt
15824 - Duct Heaters Product data sheets Not Specified Fifteen (15) working days after receipt
15831 - HVAC Fans Product Data Not Specified Fifteen (15) working days after receipt
15831 - HVAC Fans Shop Drawings Not Specified Fifteen (15) working days after receipt
Fan performance curves, sound rating data, certified power
15831 - HVAC Fans Not Specified Fifteen (15) working days after receipt
levels by octave band
15831 - HVAC Fans Indicate motors, sheaves, bearings and shaft details Not Specified Fifteen (15) working days after receipt
Minimum performance achievable with variable speed
15831 - HVAC Fans Not Specified Fifteen (15) working days after receipt
controllers
Certificates signed by manufacturer certifying that materials
15831 - HVAC Fans Not Specified Fifteen (15) working days after receipt
comply with specified performance characteristics
15831 - HVAC Fans Manufacturer's installation instructions Not Specified Fifteen (15) working days after receipt
15831 - HVAC Fans Operation and maintenance data Not Specified Fifteen (15) working days after receipt
15851 - Louvers, Intakes and Vents Product Data Not Specified Fifteen (15) working days after receipt
15851 - Louvers, Intakes and Vents Mock-up review showing proposed louvre configuration Not Specified Fifteen (15) working days after receipt
15851 - Louvers, Intakes and Vents Certified Data from independent laboratory Not Specified Fifteen (15) working days after receipt
15916 - Electrical Heating and Cooling
Product Data Not Specified Fifteen (15) working days after receipt
Controls
15950 - Testing, Adjusting and
Names, qualifications of TAB personnel Within thirty (30) days of award of contract Fifteen (15) working days after receipt
Balancing (TAB)
15950 - Testing, Adjusting and
Proposed methodology and procedures Prior to commencement of TAB Fifteen (15) working days after receipt
Balancing (TAB)
16010 - Electrical General
Shop Drawings Not Specified Fifteen (15) working days after receipt
Requirements
16053 - Metering and Switchboard
Product Data Not Specified Fifteen (15) working days after receipt
Instruments
16131 - Splitters, Junction and Pull
Shop Drawings Not Specified Fifteen (15) working days after receipt
Boxes
16131 - Splitters, Junction and Pull
Product Data Not Specified Fifteen (15) working days after receipt
Boxes
16141 - Wiring Devices Shop Drawings Not Specified Fifteen (15) working days after receipt
16141 - Wiring Devices Product Data Not Specified Fifteen (15) working days after receipt
16153 - Connectors and Terminations Product Data Not Specified Fifteen (15) working days after receipt
16223 - Motor Starters to 600V Shop Drawings Not Specified Fifteen (15) working days after receipt
16223 - Motor Starters to 600V Product Data Not Specified Fifteen (15) working days after receipt
16223 - Motor Starters to 600V Operation and maintenance data for each type of starter Not Specified Fifteen (15) working days after receipt
Detailed instruction to permit effective operation,
16223 - Motor Starters to 600V Not Specified Fifteen (15) working days after receipt
maintenance, and repair
16223 - Motor Starters to 600V Complete list of maintenance materials Not Specified Fifteen (15) working days after receipt
16223 - Motor Starters to 600V List of spare parts Not Specified Fifteen (15) working days after receipt
16261 - SCADA Uninterruptible Power
Shop Drawings Not Specified Fifteen (15) working days after receipt
Supply
16261 - SCADA Uninterruptible Power
Operation and Maintenance data Not Specified Fifteen (15) working days after receipt
Supply
16262 - Process Uninterruptible
Shop Drawings Not Specified Fifteen (15) working days after receipt
Power Supply
16262 - Process Uninterruptible Complete electrical characteristics and connection
Not Specified Fifteen (15) working days after receipt
Power Supply requirements
16262 - Process Uninterruptible
Detailed equipment outlines Not Specified Fifteen (15) working days after receipt
Power Supply
16262 - Process Uninterruptible
Operation and Maintenance data Not Specified Fifteen (15) working days after receipt
Power Supply
16275 - Dry Type Transformers up to
Product Data Not Specified Fifteen (15) working days after receipt
600V Primary
16275 - Dry Type Transformers up to
Operation and Maintenance data Not Specified Fifteen (15) working days after receipt
600V Primary
16370 - Electrical Testing from 23V to
Testing firm interim proof of qualifications When responding to RFP Fifteen (15) working days after receipt
15 KV
16412 - Moulded Case Circuit
Product Data Not Specified Fifteen (15) working days after receipt
Breakers
16414 - Disconenct Switches Fused
Product Data Not Specified Fifteen (15) working days after receipt
and Non Fused
16441 - Panelboards Breaker Type Shop Drawings Not Specified Fifteen (15) working days after receipt
16491 - Fuses - Low Voltage Shop Drawings Not Specified Fifteen (15) working days after receipt
16491 - Fuses - Low Voltage Product Data Not Specified Fifteen (15) working days after receipt
16505 - Lighting Equipment Shop Drawings Not Specified Fifteen (15) working days after receipt
16531 - Exit Lights Product Data Not Specified Fifteen (15) working days after receipt
16536 - Unit Equipment for
Product Data Not Specified Fifteen (15) working days after receipt
Emergency Lighting
CITY OF OTTAWA SECTION 01353
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROCEDURES: TRAFFIC CONTROL
CONTRACT NO. ISD14-2036 PAGE 1 OF 51

Part 1 General

1.1 SUMMARY
.1 Appended City of Ottawa Special Provisions General No. D-005 (SPG D-005), forms
part of this section. Compliance with the requirements of this section shall be to the
satisfaction of the Contract Administrator and PWGSC for Site 6.

1.2 SECTION INCLUDES


.1 Informational and Warning Devices

.2 Protection and Control of Public Traffic

.3 Operational Requirements

1.3 RELATED SECTIONS


.1 Section 02721 - Granular Base

.2 Section 02723 - Granular Sub-Base

.3 Section 02743 - Asphalt Concrete Paving

1.4 REFERENCES
.1 City of Ottawa Special Provisions General No. D-005
.2 Ontario Traffic Manual (OTM) most recent Version(s) including but not limited to
Book 1 Introduction to the Ontario Traffic Manuals
Book 5 Regulatory Signs
Book 6 Warning Signs
Book 7 Temporary Conditions
Book 11 Markings and Delineations
Book 12 Traffic Signals

1.5 PROTECTION OF PUBLIC TRAFFIC


.1 Comply with requirements of Acts, Regulations and By-Laws in force for regulation of
traffic or use of roadways upon or over which it is necessary to carry out Work or haul
materials or equipment.

.2 Undertake all submissions, receive comments from appropriate agencies and make
necessary adjustments to obtain approvals for Traffic Control Plan(s), Construction Site
Pedestrian Control Plan(s), Traffic Protection Plan(s), and Traffic Management Plan(s)
which satisfy the requirements of:
.1 City of Ottawa Special Provisions General No. D-005, City of Ottawa Special
provisions
.2 City of Ottawa S.P No F-1010 Traffic Control Plan
.3 City of Ottawa S.P No F-1012: Police at Intersection
CITY OF OTTAWA SECTION 01353
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROCEDURES: TRAFFIC CONTROL
CONTRACT NO. ISD14-2036 PAGE 2 OF 51

.4 City of Ottawa S.P. No F-1013: Construction Site Pedestrian Control Plan


.5 City of Ottawa S.P. No F-1014: Steel Interlocking Pedestrian Barriers
.6 PWGSC Parliamentary Precinct Branch: Traffic Operation Safe Operating
Guidelines
The above Special Provisions are appended to this section. All references to
Measurement for Payment and Basis of Payment shall not be recognized. Requirements
of the above special provisions shall be included in the lump sum payment for Combined
Sewage Storage Tunnel works.

.3 Works at Site 6 on Pit Road and Confederation pit parking lot is to be considered a local
road so traffic control is required at these locations as per MTO Book 7.

.4 Works at Site 6 including road or lane closures or reductions or large numbers of truck
deliveries causing disruption to the public shall be approved through the PWGSC
communique process as specified in 01117 Construction Sequences and Constraints.

.5 When working on travelled lane:


.1 Place equipment in position to present minimum of interference and hazard to
traveling public.
.2 Keep equipment units as close together as working conditions permit and
preferably on same side of travelled way.
.3 Do not leave equipment on travelled way overnight.

.6 Do not close any lanes of road without approval of the Contract Administrator. Before
re-routing traffic erect suitable signs and devices in accordance with instructions
contained in City of Ottawa SPG D-005.

.7 Provide a minimum 1.5m wide hard surface pedestrian path on at least one side of the
work corridor at all times in accordance with F-1013. Use temporary hot mix asphalt as
pedestrian path surface where feasible instead of granular surface when temporary path
is to be in place for an extended period of time (greater than 5 days). Cold patch is not
permitted.

.8 Keep travelled way graded, free of pot holes and of sufficient width for required number
of lanes of traffic.
.1 Provide minimum 3.5m lane widths or as identified in Contract Drawings for
temporary roadway alignments.
.9 As indicated, or as directed by Contract Administrator provide paved detours or
temporary roads to facilitate passage of traffic around restricted construction area:
.1 Place and compact granular sub-base in accordance with Section 02723 -
Granular Sub-Base.
.2 Place and compact granular base in accordance with Section 02721 - Granular
Base.
.3 Place and compact asphalt concrete pavement in accordance with Section 02743
- Asphalt Concrete Paving.
.10 Refer to City of Ottawa SPG D-005 for more detailed and site specific requirements.
CITY OF OTTAWA SECTION 01353
COMBINED SEWAGE STORAGE TUNNEL SPECIAL PROCEDURES: TRAFFIC CONTROL
CONTRACT NO. ISD14-2036 PAGE 3 OF 51

.11 Undertake all traffic control works at Site 6 on PWGSC property in compliance with the
Parliamentary Precinct Branch Traffic Operation guidelines for long duration work.
Incorporate the document requirements in the requirements for the plans listed in 1.5.2.

.12 No vehicular movements are permitted to cross the Ottawa River Pathway while the
pathway remains open between the hours of 7:00AM -9:00AM, 11:30AM-1:30PM, and
3:00PM-6:00PM.

1.6 INFORMATIONAL AND WARNING DEVICES


.1 Refer to City of Ottawa SPG D-005.

1.7 CONTROL OF PUBLIC TRAFFIC


.1 Refer to City of Ottawa SPG D-005.

1.8 OPERATIONAL REQUIREMENTS


.1 Refer to City of Ottawa SPG D-005.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

SUPPLEMENTAL INFORMATION

SPECIAL PROVISION GENERAL NO. D-005


TRAFFIC CONTROL PLAN S.P. NO: F-1010
POLICE ASSISTANCE AT INTERSECTION S.P. NO: F-1012
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN S.P. NO: F-1013
STEEL INTERLOCKING PEDESTRIAN BARRIERS S.P. NO: F-1014
PWGSC PARLIAMENTARY PRECINCT BRANCH: TRAFFIC OPERATION SAFE OPERATING
GUIDELINES

END OF SECTION
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 1 of 15

SPECIAL PROVISION GENERAL

No. D-005

CONTROL OF VEHICULAR AND PEDESTRIAN TRAFFIC

Maintaining Roadways and Detours

01) Unless otherwise specified in the Contract Documents, if an existing Roadway is


affected by contraction, it shall be kept open to both vehicular and pedestrian traffic.

02) Subject to the approval of the Contract Administrator, the Contractor shall, at
no additional cost to the Owner, be responsible for providing and maintaining for
the duration of the Work an alternative route for both pedestrian and vehicular
traffic through the Working Area in accordance with the OTM, whether along the
existing roadway under construction of on a detour road beside or adjacent to the
roadway under construction.

03) Subject to the approval of the Contract Administrator, the Contractor may block
traffic for short periods of time to facilitate construction of the Work in accordance with
the OTM. Any temporary lane closures shall be kept to a minimum.

04) The Contractor shall not be required to maintain a road through the Working Area
until such time as the Contractor has commenced operations or during seasonal shut
down or on any part of the Contract that has been accepted in accordance with these
General Conditions. The Contractor shall not be required to apply deicing chemicals or
abrasives or carry out snowplowing.

05) Where localized and separated sections of the Highway only are affected by the
Contractor's operations, the Contractor will not be required to maintain intervening
sections of the Highway until such times as these sections are located within the limits of
the Highway affected by the Contractor's general operations under the Contract.

06) Where the Contract Document provides for or the Contract Administrator requires
detours at specific locations, payment for the construction of the detours, and if required,
for the subsequent removal of the detours, will be made at the Contract prices
appropriate to such work.

07) Compensation for all labour, equipment and materials to do this work shall be at the
Contract prices appropriate to the work and, where there are no such prices, at
negotiated prices. Notwithstanding the foregoing, the cost of blading required to maintain
the surface of such roads and detours shall be deemed to be included in the prices bid
for the various tender items and no additional payment will be made.

08) Where work under the Contract is discontinued for any extended period including
seasonal shutdown, the Contractor shall, when directed by the Contract Administrator,
open and place the Roadway and detours in a passable, safe and satisfactory condition
for public travel.

09) Where the Contractor constructs a detour which is not specifically provided for in the
Contract Documents or required by the Contract Administrator, the construction of the

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 2 of 15

detour and, if required, the subsequent removal shall be performed at the Contractor's
expense. The detour shall be constructed and maintained to structural and geometric
standards approved by the Contract Administrator. Removal and site restoration shall be
performed as directed by the Contract Administrator.

10) Where, with the prior written approval of the Contract Administrator, the Highway is
closed and the traffic diverted entirely off the Highway to any other Highway, the
Contractor shall, at no extra cost to the Owner, supply, erect and maintain traffic control
devices in accordance with the OTM.

11) Compliance with the foregoing provisions shall in no way relieve the Contractor of
obligations for Protection of Work, Persons and Property, dealing with the Contractor's
responsibility for damage claims, except for claims arising on sections of Highway within
the Working Area that are being maintained by others.

The above section Maintaining Roadways and Detours is supplemented by the


following provisions:

Definitions

Construction Site Pedestrian Control Plan (CSPCP): A detailed plan for the
control of pedestrian traffic that serves to ensure the provision of a safe and
accessible path of travel for all pedestrians through and/or around the
construction site. The plan ensures that pedestrians with disabilities, as well as
those with increased mobility needs (parents with strollers and/or young children,
elderly pedestrians using canes, walkers, or wheelchairs, etc.), shall be
accommodated either through or around the construction site. The scope of the
work addressed in CSPCP will includes temporary pedestrian signing; directional
signing; maintenance of sidewalk; relocation, maintenance, and removal of
pedestrian barriers; and all necessary delineation to provide a safe environment
for pedestrians.

Ontario Traffic Manual (OTM): All reference in this Special Provision to the
Ontario Traffic Manual will indicate the most recent version(s) of the OTM
including, and not necessarily be limited to, as applicable:
Book 1 Introduction of the Ontario Traffic Manuals
Book 5 Regulatory Signs
Book 6 Warning Signs
Book 7 - Temporary Conditions
Book 11- Markings and Delineations
Book 12 Traffic Signals.

Roadcut Permit: In accordance with Bylaw 2003-445, prior to commencement of


the Work, the Contractor shall obtain a permit for the Work. Non-compliance with
any conditions of the permit may result with issuance of Provincial Offences
notices under the bylaw.

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 3 of 15

Traffic Control Device(s) (TCD): A generic term used to describe any person,
sign, signal, marking or device placed upon, over or adjacent to a roadway by or
at the direction of a public authority or official having jurisdiction (such as the City
of Ottawa) or their designate, for the purpose of regulating, warning, guiding or
informing a vehicle operator or pedestrian of an existing condition or hazard.
TCD must conform to requirements of OTM Book 7 Temporary Conditions

Traffic Control Plan (TCP): A detailed plan for the control of traffic, including
vehicular, transit, cyclists and pedestrian movements, required to allow the
Contractor to fulfill all conditions of the contract, taking into account the
organized, systematic safe conduct of the project. This includes, as applicable,
detours, staging sequences, work zones, public and emergency vehicle access
and egress, public access and separation from hazardous areas, temporary
barriers, removal of old pavement markings, and the selection of appropriate
typical layouts and devices necessary for traffic control. The TCP is to be signed
by a Designated Person trained in the use of Book 7 and will be responsible for
implementation, maintenance and plan revisions as required for the execution of
the Work. A copy of the plan must be posted and maintained on site and
available at all times. Contractor must maintain document update, revising or
amending to reflect construction operations and staging.

Traffic Control Persons (TCPs): A person duly trained and authorized to direct
traffic at a work zone through the use of the Traffic Control Sign (STOP/SLOW
Paddle)

Traffic Protection Plan (TPP): A plan required by the Occupational Health and
Safety Act and its regulations for the protection of workers in a work zone. The
plan must contain a written description of the traffic hazards to which workers
may be exposed and measures used to protect them.

Traffic Management Plan (TMP): A requirement of the roadcut permit. TMP


means a standard outlining the particulars of proposed work on any highway
described on Schedule B of the Road Activity Bylaw that is submitted by or on
behalf of the Contractor to the City for approval. The traffic management plan
shall contain the information respecting how the applicant intends to comply with
this by-law including but not limited to the following:

a) start and completion times of work;


b) specific location of work
c) requirement to work during peak hours, if any;
d) lane use requirements;
e) requirements for road closure;
f) public notification undertaken;
g) parking meters affected by work;
h) requirement for temporary no stopping signs;
i) identification of any bus route(s) and bus stops affected by work
activity; and

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 4 of 15

j) traffic routing and detour requirements where required.

Note: The TMP submitted should include a copy of D-005 and a statement
indicating that the TMP is in compliance with D-005. The TMP is to be copied to
both the Project Manager and Contract Administrator for review.

Traffic Operational Studies Officer: responsible for determining traffic


management requirements and strategies for construction/rehabilitation projects,
including road closures and detours on behalf of the Road Authority. Provides
comment on TCP submissions and revisions during construction phase.

Traffic Management Inspector: responsible for monitoring and enforcement of


City Road Activity Bylaw for safe and continuous passage of traffic, pedestrian,
transit and cyclist mobility on the Citys transportation network. Provides support
in the monitoring of construction activities for conformance to approved TCP and
Book 7 requirements on behalf of the Road Authority.

General Requirements

The Ontario Traffic Manual supersedes all reference in this contract document to
the Ministry of Transportation, Manual for Uniform Traffic Control Devices, or
MUTCD.

Prior to commencing any construction, on or adjacent to a City street, the supply


and placement of all necessary temporary traffic control devices shall be
performed under the sole direction of the Contractor and in accordance with the
Contractors submitted/reviewed Traffic Control Plan. The Traffic Control Plan
(herein the TCP) shall be developed in accordance with guidelines established
by the most recent version of the Ontario Traffic Manual, (herein the OTM) the
Occupational Health and Safety Act (herein the OHSA), and SP F-1010 which
details the required contents and submission of the TCP. Two (2) weeks prior to
commencing construction, the Contractor shall submit the Traffic Control Plan to
the Contract Administrator.

Vehicular and pedestrian traffic control shall remain the sole responsibility of the
Contractor as the City of Ottawa delegates this authority to the Contractor in
accordance with the submitted/reviewed Traffic Control Plan. Notwithstanding the
foregoing, the Contractor shall, at his own expense, remove any equipment or
material, which in the Contract Administrators opinion, constitute a hazard to
traffic or pedestrians, or an obstruction to City maintenance operations.
Contractor must address review comments provided by the City, to the
satisfaction of the City.

The Contractor shall be fully and solely responsible to ensure the development
and implementation of a submitted/reviewed TCP as required in SP F-1010. The
TCP and all required traffic control devices shall be designed/installed,

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 5 of 15

monitored, operated/maintained and removed by the Contractor, utilizing only


competent persons and workers as defined under the OHSA.

As part of the TCP Plan, the Contractor shall submit a CSPCP as detailed in SP
F-1013.

The Contractor shall not store any equipment or materials on the road or the
roadway shoulders or boulevards, unless the storage areas are identified in the
TCP and appropriate traffic control devices protect the equipment or materials.
The Contract Administrator shall review and approve any storage of equipment
and /or materials within the ROW.

The Contractor shall remove all dirt and debris from all paved or concrete
surfaces at the close of each workday, to the satisfaction of the Contract
Administrator.

Designated Person

The Contractor shall designate a person to be responsible for traffic control and
work zone safety. The designated person shall be a competent worker who is
qualified because of knowledge, training, and experience to perform the duties; is
familiar with Book 7 of the Ontario Traffic Manual; and has knowledge of all
potential or actual danger to workers and motorists. Prior to the commencement
of construction, the Contractor shall notify the Contract Administrator of the
name; address; position and telephone numbers of the designated person, and
update as necessary. The designated person may have other responsibilities,
including other construction sites, and need not be present in the Working Area
at all times.

Traffic Control Delineation and Operation

Prior to commencing any construction pursuant to this Contract, the Contractor


shall supply and place all necessary temporary traffic control devices.

Vehicle Access to Entrances and Side Roads

The Contractor shall maintain through, or around, the working area a satisfactory
condition for traffic, shall provide vehicle access for all existing entrances and
side roads, and ensure that all entrances and side streets are maintained and are
operational, all to the satisfaction of the Contract Administrator. All vehicle
access to existing entrances and side roads must be provided once the
construction for the day is completed, unless the owner of the property has
provided consent to allow the access to remain closed. All the costs associated
with this work shall be borne by the Contractor.

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 6 of 15

All temporary loss of access/egress necessary to complete the works must


include 24 hr prior notification to the business or resident(s). Such notification
regarding the loss of access/egress is the sole responsibility of the Contractor.

Site Pedestrian Control

The Site Pedestrian control includes all temporary work and pedestrian signing;
directional signing; and/or maintenance of sidewalk; relocation and any other
delineation to provide safe, accessible environment for pedestrians. The
Contractor is to comply with the requirements of Ontario Bill 118, Accessibility for
Ontarians with Disabilities Act, 2005.

This requirement will not be considered for separate payment unless the
applicable item Construction Site Pedestrian Control is included in the schedule
of prices as detailed in SP F-1013. The inclusion of this item is at the sole
discretion of the Owner.

Pedestrian Access

Unless otherwise specified in the contract, a free and unobstructed hard surfaced
pedestrian walkway acceptable for use by physically challenged individuals,
including pedestrian access to all buildings, must be provided, clearly identified,
and maintained in a good state of repair, to the satisfaction of the Contract
Administrator, through or around the construction site at all times.

Unless otherwise specified in the contract, a hard surface shall be firm, level,
compacted Granular A and/or stone dust.

Pedestrian Barriers

Unless otherwise specified in the contract, erection of temporary barriers or


fencing is required to separate pedestrians from construction operations or
related hazards to the satisfaction of the Contract Administrator. The temporary
barriers or fencing shall include a cane detectable boundary protection, with edge
or barrier at least 75mm high above the ground surface.

At minimum, the barrier or fencing shall be constructed in a rigid and secure


manner, thus providing a physical limitation through which a pedestrian would not
normally pass.

This requirement will not be considered for separate payment unless the
applicable item Pedestrian Barriers is included in the schedule of prices as
detailed in SP F-1014. The inclusion of this item is at the sole discretion of the
Owner.

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 7 of 15

Police Assistance at Signalized Intersections

Police are required to direct traffic at signalized intersections, when those


intersections are adversely affected by construction operations. At a minimum,
Police are required in the following scenarios:

1. Police are required where there is a need to use Traffic Control Persons
within 20 m of a signalized intersection.
2. Police are required if any traffic signal display is visually obstructed by
equipment or materials within a signalized intersection.
3. Police are required where there is a direct skew of lanes across a
signalized intersection, and the signal head locations are not modified to
account for the skew.

This requirement will not be considered for separate payment unless the
applicable item Police Assistance at Intersection is included in the schedule of
prices as detailed in F-1012. The inclusion of this item is at the sole discretion of
the Owner.

For information purposes only, the Contractor is advised that the following
signalized intersections exist within or near the Contract limits:

Kent Street at Slater Street


Laurier Avenue at Nicholas Street
Cumberland Street at St. Patrick Street
Kent Street and Catherine Street
Chamberlain Avenue at Kent Street (Mid Block Pedestrian Crossing)

Transit Services

Access by buses and pedestrians to all existing Bus Stops in the work zone must
be maintained at all times, except where stated in the Contract. The Contractor
shall provide O.C. Transpo at least five (5) working days notice to coordinate
adjustments required to their facilities as a result of construction.

Should the Contractor require access to or impede access/egress of a


Transitway, application for access to the Transitway is required 72 hours before
access is required.

Current O.C. Transpo routes operating within the project limits are as follows:

Slater Street: Eastbound Transitway


Nicholas Street:Eastbound transitway vehicles will be utilizing
Nicholas Street (southbound)
Chamberlain Ave.: Route 101
Parking

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 8 of 15

The Traffic and Parking By-law allows for on-street parking at locations
throughout the contract limits, except where stated otherwise for residents.

The Contractor's employees must be advised that parking regulations on City


streets in the vicinity of the construction zone will be enforced and will be subject
to the Citys Parking By-Law. If the Contractor wishes its employees to park on
adjacent City roads, in contravention of the Traffic and Parking By-law,
application must be made to the City for an encroachment permit.

A designated safe parking area shall be specified in the Traffic Control Plan for
the Contract Administrator for the duration of the contract. This parking area
shall accommodate a minimum of 2 vehicles and reserved for City of Ottawa
contract administration staff.

The Contractor shall make no claim for the additional costs of obtaining an
encroachment permit or for any parking tickets issued to its employees.

Temporary Traffic Control Signals

Where stated in the Contract, the City of Ottawa will supply temporary traffic
control signals, for locations which are presently controlled by traffic control
signals. The Contractor shall contact the Contract Administrator at least fifteen
(15) working days in advance to arrange for a mutually acceptable date and time
to have City forces available to perform the relocation and connections of the
traffic control signal.

The Contractor shall not make any claim for extra compensation or delays to the
project for the impact this provision may have on the construction of the roadway
and related works.

Temporary Line Painting

The Contractor is responsible for all temporary line painting and removals unless
otherwise stated in the Contract. All temporary line painting treatments should
be specified and detailed in the Traffic Control Plan.

Removal of temporary line painting shall be by means of asphalt grinding,


sandblasting or some other form of mechanical removal and not by the use of
black paint unless otherwise stated.

Between November 15 and April 15, The Contractor will be responsible for
spotting and placement of interim or permanent pavement markings in
accordance with the City of Ottawa approved Pavement Marking and Signage
Drawing.

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 9 of 15

All pavement markings are to be in compliance with all relevant OPS & City
standards.

The Contractor will be responsible for maintenance or to rectify any errors or


inconsistencies in the pavement markings to the satisfaction of the Contract
Administrator until final acceptance of the work.

This requirement will not be considered for separate payment unless the
applicable items are included in the schedule of prices. The inclusion of this item
is at the sole discretion of the Owner.

The Contractor shall not make any claim for extra compensation or delays to the
project for the impact this provision may have on the construction of the roadway
and related works.

Signalized Intersections

Notwithstanding other notification requirements contained in this specification,


where the Contract, or Contractor, is planning to modify an approach to a
signalized intersection beyond OTM Book 7 applications, a three (3) week
notification to the City of Ottawa Signal Operations is required. Signal
Operations will determine if a CADD drawing submission is required by the
Contractor.

Traffic Control Plans that include signalized intersections shall be submitted on


1:250 scale.

Location and Storage of Materials and Equipment Outside of the Work Zone,
only for roads with normal posted speed of 80 km/hr or greater

Materials and/or equipment shall not be stored outside of the work zone within
4.0 m of the traveled portion of any roadway except where a barrier curb is in
place in which case the minimum clearance required is 1.0 m.

Notwithstanding the foregoing, the Contractor shall, at the Contractor's expense,


remove any vehicle, equipment or material, which, in the opinion of the Contract
Administrator, constitutes a hazard to traffic or pedestrians, or an obstruction to
City maintenance operations.

Contract Specific Requirements

In determining the expected traffic and pedestrian operations for the site, the
Contractor is advised of the following requirements that shall apply to this
Contract:

Advanced Notification Assistance and City Contract Sign

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 10 of 15

Pursuant to this contract the Contractor will provide the following devices to be
factored into the Contractors TCP.

Portable Variable Message Signs (PVMS) will be used as an advance notification


device for one week prior to the construction start date and for the duration of the
construction. Eight PVMS signs suitable for an urban setting shall be made
available for use during the project.
PVMS signs shall be located (or at locations as otherwise directed by Contract
Administrator)at:

Slater and Kent


Intersection: Adjacent to Slater Street on the north side boulevard
facing eastbound traffic.

Adjacent to Kent Street south of Slater Street.


Location to be determined.
RCI-CSST
Chamber: Adjacent to Queen Elizabeth Drive on the north side
boulevard facing westbound traffic.
Cumberland
Access:

Adjacent to Cumberland Street between St. Patrick


Street and Murray Street on east side boulevard
facing northbound traffic.
McLeod Street: Westbound at Kent Street.
Catherine Street: Westbound east of Kent Street
Chamberlain Ave.: Eastbound east of Kent Street ramp

The Contractors TCP shall identify appropriate traffic control devices that will be
required to protect these signs from creating a hazardous condition.

Lane Closures:

Where construction pursuant to this Contract will require temporary lane


closures, the lane closures shall be carried out by the Contractor at the
Contractors expense. The Contractor shall give forty-eight (48) hours notice to
the Contract Administrator prior to the day on which the lane closures will be
required.

Construction Operations - Impact on Open Lanes

As traffic and mobility are a priority for the City, construction activities such as
loading and unloading of materials/construction equipment, flagging, etc., onto
and from the traveled portion of the roadway shall be undertaken or staged in
accordance with applicable provisions of the contract and outside peak period

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 11 of 15

restrictions. Interruptions or temporary lane closures requested by the Contractor


must be approved in writing by the Contract Administrator.

Minor interruption

Relates to roads or lanes that are open in a construction zone;


No loading or unloading is allowed in/or from opened lanes;
Interruptions due to flagging operations to allow the movement of
construction vehicles (in a constant motion) are allowed in the open lane
to move between different parts of /or through the construction area;
Flagging should be coordinated with gaps in traffic adjacent to/or within
the construction site;
Delays must be under 30 seconds per incident and frequency no greater
than ten times per hour with an accumulated delay of 5 min/hr or less.

Uninterrupted

Relates to roads or lanes that are open in a construction zone;


No loading or unloading is allowed in/or from opened lanes;
Interruptions due to flagging operations are not allowed. The movement of
construction vehicles in constant motion in the open lane to move between
different parts of the construction area will be accommodated by gaps in
the traffic flow;
If it is anticipated that volumes will be high and that gaps will not be able to
form, Contractor must modify construction operations accordingly.

Peak Period Restrictions - Non Performance Mediation Measure

In the case that the Contract includes specific peak period lane requirements,
and the Contractor does not have the lane(s) opened in time for the start of peak
periods, or closes the lane(s) prior to the end of the peak periods, without the
pre-approval of the Contract Administrator, the following monetary penalties will
be applied as calculated below based on road classification.

(Depending on the incident and the nature, may also result in Provincial Offences
Notices under the City of Ottawa Bylaw #2003-445 Road Activity)

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 12 of 15

Classification*** Time of Day Lanes Value Frequency Escalation****


(#) ($)
Freeway peak period* per lane $1000 minute none
1
With Transit peak period* per lane $1000 minute none
operations
Arterial peak period* per lane $500 5 minutes every 15
minutes
2
With Transit peak period* per lane $500(x1.5) 5 minutes every 15
Operations minutes
Collector peak period* per lane $500 10 minutes every 30
minutes
3
With Transit peak period* per lane $500(x1.5) 10 minutes every 30
Operations minutes
Transit Priority peak period* per lane $1000 minute None
4 Lane**

Notes
*Peak period - as identified in contract conditions
**Contractor may trade off a general lane and Transit lane with appropriate TM set up
and TM staff approval
***Classification as identified in the OP/TMP
**** Double the previous value applied

Slater Street = arterial with transit operations

Documentation

For each deviation, the Contract Administrator will provide the Contractor with a
written notice via a Site Communication Memo which will indicate the date and
time of infraction with the appropriate calculations. Depending on the frequency
and nature of the impacts, other actions may be considered if escalated by the
Contract Administrator.

Monetary penalties imposed by the Contract Administrator as determined to be


non-performance related will be deducted from the Traffic Control item.

Road Closures

Where construction pursuant to this Contract will require road closures, the road
closure shall be carried out by the Contractor at the Contractors expense. The
Contractor shall apply for a road closure permit from the City of Ottawa and

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 13 of 15

comply with all requirements of the permit prior to closing the road. In addition,
the road closure must be identified in the TCP.

Traffic Flows

AADT traffic volumes (recent City of Ottawa counts) are identified for impacted
roadways below:
Slater Street: 8,000
Kent Street (at Slater): 10,000
Nicholas Street (southbound): 12,000
Cumberland Ave. (northbound): 4,500
Cumberland Ave. (southbound): 1,200
Stanley Ave. 800
Kent Street (at Catherine) 16,000
Catherine Street 9,500
Chamberlain Avenue 10,000

Additional Traffic Control measures accepted for this contract will include

The Contractor is advised of the following traffic control measures will apply to
this contract.

Slater Street: Lyon Street to Bank Street


AM (7:00am 9:30am), PM (3:30pm 6:00pm)
o Maintain one eastbound through lane.
o Maintain one dedicated eastbound Transit lane.
o Maintain one eastbound left turn lane at Kent St.
o Maintain one eastbound right turn lane Bank St.

Queen Elizabeth Drive and Lawrence Freiman Lane:


Maintain one lane in each direction during the weekday AM (7:00am
9:30am) and PM (3:30pm 6:00pm).

Cumberland Street: George Street to Clarence Street


Maintain a minimum of one lane in northbound during the weekday AM
(7:00am 9:30am) and PM (3:30pm 6:00pm) peak periods
Maintain a minimum of one lane northbound at all other times

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 14 of 15

Cumberland Street: York Street to Clarence Street:


Restrict southbound traffic. Provide southbound vehicle detour via St.
Patrick Street to Dalhousie Street to York Street

Queen Victoria Street: Stanley Avenue to Crichton Street:


Close Queen Victoria Street to through traffic. Maintain vehicle access to
all properties at all times.

River Lane: Union Street to Keefer Street:


Convert River Lane to 2-Way traffic for duration of time that River Lane is
blocked in vicinity of Queen Victoria Street. Maintain vehicle access to all
properties at all times.

McLeod Street: Kent Street to Lyon Street:

Close Mcleod Street to west bound traffic from Kent Street. Provide
westbound detour of traffic via Kent St Gladstone Ave and Lyon St.
Convert Mcleod Street from Lyon Street to west of Kent Street to 2-way
traffic.
Open McLeod Street to One lane of traffic from Kent St. to Lyon Street
upon substantial completion of backfilling operations.

Catherine Street: East of Kent Street:


Restrict Movements on south curb lane of Catherine Street east of Kent
Street.
Maintain one westbound though-right turn lane and one dedicated
westbound right turn lane.
Maintain All Movements On Kent Street At All Times.

Chamberlain Avenue: East of Kent Street:


Maintain two eastbound though lanes.
Short duration lane reduction to one lane during off peak hours permitted.

Reflectivity Requirements for Temporary Conditions Signage

The Contractor is advised of the additional reflectivity requirements for


Temporary Conditions Signage superseding requirements of Table 3.1 in Book 7
Temporary Conditions. All temporary condition road closure, detour route and
information signs to use Diamond Grade Fluorescent Orange Sheeting (such as
3M Diamond Grade Fluorescent Orange Sheeting (Series 3924S) or approved
equivalent).

Signage

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
April 2015
Page: 15 of 15

The City shall be responsible during construction to remove, install or modify any
necessary regulatory signage due to the requirements of the Traffic Control Plan.
The Contractor shall notify the Contract Administrator ten (10) calendar days
prior to this requirement. Temporary regulatory signage shall be provided and
installed by the City, as necessary.

\Section D\D-005 April 3, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S. P. No: F-1010
Date: March 2008
Page: 1 of 3

TRAFFIC CONTROL PLAN

1.0 Scope

The Scope of the work addressed in this specification Traffic Control Plan shall
include the preparation and submission of a Traffic Control Plan (TCP) as outlined in this
specification and in Special Provision General D-005.

Where construction pursuant to this Contract is being carried out on or adjacent to a City
street, the supply, placement, monitoring, and disassembly of all traffic control devices
shall be performed under the direction of the Contractor in accordance with the Ontario
Traffic Manual latest edition.

The Contractor shall be responsible for construction means, methods, techniques,


sequences, and procedures and for coordinating the various parts of the traffic control.

The Contractor shall prepare and submit a Traffic Control Plan that details the specific
traffic control layout(s), necessary for the completion of the works. The Traffic Control
Plan shall be in the form of drawing(s) and written description(s) of how the Contractor
intends to control traffic through and around the work zone. The TCP shall include, and
not necessarily be limited to:

Monitoring and Repair (24 hour contact number if not acquired)


Reference to Applicable OTM Book 7 Typical Layouts
Traffic control signs (regulatory, warning and temporary);
Traffic control delineation;
Traffic Control vehicles and devices (TC-12, Crash Trucks, Temporary Lighting
etc.)
Contract-specific operational requirements;
Night time requirements
Traffic staging and scheduling;
Construction vehicle access/egress;
Public access/egress for all existing entrances and side roads
Pedestrian safety; barriers and barricades;
Emergency Vehicle access
Locations for removal of existing line painting and proposed temporary pavement
markings;
Parking for Contract Administrator
Any other traffic control measures.

The Contractor shall refer to D-005 and other Special Provision-General for general and
contract specific requirements of traffic operations, and definition of terms.

Section F\General\F-1010 March 31, 2008


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S. P. No: F-1010
Date: March 2008
Page: 2 of 3

TRAFFIC CONTROL PLAN

In addition to the Traffic Control Plan, the Contractor is advised that a Traffic
Management Plan is required for any construction project within a City of Ottawa right-
of-way in order to obtain a road-cut permit. The Traffic Management Plan is not part of
the scope of this Special Provision.

2.0 Submissions, Monitoring, and Repair

Two (2) weeks prior to commencing construction, the Contractor shall submit the Traffic
Control Plan to the Contract Administrator. The Contractor acknowledges that revisions
to the Traffic Control Plan may be necessary, in consultation with the City, where it
concerns public safety and mobility. For signalized intersections the Plan shall be
submitted on a 1:250 scale.

The Contractor shall ensure that all workers, including sub-contractors, in the Working
Area are aware of the importance of the Traffic Control Plan measures.

The Contractor shall be required to review and modify the TCP for errors, omissions,
deficiencies, or because of any new hazards are identified and not previously addressed
within the document.

The condition of all traffic control devices shall be maintained for the duration of the
contract, in accordance with the OTM.

The Contractor shall immediately repair, replace or otherwise make good the practice
deemed unsafe or non-compliant when the owner (or his delegated authority) makes the
Contractor aware of any violation of the TCP (or applicable regulations). Should the
Contractor disagree, the Ministry of Labour will be consulted to provide clarification of
the observed deficiency.

It is the responsibility of the Contractor to ensure that all necessary training has been
provided prior to commencement of the work.

The City of Ottawa through the Project Manager will accept the submission of the TCP,
and review it to identify any errors, omissions, or improvements that the City staff is
aware of, as it relates to maintaining public safety and mobility.

The acceptance and review of the TCP by the City will make no representation and/or
warranty that the document is accurate, complete, or compliant with all applicable
legislation. Any errors, omissions or deficiencies within the TCP will remain the sole
responsibility of the Contractor. The contract shall not commence, until the City has
reviewed the TCP to the satisfaction of the Citys Contract Administrator, and the
Contractor has addressed all comments

Section F\General\F-1010 March 31, 2008


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S. P. No: F-1010
Date: March 2008
Page: 3 of 3

TRAFFIC CONTROL PLAN

The Contract Administrator reserves the right to ask for revisions to the Traffic Control
Plan at submission time, or reject it if the Plan does not meet the Contract language. In
addition, the Contract Administrator reserves the right to instruct the Contractor to revise
it at any time during the Contractors execution of the plan, when the Contract
Administrator finds that the Contractor is not providing the commitments shown in the
original Traffic Control Plan submission, or the Contractors Traffic Control Plan proves
to be insufficient to address the field conditions.

3.0 Basis of Payment

Payment at the contract Lump Sum Price for the item Traffic Control Plan shall be full
compensation for the research, preparation and implementation of the TCP, and shall
include all labour, equipment and material to supply, and maintain all traffic control
measures detailed therein. This payment includes supply, installation, monitoring,
operation, maintenance and removal of all required traffic control devices.

Traffic Control Persons (TCPs) shall not be included for payment under this item. The
Contractor shall include any costs associated with TCPs in the applicable item where
TCPs are required.

This item shall not include the cost for removing existing pavement marking and
temporary line painting

Payment shall be based upon the following schedule:

a) 25% upon satisfactory submission of the TCP and installation of the control
measures; and,

b) 75% pro-rated into equal payments over the term of the contract.

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

WARRANTS: On all Contracts involving vehicular and/or pedestrian traffic.

Section F\General\F-1010 March 31, 2008


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1012
Date: March 2014
Page: 1 of 2
POLICE ASSISTANCE AT INTERSECTION

General

The Contractor acknowledges that there are signalized intersections within the vicinity of the work
area, which may be adversely affected by the construction works. Intersections are listed in
Special Provision General D-005.

Scope of Work

Under this item, the Contractor will be required to schedule, and pay for Ottawa Police Services to
direct traffic at signalized intersections, when those intersections are adversely affected by
construction operations. The requirement for Police Assistance must be in accordance with the
approved Traffic Control Plan and must be approved by the Contract Administrator. Unless
previously approved by the Contract Administrator, police assistance to manage Contractor
operations outside of signalized intersections will not be paid.

The Contractor shall be responsible to communicate the requirements of the Traffic Control Plan,
how the police officer fits into the plan (as a control and as an employee at risk), the hazards (both
traffic and operational such as equipment movements etc) and the hazard controls to the attending
officer prior to commencing work.

Ottawa Police Services can be contacted at 236-1222 ext. 2476 and must be contacted a minimum
of five (5) working days prior to date required.

Measurement and Basis of Payment

Measurement for payment shall be hourly with a four (4) hour minimum per shift. Two shifts may
be required for a typical workday; therefore the Contractor is responsible to communicate
requirements with each arriving officer.

The hourly rate as entered in the schedule of prices by the City is reflective of the supply of two
police officers ($72.00/hour each), one police car ($44.00/hour). The hourly rate is subject to
change and will be modified to comply with yearly rate increases as required. Where a different
configuration is supplied by the Ottawa Police Services, the Contractor shall submit an invoice for
payment based on the rates above.

A ten percent (10%) surcharge will be applied for requests received after the five day minimum.
Unless agreed upon by the Contract Administrator, the Owner will not be responsible for late
request charges and/or cancellation charges.

This item will not be considered as a Major Item as defined in GC1.04.

Basis of Payment

Payment under the item Police Assistance at Intersections shall be full compensation for all
labour and materials in the contacting, arranging, and payment of the Ottawa Police Services.
Section F\General\F-1012 March 31, 2014
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1012
Date: March 2014
Page: 2 of 2
POLICE ASSISTANCE AT INTERSECTION

Warrant: When construction operations impose traffic movements at a signalized intersection that
contradict the signals, and that cannot otherwise be mitigated through the Traffic Control
Plan.

Section F\General\F-1012 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1013

Date: March 2014

Page: 1 of 5
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN

1.0 Scope

The Scope of the work addressed in this specification Construction Site Pedestrian
Control Plan shall include the preparation and submission of a Construction Site
Pedestrian Control Plan (CSPCP) as outlined in this specification and in Special
Provision General D-005, along with all labour, equipment, and material required to
implement the CSPCP.

The Construction Site Pedestrian Control Plan shall ensure the provision of a safe and
accessible path of travel for all pedestrians through and/or around the construction
site. The plan shall ensure that pedestrians with disabilities, as well as those with
increased mobility needs (parents with strollers and/or young children, elderly
pedestrians using canes, walkers, or wheelchairs, etc.), shall be accommodated either
through or around the construction site.The scope of the work addressed in CSPCP
will include temporary pedestrian signing; directional signing; maintenance of sidewalk;
relocation, maintenance, and removal of pedestrian barriers; and all necessary
delineation or any other measures to provide a safe environment for pedestrians.

Staging of the Work

The work shall be staged in a manner consistent with the staging of the Contract and
in accordance with the implementation of the traffic control measures as stipulated in
the Contractors Traffic Control Plan. When determining the staging of the Contract,
the Contractor shall maintain existing sidewalk facilities for as long as possible.
Removal of any existing sidewalk facilities, or portion thereof, shall not be permitted
until permission has been granted by the Contract Administrator.

Pedestrian Facilities

Regardless of whether or not there is an existing sidewalk within the right-of-way, a


minimum 1.5m wide pedestrian facility shall be provided along at least one side of the
corridor at all times. The facility shall include a free and unobstructed hard surfaced
pedestrian surface acceptable for use by all pedestrians, including those with
disabilities, and shall include pedestrian access to all buildings and street crossings.
The facility shall be maintained clean and in a good state of repair to the satisfaction of
the Contract Administrator, through or around the construction site at all times. The
1.5m width shall not be reduced by protruding objects. If overhead works are required
a 2.1m clear headroom shall be provided along the entire 1.5m width.

Any change of level which is over 13mm height must be provided with a smooth, non-
tripping transition.

\Section F\General\F-1013 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1013

Date: March 2014

Page: 2 of 5
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN

Unless otherwise stated in the Contract, hard surface shall mean evenly graded
temporary hot mix asphalt. For weather conditions where hot mix asphalt is not readily
available, firm level, compacted stone dust shall be permitted. For temporary
conditions less than 5 days, regardless of weather conditions, firm, level, compacted
Granular A or stone dust shall be permitted.

If the Contractor deems it necessary to install a temporary pedestrian facility in an area


of the Contract which will not be reinstated as part of the planned works, then it is the
Contractors responsibility to reinstate that area, to existing or better conditions, upon
the removal of the temporary facility. No additional payment for this reinstatement will
be considered.

If a temporary closure of an entrance to a building is required, the Contractor shall


advise the Contract Administrator at least 3 working days in advance. The Contract
Administrator shall arrange and the Contractor shall accompany the Contract
Administrator at a meeting or meetings with the entrance owner. The Contractor shall
provide his detailed schedule for completion of the various items of work opposite each
property and co-ordinate his operations with the requirement of the property owner. No
work shall be undertaken until the Contract Administrator has given consent to close
the entrance. All pedestrian accesses to buildings must be provided once the
construction for the day is completed. No claims for additional costs resulting from any
delays in arranging a temporary closure will be considered.

Boundary Protection

Erection of temporary barriers or fencing is required to separate pedestrians from


construction operations or hazards to the satisfaction of the Contract Administrator.
The temporary barriers or fencing shall include a cane detectable boundary protection,
with edge or barrier at least 75mm high above the ground surface.

Signage Requirements

Where pedestrians must be detoured, either to the other side of the street, or around
the construction site, the Contractor shall install bilingual signage at both the near side
and the far side of the intersection preceding the detour.

Choice of Pedestrian or Vehicle Detour

If the Contractor determines that due to the technical or safety requirements of


underground work or utility relocations, or lack of available property within the right-of-

\Section F\General\F-1013 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1013

Date: March 2014

Page: 3 of 5
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN

way, it is not possible to maintain a minimum 1.5m pedestrian facility through the
construction site, they shall advise the Contract Administrator at least 2 weeks in
advance. The Contract Administrator shall determine whether pedestrians and/or
vehicles shall be detoured around the construction site.

2.0 Submissions, Monitoring, and Repair

Two (2) weeks prior to commencing construction, the Contractor shall submit the
Construction Site Pedestrian Control Plan to the Contract Administrator. The
Contractor acknowledges that revisions to the CSPCP may be necessary, in
consultation with the City, where it concerns accessibility, public safety and mobility.

The Contractor may choose whether to include all details related to the CSPCP into
the Traffic Control Plan, or submit additional details on separate CSPCP plans.

The Contractor shall ensure that all workers, including sub-contractors, in the Working
Area are aware of the importance of the CSPCP measures.

The Contractor shall be required to review and modify the CSPCP for errors,
omissions, deficiencies, or because of any new obstacles to accessibility are identified
and not previously addressed within the document.

The condition of all pedestrian control materials and/or devices shall be maintained for
the duration of the contract.

The Contractor shall immediately repair, replace or otherwise make good the practice
deemed unsafe or non-compliant when the owner (or his delegated authority) makes
the Contractor aware of any violation of the CSPCP. Should the Contractor disagree,
the City of Ottawa Corporate Accessibility Unit will be consulted to provide clarification
of the observed deficiency.

It is the responsibility of the Contractor to ensure that all necessary training has been
provided prior to commencement of the work.

The City of Ottawa through the Project Manager will accept the submission of the
CSPCP, and review it to identify any errors, omissions, or improvements that the City
staff is aware of, as it relates to maintaining public safety and mobility.

The acceptance and review of the CSPCP by the City will make no representation
and/or warranty that the document is accurate, complete, or compliant with all
applicable legislation. Any errors, omissions or deficiencies within the CSPCP will

\Section F\General\F-1013 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1013

Date: March 2014

Page: 4 of 5
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN

remain the sole responsibility of the Contractor. The contract shall not commence, until
the City has reviewed the CSPCP to the satisfaction of the Citys Contract
Administrator, and the Contractor has addressed all comments

The Contract Administrator reserves the right to ask for revisions to the CSPCP at
submission time, or reject it if the Plan does not meet the Contract language. In
addition, the Contract Administrator reserves the right to instruct the Contractor to
revise it at any time during the Contractors execution of the plan, when the Contract
Administrator finds that the Contractor is not providing the commitments shown in the
original CSPCP submission, or the Contractors CSPCP proves to be insufficient to
address the field conditions.

3.0 Basis of Payment

Payment at the contract Lump Sum Price for the item Construction Site Pedestrian
Control Plan shall be full compensation for the research, preparation and
implementation of the CSPCP, and shall include all labour, equipment and material to
supply, and maintain all pedestrian control measures detailed therein. This payment
includes supply, installation, monitoring, operation, maintenance and removal of all
required pedestrian control devices.

Payment shall be full compensation for all labour, equipment, and material required to
do the work.

If they are included in the schedule of prices, the following items shall be
considered for separate payment:

Pedestrian Barriers
Granular A or Stone Dust for temporary pedestrian facility
Temporary hot mix asphalt for temporary pedestrian facility

For each of these items, no area shall be measured for payment more than once per
each linear side of the construction site corridor. For example, if the Contractor stages
the work such that they use temporary hot mix asphalt to construct a temporary
pedestrian facility three (3) separate times along one side of the street, and not at all
along the opposite side of the street, the maximum payment shall be for the
construction of two (2) of the temporary facilities.

Note to designer: If it seems necessary, due to the anticipated staging required to


construction the work, to use any of the above three items, then insert into the

\Section F\General\F-1013 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P. No: F-1013

Date: March 2014

Page: 5 of 5
CONSTRUCTION SITE PEDESTRIAN CONTROL PLAN

schedule of prices and use quantity for payment based on once per each linear side of
the corridor.

Payment of the CSPCP shall be based upon the following schedule:

25% upon the satisfactory submission of the CSPCP, supply and installation of the
pedestrian control measures;

60% pro-rated into equal payments over the term of the contract; and,

15% upon the removal of the pedestrian control measures.

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

Warrant: On all contracts where pedestrians will be present.

\Section F\General\F-1013 March 31, 2014


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS
S.P No: F-1014
Date : March 2006
Page : 1 of 1
STEEL INTERLOCKING PEDESTRIAN BARRIERS
Scope

The scope of work involved in Steel Interlocking Pedestrian Barriers will include the supply, placing,
maintenance, relocation, and removal of steel interlocking barriers as described in this special provision.

The work shall be staged in a manner consistent with the staging of the Contract and the implementation
of the traffic and pedestrian control measures.

Barrier Quantity and Location

The barriers shall be placed between the construction work zone and the sidewalk for the length of the
work zone. As the work zone progresses, barriers shall be relocated accordingly. A minimum 1.5m wide
sidewalk shall be provided at all times and the barriers are to be placed a minimum 9 m from the start and
end of the work zone.

The total amount and location of the barriers is to be approved by the Contract Administrator prior to
their installation.

Once the barriers are on site, they shall not be removed off-site until such a time that the Contract
Administrator approves their removal.

If the contractor removes the barriers off-site without the Contract Administrator's approval, the
contractor shall not be paid under this item to return onto the site the length of barrier that was removed
off-site.

Materials

The interlocking pedestrian barriers shall be approximately 1.8 m in length manufactured of steel and
galvanized. The foundation shall be the V-foot configuration. The barriers must be capable of being
interlocked with attachments integral to the barrier (i.e. tying the barriers together will not be acceptable).

Basis of Payment

Payment at the contract unit price per metre of steel interlocking pedestrian barrier shall be full
compensation for all labour, equipment, and material required to do the work. The contractor shall not be
paid separately for the maintenance and relocation of steel interlocking pedestrian barrier. The
maintenance and relocation of the barriers shall be paid under the item Construction Site Pedestrian
Control.

Warrant: Only in high pedestrian traffic areas.

\Section F\Genral\ F-1014 March 31, 2006


SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

PARLIAMENTARY PRECINCT BRANCH


PROCEDURE
Traffic Protection-Safe Operating Guideline-PPB
EDRM Document Number: NCA-# Version franaise : NCA-#

1.0 EFFECTIVE DATE: 2012 07 01

2.0 PURPOSE

The purpose of this procedure is to outline requirements for traffic protection within the
Parliamentary Precinct Branch (PPB) for contractors and public.

3.0 SUMMARY OF PROCEDURE


This procedure is intended for all employees who have contractors working on any public way on
Parliament Hill. This procedure provides PPB employees with the instructions on the required
documentations and procedures required within PPB, when undertaking work on a public way.

This procedure is to be followed by all parties on Parliament including, but not limited to; The
House of Commons of Canada, The Senate of Canada, National Capital Commission, The
Library of Parliament and any contractor engaged in work on Parliament Hill.

4.0 LIST OF ATTACHMENTS, ANNEXES AND/OR TABLES

Parliament Hill map of one way and two way streets


Pictograms of typical traffic control set ups
Examples of Traffic Control Operations

5.0 KEY DEFINITIONS


competent worker, in relation to specific work, means a worker who,
(a) is qualified because of knowledge, training and experience to perform the work,
(b) is familiar with the Occupational Health and Safety Act and with the provisions of
the regulations that apply to the work, and
(c) has knowledge of all potential or actual danger to health or safety in the work;
highway means a common and public highway, street, avenue, parkway, driveway,
square, place, bridge, viaduct or trestle, any part of which is intended for or used by the
general public for the passage of vehicles;

Page 1 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

public way means a highway or other street, avenue, parkway, driveway, square, place,
bridge, viaduct, or other open space to which the public has access, as of right or by
expressed or implied invitation;
roadway means the travelled portion of a highway;
vehicle means a vehicle propelled by mechanical power and includes a trailer, a traction
engine and a road-building machine;
Duration of work is a major factor in determining the number and type of signs and
devices to be used in temporary work zones. This is defined in (4) subcategories;
Mobile Operations (MO) is work done while moving continuously with periodic stops
related to the mobile activity. The warning devices, signs and traffic control persons moves
with the activity area. Examples include, but not limited to; line painting, road sweeping, snow
clearing, etc.;
Very Short Duration Work (VSD) occupies a fixed location for up to 30 minutes, including
setup and take down. The work area may be moved along the road and make frequent, short
stops. If a short stop must be made at a specific location, it is VSD work, not MO. Examples
include, but not limited to; Utility work, minor road maintenance, pothole patching, surveying,
deliveries and catch basin cleanout work;
Short Duration Work (SD) refers to stationary activities which require a separate
continuously occupied work space and are more than 30 minutes and less than one-24 hour
period in duration. SD work does not typically include work longer than 24 hours, such as long
duration work;
Long Duration Work (LD) work refers to stationary activities which require a separate work
space for longer than 24 hours;

6.0 REFERENCES AND USEFUL LINKS


Canada Labour Code part 2 Occupational Health and Safety Regulations
http://laws-lois.justice.gc.ca/eng/regulations/SOR-86-304/index.html
Occupational Health and Safety Act and Regulations for Construction Projects 213/91, as
amended;
http://www.e-laws.gov.on.ca/html/regs/english/elaws_regs_910213_e.htm#BK17
Ontario Traffic Control Manual Book 7 Temporary Conditions (for purchase only)
PPB Crane Services Procedure
S:\RPS\CSU12\PPB\PPB Procedures & Best Practices\Jacinthe

Page 2 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

7.0 A. ENQUIRIES (FOR PUBLIC WORKS AND GOVERNMENT SERVICES CANADA ONLY)

Travis Ford, Construction Health and Safety Coordinator, 613-957-1169


Travis.Ford@tpsgc-pwgsc.gc.ca
Tim Beauregard, Construction Health and Safety Coordinator, (613) 957-8343
Tim.Beauregard@tpsgc-pwgsc.gc.ca
7.0 B. ENQUIRIES (FOR NATIONAL CAPITAL COMMISSION ONLY)
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX

8.0 PROCEDURE

8.1 PWGSC Departmental Representative must complete a hazard assessment based on


the scope of work, prior to tender;

8.2 PWGSC Departmental Representative must ensure the contract documents include
any special provisions identified in the hazard assessment based on the scope of
work;

8.3 The contractor shall prepare a hazard assessment and site specific safety plan,
outlining the anticipated and known hazards, complete with the contractors
mitigating measures;

8.4 Where the contractors work involves working on any public way in Parliamentary
Precinct, the specific measures and procedures must be accurately reflected in the
contractors hazard assessment and site specific safety plan. Work must not
commence until this is complete;

8.5 All provincial contractors shall comply with the Occupational Health and Safety Act
in the province of Ontario, particularly Parliamentary Precinct;

8.6 Where PWGSC employees perform work on a public way in Parliamentary Precinct,
they shall comply with the Canada Labour Code Part 2 and the Occupational Health
and Safety Regulations, Treasury Board guidelines, PWGSC Departmental Directives
for Health and Safety, Occupational Health and Safety Act in the province of Ontario
and any municipal laws or statutes applicable to the work;

8.7 Where work must occur on a public way where traffic is present within Parliamentary
Precinct, all PWGSC and contractor employees shall wear high visibility traffic vests/
apparel/clothing;

Page 3 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

8.8 As a minimum, any short duration work and long duration work on a public way in
Parliamentary Precinct where there is 2-way vehicular traffic, at least (2) traffic
control persons shall be present to direct vehicular traffic and the public;

8.9 As a minimum, any short duration work and long duration work on a public way in
Parliamentary Precinct where there is 1-way vehicular traffic, at least (1) traffic
control person shall be present to direct vehicular traffic and the public;

8.10 For mobile operations and very short duration work, 360 degree flashing lights, 4-
way hazard markers, traffic cones and a combination of barriers, delineators and
caution tape must be considered as the minimum. The departmental representatives
hazard assessment, Occupational Health and Safety Act and Ontario Traffic Control
Manual Book 7 Temporary Conditions will dictate the required devices and signs as
per the scope of work;

8.11 Parked or stationary vehicles and equipment for performing work must be
enclosed by fencing. Where this is not reasonably practicable, a combination of traffic
cones, caution tape, barriers, delineators, flashing devices, signs and/or traffic control
persons must be put in place in accordance with the Occupational Health and Safety
Act and Regulations for Construction Projects, the Ontario Traffic Control Manual
Book 7 Temporary Conditions and the hazard assessment;

8.12 The following pictogram examples are basic examples of the requirements for 1-
way traffic and 2-way traffic on a public way. The map of Parliament Hill also shows
where the 1-way traffic and 2-way traffic are normally in place. The pictures of
various traffic control set ups are also provided to show examples of what is expected
and what is considered not acceptable;

Page 4 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Example of a Basic 2-Way Traffic Set Up:

Page 5 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Example of a Basic 1-Way Traffic Set Up

Page 6 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Parliament Hill 1 and 2-Way Traffic Map

Page 7 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 1

Comments:
-Well defined layout
-Good distance from the traffic to the outriggers of the crane and operator to access the truck

Page 8 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 2

Comments:
-Good layout
-Highlighted fence (flashing beacons) around the corner for turning vehicles

Page 9 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 3

Comments:
-Total access is blocked during the hoisting

Page 10 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 4

Comments:
-Short term work
-Adequate visual separation to keep public and buses away from the vehicle
-Work area on the wall (right side) is barricaded

Page 11 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 5

Comments:
-Adequate for short duration work
-Fencing would be the best option, especially if the zone is breached by the public at any time

Page 12 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 6

Comments:
-Adequate short duration work
-Public access signage (arrows pointing to the left) would assist in communicating the intended walking
route options
-Sidewalk is still open on the left side

Page 13 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 7

Comments:
-Well defined layout

Page 14 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 8

Comments:
-Total access is blocked during the hoisting
-Fencing placed at the pedestrian crosswalk to ensure safe passage
-Fence legs highlighted with traffic cones

Page 15 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Good Example # 9

Comments:
-Equipment completely enclosed from the public with barricades

Page 16 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Not So Good Example # 1

Comments:
-Uneven walking surface
-Poorly defined construction area and pedestrian area
-No flag person(s)

Page 17 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Not So Good Example # 2

Comments:
-Unauthorized parking
-Water truck not using traffic cones on the truck and set up at the narrowest part of the road
-No flag person(s)
-Two way traffic on a blind curve
-Plenty of public

Page 18 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Not So Good Example # 3

Comments:
-Short traffic cone layout doesnt create sufficient taper zone
-Flag person on the wrong side of the equipment and no STOP/SLOW sign
-Pedestrians are forced to cross at the equipment rather than at cross walks

Page 19 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Not So Good Example # 4

Comments:
-Good traffic cones and signs
-Poorly placed pedestrian sign as pedestrians are forced to cross at the equipment rather than at cross
walks
-Limited traffic cone distance for the truck operator to access equipment
-Vehicles within the traffic cones are the contractors own forces

Page 20 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

Not So Good Example # 5

Comments:
-The activity would be best performed off hours
-No signs, cones or flashing devices for this Mobile Operation
-Blind spot over the Hill and at a cross walk for construction workers

Page 21 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB
SECTION 01353
SPECIAL PROCEDURES: TRAFFIC CONTROL
ATTACHMENTS

9.0 APPROVAL
(Approved by the senior most person responsible for those to whom this procedure applies)
Title Name Date
YYYY/MM/DD

10.0 SUPERSEDED (IF APPLICABLE)

(Provide relevant information should a procedure de superseded or cancelled)


Superseded by document: NCA-# _____________ (insert new documents EDRM number)
Effective Date: xx / xx / xxxx
Approved by:
Title Name Date
YYYY/MM/DD

Page 22 of 22

NCA-#1575447-v2-Traffic_Protection-Safe_Operating_Guideline-PPB

CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 1 OF 7

Part 1 General

1.1 DESCRIPTION
.1 This section includes procedures for re-use or dispose of excess material as a result of
excavation of the tunnels, shafts and chambers and construction of final structures for the
Project.

1.2 RELATED SECTIONS


.1 Section 01330 - Submittal Procedures
.2 Section 02140 - Groundwater Control
.3 Section 02200 - Site Preparation
.4 Section 02222 - Demolition Removal
.5 Section 02226 - Removal of Existing Asphalt Pavement
.6 Section 02228 - Blasting
.7 Section 02315 - Excavating Trenching and Backfilling
.8 Section 02400 - Shaft Construction
.9 Section 02430 - Tunnel Excavation by TBM
.10 Section 02440 - Pipe Jacking
.11 Section 02442 - Other Excavation Methods
.12 Section 09910 - Paints

1.3 REFERENCES
.1 OPSS 180 General Specification for the Management and Disposal of Excess Material
.2 Environmental Protection Act, R.R.O. Regulation 347, General Waste Management, as
amended;
.3 Environmental Protection Act, R.S.O. 1990, c. E. 19, Ontario Regulation 153/04, Records
of Site Conditions - Part XV.I of the Act, as amended
.4 Management of Excess Soil A Guide for Best Management Practices, prepared by the
MOECC, dated January 2014.
.5 Geotechnical Data Report (GDR)
.6 Geotechnical Baseline Report (GBR)
.7 Phase II Environmental Site Assessment (ESA) Report
.8 City of Ottawa Sanitary and Storm Sewer Use By-Law

1.4 AMENDMENTS TO OPSS 180


.1 Management and disposal of excess materials shall conform to the requirements of OPSS
180, except as may be amended and extended herein.
.2 These requirements do not relieve the Contractor of its obligations imposed by the
Contractors Certificate of Approval for a Waste Management System or any municipal,
provincial or federal legislation.
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 2 OF 7

.3 Measurement for Payment sections and Basis of Payment sections of OPSS references
are deleted in their entirety.

1.5 NOTIFICATION TO THE MINISTRY OF THE ENVIRONMENT


.1 Pursuant to subsection 108.04.07 of OPSS 180 where written notification is required to
be provided to the Ministry of the Environment and Climate Change (MOECC),
notification shall be provided to:
Ministry of the Environment and Climate Change
2430 Don Reid Drive
Ottawa ON K1H 1E1
.2 A copy of the notification shall be provided to the Contract Administrator a minimum of
two weeks prior to the commencement of such work.
1.6 SUBMITTALS
.1 Submit a Groundwater, Soil and Rock Management Plan and Waste Disposal Plan a
minimum of 30 days prior to start any excavation. This plan is separate from the plans
required as part of Section 02140 Groundwater Control. The plan is to be provided to
the NCC and PWGSC where work takes place on their property. The plan shall include as
a minimum the following:
.1 Health and safety requirements;
.2 Estimates of quantities for groundwater and construction water
.3 Estimates of soil and contaminated soil and rock quantities
.4 Identify the testing frequency and parameters for excess soil materials. The
Contractor shall assume a minimum testing frequency of one sample for every
500m3 of materials excavated for tunnel muck and one sample for every 200 m3
of excavated soil;
.5 Identify areas where soil segregation is known to be required (i.e. upper fill to be
removed first);
.6 Contingency plan outlining communication procedures and actions for
unexpected contamination;
.7 Procedure for stockpiling and testing when suspected impacted materials are
identified;
.8 Screening requirements for waste material and oversized debris;
.9 Identify acceptable fill receiving sites;
.10 Identify acceptable waste receiving sites;
.11 Permission for disposal from the Owner of the fill and waste receiving site;
.12 Testing impacted material according to Ontario Regulation 347 so that it can be
sent to a disposal facility;
.13 Procedure for containment and disposal of any hazardous or toxic materials
including materials utilized to carry out the work, including but not limited to
paint and paint thinner materials (including the requirements listed in Section
09910 Paints), fertilizer, and anti-desiccants. Provide the location of the
hazardous material collection site to be used for approval by Contract
Administrator.
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 3 OF 7

.14 Material recycling plan including the location and details of the proposed
recycling facility planned to accept the material. The recycling facility is to be a
licensed Waste Management Facility and be approved by the Contract
Administrator.
.15 Letter of Release from the Owner of the disposal site at the completion of the
project.

1.7 CONDITIONS ON MANAGEMENT BY OPEN BURNING


.1 Pursuant to Subsection 180.07.04 of OPSS 180, management by open burning is not
permitted on or within the Owners property.

1.8 REUSE OF EXCESS MATERIAL


.1 Excavated soil that meets the geotechnical requirements and Standards in O. Regulation
153/04 as amended, can be considered suitable for reuse on site within the Project site
bounds. Material that meets Table 1 Standards can be reused within the Project site
bounds. Material that meets Table 2 Standards can only be reused on-site at locations
which generated the material and similarly, material that meets Table 3 Standards can
only be reused on-site at locations which generated the material. Permission for material
reuse must be provided by the Contract Administrator in advance.
.2 Sampling and testing of soil or crushed rock of a size considered to be a soil shall be
executed to determine if material meets the quality standards provided in Table 1 to 3 of
the Ontario Standards. Sampling and testing of water extracted from rock shall be as per
Section 02140 Groundwater Control. Testing of the material must be completed by a
laboratory with internationally recognized accreditations and the analytical procedures be
in accordance with O. Regulation 153/04.
.3 The Contractor shall retain a Qualified Person (QP) (in accordance with O. Regulation
153/04) and geotechnical/environmental consultant to complete material testing,
sampling and provide direction to the Contractor on soil and groundwater management
for the duration of the Contract.
.4 The Contractors QP shall complete visual inspection of material to be reused within the
Project site to confirm that the material is free of contaminant staining, free product,
olfactory evidence of environmental contamination, contaminant sheen, or deleterious
materials of anthropogenic origin (i.e. debris) on a daily basis.
.5 The reuse of rock material on-site shall be in such a manner as to prevent or eliminate the
potential for material to become a contaminant in the environment, cause or have the
potential to cause an adverse effect (as defined by Ontario Environmental Protection
Act).
.6 All material that cannot be reused within the Project site bounds shall be dispose off-site.

1.9 DISPOSAL OF MATERIAL OFF-SITE GENERAL


.1 All materials designated to be removed from the site must be promptly removed.
Stockpiling of materials at any time on site shall be avoided except as allowed due to
haulage restrictions. Temporary stockpiles to manage in accordance with MOECC excess
soil handling best practices to eliminate or mitigate potential for release of muck to the
environment such that it causes or may cause an adverse effect as defined by the Ontario
Environmental Protection Act.
.2 Contractor is encouraged to recycle materials where possible, instead of disposing of
materials off-site at an approved disposal site. Advise the Contract Administrator of the
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 4 OF 7

recycling centres to be used. Follow all applicable local and provincial waste reduction
guidelines.
.3 Remove unwanted material, as classified by the City or Contract Administrator, from the
site and dispose of same at acceptable sites outside of the worksite.
.4 Prior to the disposal of material offsite, submit to the Contract Administrator or
designated representative for record purposes, a copy of the agreement(s) with the
Owner(s) outside of the worksite, with such agreements to include: a release and
indemnification of the City; who is responsible for the levelling and drainage grading of
the site; and the quantity and quality of the material that may be disposed of at the site(s).
.5 Off-site disposal of muck to a registered landfill must be in accordance with Reg. 347, as
amended. A copy of Waste Management System or Waste Disposal Site Environmental
Compliance Approvals (ECAs) shall be supplied to the Contract Administrator prior to
transporting excavated material.
.6 Offsite disposal of excess soil to sites other than a registered landfill sites must
be classified in accordance with O. Reg. 153/04. Disposal of soil at sites other than
registered landfill sites must be in accordance with the MOECCs Guide on Management
of Excess Soil (MOECC, 2014). The Contractor shall confirm that the receiving site is
operating under the MOECCs Guide and has in place a Fill Management Plan.
.7 Refer to Item 1.10 for the requirements of management of contaminated materials.

1.10 DISPOSAL OF CONTAMINATED MATERIAL


.1 Areas with anticipated contaminated soil and/or groundwater are identified in the GBR
and ESA Report.
.1 At sites identified in the GBR and ESA as having potential for contamination,
excavated material is to be tested and characterized to confirm whether it meets
or exceeds MOECC Tables 1, 2 and 3 Standards. Material exceeding MOECC
Table 3 standards on NCC and PWGSC property are to be hauled off site and
disposed of at an MOECC-approved landfill suitable for disposal of this material.
.2 Material shall be tested at a minimum for BTEX, PHCs, VOCs, PAHs, and
metals, and TCLP shall be performed as required by landfill.
.3 The Contractor shall estimate quantities of contaminated groundwater requiring
sampling, handling, treatment, and disposal based on the information in the
aforementioned reports and on their proposed methods of construction for the
works following the requirements of the Contract Documents.
.1 If contaminated water can be treated on site, perform treatment prior to
discharge according to Section 02140 Groundwater Control.
.2 If the level of contamination precludes the management or treatment of
contaminated water on site and exceeds the City of Ottawa sewer use
bylaws, based on Contractor sampling, the Contractor shall dispose of
groundwater directly from site using a MOECC licensed hauler.
.3 Water can also be removed from the site should rainfall events prevent
the ability to pump groundwater into the existing combined sewer system
or an alternate receiver if it does not exceed City of Ottawa sewer use
bylaws. It is anticipated that the sewer use agreement, to be obtained by
the Contractor from the City of Ottawa, will contain restrictions which
will preclude or limit the pumping of groundwater to existing sewers
during wet weather or during any other event which could result in
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 5 OF 7

surcharge conditions within sewers. No compensation will be provided


for water hauled from site by the Contractor without authorization of the
Contract Administrator. Where the Contractor elects to haul water off
site in lieu of managing water on site, no compensation will be provided.
.4 The Contractor shall refer to the Environmental Site Assessment Report
to sample at specified locations for the specified parameters, and notify
the Contract Administrator if results exceed City of Ottawa sewer use
bylaws.
.2 If contaminated materials or contaminated groundwater are encountered within the
Project limits, the Contractor shall remove and dispose of this material under the
supervision and guidelines of the MOECC. Handling and hauling of the material by the
Contractor shall be in accordance with Regulation 347, as amended. Treatment and
discharge of contaminated groundwater shall be in accordance with applicable
regulations and shall conform to City By-Law No. 2003.514.
.3 The Contractor shall not be entitled to claim for delay to the Contract Work due to
meeting the requirements of this specification.
.4 In accordance with regulations under the Occupational Health and Safety Act, R.S.O.
1990, c.0.1, as amended, the City advises that:
.1 The designated substances silica, lead and arsenic are generally present
throughout the Working Area occurring naturally or as a result of vehicle
emissions;
.2 The designated substance asbestos may be present in cement products, asphalt
and conduits for utilities;
.3 The following hazardous materials are ordinarily present in construction
activities: limestone, gypsum, marble, mica and Portland cement; and
.4 Exposure to these substances may occur as a result of activities by the Contractor
such as sweeping, grinding, crushing, drilling, blasting, cutting and abrasive
blasting.
.1 The City will identify in the Contract Documents any designated
substances or hazardous materials other than those identified above and
their location in the Working Area.
.2 If the City or Contractor discovers or is advised of the presence of
designated substances or hazardous materials which are in addition to
those listed in paragraph GC 4.03.02, or not clearly identified in the
Contract Documents according to paragraph GC 4.03.03, then verbal
notice will be provided to the other party immediately with written
confirmation within 2 Days. The Contractor will stop work in the area
immediately and will determine the necessary steps required to complete
the work in accordance with applicable legislation and regulation.
.3 The City will be responsible for any reasonable additional costs of
removing, managing and disposing of any material not identified in the
Contract Documents, or where conditions exist that could not have been
reasonably foreseen at the time of tendering. All work under this
paragraph shall be deemed to be Extra Work.
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 6 OF 7

1.11 Measurement and Payment


.1 All costs related to sampling, testing, handling, stockpiling, sorting, screening, onsite re-
use, hauling, offsite disposal, and/or treatment/storage of contaminated soil are deemed to
be included in the total contract price of the contract or associated bid item based on the
information in the aforementioned reports and on the Contractors proposed methods of
construction for the works following the requirements of the Contract Documents.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 APPLICATION
.1 Materials that are surplus and required to be removed from site for disposal or reuse must
be tested in accordance with O. Regulation 153/04, O. Regulation 347 as amended
(including guidance) or receiving site requirements under the MOECC Soil BMP to
determine management options. Generally, material less than 2mm in size or passing the
U.S. #10 sieve is classified as soil and is governed by the aforementioned regulations and
guideline. Rock is material 2mm or more in size not passing the U.S. #10 sieve.
Collection and sampling of soil shall follow the procedures referenced in O. Regulation
153/04. Contaminants of concern selection should consider full suites of analysis for
assessment against O. Regulation 153/04 and any additional analytical parameters as may
be necessary based on the Contractors QP assessment of the area. If material is to be
reused at an RSC Property (as defined in O. Regulation 153/04) then sampling frequency
shall be as defined in O. Regulation 153/04. If material is to be reused at a site governed
by Certificate of Property Use then procedures shall be as defined in the Certificate of
Property Use.
.2 All materials which are removed from the Project site as soil shall be managed in
accordance with the Management of Excess Soil - A Guide for Best Management
Practices, prepared by the MOECC, dated January 2014. The soil shall be characterized
by the Contractors QP, or a person under the supervision of the Contractors QP, to
determine the volume and chemical composition that is to be managed off-site. The soil
shall be transferred to the receiving site in accordance with the receiving site
requirements which may include documentation with appropriate and representative
analysis signed by the Contractor QP. Excess soil shall not be commingled with waste at
the source and shall be segregated and directly transported to the receiving site.
.3 All materials which are removed from the Project site as rock shall be managed in
accordance with O. Regulation 347. The reuse of rock material on-site shall be in such a
manner as to prevent or eliminate the potential for material to become a contaminant in
the environment, cause or have the potential to cause an adverse effect (as defined by
Ontario Environmental Protection Act)
.4 Off-site disposal of excess material to a registered landfill must be in accordance with O.
Reg. 347/90. A copy of Waste Management System or Waste Disposal Site
Environmental Compliance Approvals (ECAs) shall be supplied to the Contract
Administrator and PWGSC for material removed from PWGSC land prior to
transporting excavated material.
.5 Offsite disposal of excess soil to sites other than a registered landfill sites must
be classified in accordance with O. Reg. 153/04. Disposal of soil at sites other than
CITY OF OTTAWA SECTION 01355
COMBINED SEWAGE STORAGE TUNNEL DISPOSAL OF EXCESS MATERIAL
CONTRACT NO. ISD14-2036 PAGE 7 OF 7

registered landfill sites must be in accordance with the MOECCs Guide on Management
of Excess Soil (MOECC, 2014). The Contractor will confirm that the receiving site is
operating under the MOECCs Guide and has in place a Fill Management Plan.
.6 The Contractor shall notify Contract Administrator a minimum of 24 hours prior to
conducting any excavation work in areas of known contamination, or as per the PWGSC
communique process as per Section 01117 Construction Sequences and Constraints for
work on Site 6.
.7 The Contractor shall notify the Citys representatives and the MOECC immediately on
the discovery of any contaminated material encountered within the Project limits.
.8 Rubbish and waste material is not to be buried on site and must be disposed of at an
MOECC certified landfill as above.
.9 Management of Excess Materials: Refer to Section 1.10 above
.10 Carry out additional chemical analysis of site materials and determine applicable
MOECC Regulations and Guidelines as may be required to determine the environmental
quality of materials encountered and to determine suitable means for transportation and
ultimate disposal. Notify the Contract Administrator of concerns and provide copy of test
results. Load shall be regarded as unclassified until tested.
.11 If required, the Contractor will coordinate with the Contract Administrator to obtain the
MOECC generator registration number through Hazardous Waste Information Network
and waste class number, and will coordinate with the Contract Administrator the required
documentation. If requested by the Contract Administrator, the Contractor will de-
activate the generator registration number at the completion.
.12 Weigh bills, bills of lading, waste manifests, receiving site confirmation of receipt or
other material receipts, analytical results and other applicable documentation must be
provided to the Contract Administrator confirming that excess material site and
quantities are in accordance with requirements of the receiving site. For each site used,
submit an OPSF 180-2 at least two weeks prior to the usage of any disposal site. Submit
OPSF 180-3 immediately upon the completion of the Work or if that site is no longer
being used.

3.2 CLEANING
.1 Remove tools and waste materials on completion of Work, and leave work area in clean
and orderly condition.
.2 Clean-up work area as work progresses.
.3 Source separate materials to be reused/recycled into specified sort areas.
.4 Take all materials that can be recycled to recycling facilities approved by Contract
Administrator and MOECC to accept these materials.

END OF SECTION

CITY OF OTTAWA SECTION 01420
COMBINED SEWAGE STORAGE TUNNEL REFERENCES
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 ASSOCIATIONS

.1 AA - Aluminum Association, 900 19th Street N.W., Washington, D.C., U.S.A. 20006
URL http://www.aluminum.org

.2 AASHTO - American Association of State Highway and Transportation Officials, 444 N


Capitol Street N.W., Suite 249, Washington, D.C., U.S.A. 20001 URL
http://www.aashto.org

.3 AMCA - Air Movement and Control Association Inc., 30 West University Drive,
Arlington Heights, Illinois, U.S.A. 60004-1893 URL http://www.amca.org

.4 ANSI - American National Standards Institute, 25 West 43rd Street, 4th Floor, New
York, New York, U.S.A. 10036 URL http://www.ansi.org

.5 API - American Petroleum Institute, 1220 L St. Northwest, Washington, D.C., U.S.A.
20005-4070 URL http://www.api.org

.6 ARI - Air Conditioning and Refrigeration Institute, 4100 N Fairfax Drive, Suite 200,
Arlington, Virginia, U.S.A. 22203 URL http://www.ari.org

.7 ASHRAE - American Society of Heating, Refrigeration and Air-Conditioning Engineers,


1791 Tullie Circle NE, Atlanta, Georgia, U.S.A. 30329 URL http://www.ashrae.org

.8 ASME - American Society of Mechanical Engineers, ASME Headquarters, 3 Park


Avenue, New York, New York, U.S.A. 10016-5990 URL http://www.asme.org

.9 ISAP - International Society for Asphalt Paving, 400 Selby Avenue, Suite 1, St. Paul,
MN 55102 U.S.A. URL http://www.asphalt.org

.10 ASTM - American Society for Testing and Materials, 100 Barr Harbor Drive West,
Conshohocken, Pennsylvania 19428-2959 URL http://www.astm.org

.11 AWPA - American Wire Producer's Association, 801 N Fairfax Street, Suite 211,
Alexandria, VA U.S.A. 22314-1757 URL http://www.awpa.org

.12 AWS - American Welding Society, 550 N.W. LeJeune Road, Miami, Florida U.S.A.
33126 URL http://www.amweld.org

.13 AWWA - American Water Works Association, 6666 W. Quincy Avenue, Denver,
Colorado, U.S.A. 80235 URL http://www.awwa.org

.14 CCA - Canadian Construction Association, 75 Albert St., Suite 400 Ottawa, Ontario,
K1P 5E7 URL http://www.cca-acc.com

.15 CCDC Canadian Construction Documents Committee, Refer to ACEC, CCA, CSC or
RAIC
CITY OF OTTAWA SECTION 01420
COMBINED SEWAGE STORAGE TUNNEL REFERENCES
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

.16 CISC - Canadian Institute of Steel Construction, 201 Consumers Road, Suite 300,
Willowdale, Ontario M2J 4G8 URL http://www.cisc-icca.ca

.17 CNLA - Canadian Nursery Landscape Association, RR #4, Stn. Main, 7856 Fifth Street,
Milton, Ontario. L9T 2X8 URL http://www.canadanursery.com

.18 CSA - Canadian Standards Association International, 178 Rexdale Blvd., Toronto,
Ontario M9W 1R3 URL http://www.csa-international.org

.19 CSC - Construction Specifications Canada, 120 Carlton Street, Suite 312, Toronto,
Ontario M5A 4K2 URL http://www.csc-dcc.ca

.20 CSSBI - Canadian Sheet Steel Building Institute, 652 Bishop St. N., Unit 2A,
Cambridge, Ontario N3H 4V6 URL http://www.cssbi.ca

.21 CWC - Canadian Wood Council, 1400 Blair Place, Suite 210, Ottawa, Ontario K1J 9B8
URL http://www.cwc.ca

.22 EC - Environment Canada, Conservation and Protection, Inquiry Centre, 351 St. Joseph
Blvd, Hull, Qubec KIA 0H3 URL http://www.ec.gc.ca

.23 EFC - Electro Federation of Canada, 5800 Explorer Drive, Suite 200, Mississauga,
Ontario L4W 5K9 URL http://www.electrofed.com

.24 EIMA EIFS Industry Manufacturer's Association, 3000 Corporate Center Drive, Suite
270, Morrow, Georgia U.S.A. 30260 URL http://www.eima.com

.25 ESA Electrical Safety Authority, 155 Matheson Blvd West, Mississauga, ON L5R 3L5
http://www.esasafe.com/

.26 FCC - Fire Commissioner of Canada, Place du Portage, Phase II, 165 rue Hotel de Ville,
Hull, Quebec K1A 0J2 http://info.load-otea.hrdc-drhc.gc.ca/fire-
prevention/standards/commissioner.shtml

.27 IHSA Infrastructure Health & Safety Association, 5110 Creekbank Road, Suite 400,
Mississauga, Ontario L4W 0A1 Canada http://www.ihsa.ca/

.28 MPI - The Master Painters Institute, 4090 Graveley Street, Burnaby, BC V5C 3T6 URL
http://www.paintinfo.com

.29 MSS - Manufacturers Standardization Society of the Valve and Fittings Industry, 127
Park Street, N.E., Vienna, Virginia U.S.A. 22180-4602 URL http://www.mss-hq.com

.30 NAAMM - National Association of Architectural Metal Manufacturers, 8 South


Michigan Avenue, Suite 1000, Chicago, Illinois U.S.A. 60603 URL
http://www.naamm.org

.31 NABA - National Air Barrier Association, PO Box 2747, Winnipeg, Manitoba R3C 4E7
URL http://www.naba.ca

.32 NEMA - National Electrical Manufacturers Association, 1300 N. 17th Street, Suite 1847,
Rosslyn, Virginia 22209 URL http://www.nema.org
CITY OF OTTAWA SECTION 01420
COMBINED SEWAGE STORAGE TUNNEL REFERENCES
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.33 NFPA - National Fire Protection Association, 1 Batterymarch Park, P.O. Box
9101Quincy, Massachusetts, U.S.A. 02269-9101 URL http://www.nfpa.org

.34 NFSA - National Fire Sprinkler Association, P.O. Box 1000, Patterson, New York,
U.S.A. 12563 URL http://www.nfsa.org

.35 NHLA - National Hardwood Lumber Association, 6830 Raleigh-La Grange


Road,Memphis, TN, U.S.A 38184-0518 URL http://www.natlhardwood.org

.36 NLGA - National Lumber Grades Authority, 406-First Capital Place, 960 Quayside
Drive, New Westminster, B.C. V3M 6G2

.37 NRC - National Research Council, Building M-58, 1200 Montreal Road, Ottawa, Ontario
K1A 0R6 URL http://www.nrc.gc.ca

.38 NSPE National Society of Professional Engineers, 1420 King Street, Alexandria, VA
U.S.A. 22314-2794 URL http://www.nspe.org

.39 PCI - Prestressed Concrete Institute, 209 W. Jackson Blvd., Suite 500, Chicago, Illinois,
U.S.A. 60606-6938 URL http://www.pci.org

.40 QPL - Qualification Program List, c/o Canadian General Standards Board, Place du
Portage, Phase III, 6B1, 11 Laurier Street, Hull, Quebec K1A 1G6 URL
http://www.pwgsc.gc.ca/cgsb

.41 SCC - Standards Council of Canada, 270 Albert Street, Suite 2000, Ottawa, Ontario K1P
6N7 URL http://www.scc.ca

.42 SSPC - The Society for Protective Coatings, 40 24th Street, 6th Floor, Pittsburgh,
Pennsylvania 15222-4656 URL http://www.sspc.org

.43 Technical Standards and Safety Authority (TSSA).

.44 UL - Underwriters' Laboratories, 333 Pfingsten Road, Northbrook, Illinois, U.S.A.


60062-2096 URL http://www.ul.com

.45 ULC - Underwriters' Laboratories of Canada, 7 Crouse Road, Toronto, Ontario M1R
3A9 URL http://www.ulc.ca

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 DESCRIPTION
.1 This section includes:
.1 Inspection and testing, administrative and enforcement requirements.
.2 Tests and mix designs.
.3 Equipment and system adjust and balance.
.4 Concrete and soil compaction tests.

1.2 RELATED SECTIONS


.1 Section 01330 - Submittal Procedures

.2 Section 01780 - Closeout Submittals

1.3 DEFINITIONS
.1 Standard Proctor Density:
.1 As defined in ASTM D698.

1.4 REFERENCES
.1 Ontario Provincial Standard OPSS 501 and 503.

.2 City of Ottawa
.1 Special Provision S.P.No.: D-018 Requirements for Concrete, Hot Mix Asphalt
and Granular Materials.
.2 Special Provision S.P. No.: D-023-B Quality Verification Engineering
Services.
.3 Special Provision S.P.No.: D-029 Contractor Quality Control Compaction.

1.5 CONTRACTORS RESPONSIBILITY


.1 The Contractor is to implement their own field quality control system that will include,
but is not limited to, the following tests:
.1 Compaction of backfill and granular base courses
.2 Concrete testing, aggregate testing and cement testing for both cast-in-place
concrete, and precast concrete items.
.3 Concrete mix design.
.4 Asphalt mix design.
.5 Welding of structural steel and pipe joints.
.6 Torque of high-strength bolts.
.7 Load tests of structural items.
.8 Subgrade examination for load bearing capability if required.
CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

.9 Waterproofing membrane.
.10 Torque on structural supports connectors.
.11 Vibration monitoring.
.12 Instrumentation calibration and testing.
.13 Performance testing of equipment.

.2 Testing Requirements
.1 Compaction testing:
.1 Testing shall be performed each day by the contractor for all types of
compaction work (piping, foundation, wall and concrete structures
backfill etc.) to demonstrate that the requirements of the specifications
are met to the satisfaction of the Contract Administrator. Testing is
required for compaction at each structure, trench, etc..
.2 Testing of material to be performed by Contractor as per the
requirements of City of Ottawa Special Provision S.P. No.: D-029.

.2 Concrete testing:
.1 At least one set of concrete cylinder tests shall be conducted for each
pour with a volume of no more than 50m3. Additional sets of tests shall
be conducted at the rate of 1 set per 50 m3 if the concrete pour exceeds
50m3.

.3 Concrete Mix Design and Testing


.1 Concrete mix design shall be submitted as per Citys special provision
D-018.

.4 Asphalt Mix Design and Testing


.1 Asphalt mix design shall be submitted as per Citys special provision D-
018.

.5 Welding and Other Testing


.1 Contractor shall establish and implement his own quality control system
throughout the work.
.2 The contractor shall submit welder and welding inspectors
qualifications and welding procedures for review prior to the start of the
work. The welding procedures shall be prepared and signed by a CWB
certified welding inspector.
.6 Testing report shall be submitted to the Contract Administrator.

.3 The Contractor shall provide labour and equipment to deliver the samples to the Citys
lab or other approved labs.

.4 The Contractor shall retain a Quality Control Verification Engineer (QVE) licenced in
the Province of Ontario to approve works and submit Certificates of Conformance
CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

indicating that construction of the Work is in General Conformance with stamped


Working Drawings.

1.6 INSPECTION
.1 Refer to CCDC 4, GC 2.3.

.2 Allow Engineer access to Work. If part of Work is in preparation at locations other than
Place of Work, allow access to such Work whenever it is in progress.

.3 Give timely notice requesting inspection if Work is designated for special tests,
inspections or approvals by Engineer instructions, or law of Place of Work.

.4 If Contractor covers or permits to be covered Work that has been designated for special
tests, inspections or approvals before such is made, uncover such Work, have inspections
or tests satisfactorily completed and make good such Work.

.5 The Engineer may order any part of Work to be examined if Work is suspected to be not
in accordance with Contract Documents. If, upon examination such work is found not in
accordance with Contract Documents, correct such Work and pay cost of examination
and correction.

.6 The Contractor shall engage welding inspector (s) certified by Canadian Welding Bureau
(CWB) to conduct welding inspection whenever field welding is performed. The
inspector must be certified for the appropriate pressure and position of object to be
welded. All brazing and welding on refrigeration piping requires the Contractor to use a
welder that is certified by TSSA. Welder certificate of qualification, not older than 6
months, to be on file at work site.The welding inspection reports shall be prepared and
submitted to the Owner by the certified welding inspector (s) to verify that the field
welding complies with the specification, welding procedures and relevant codes and
regulations.

.7 The contractor shall submit the schedule of material testing in two (2) weeks after the
award of the Contract.

1.7 INDEPENDENT INSPECTION AGENCIES


.1 Unless indicated otherwise, independent Inspection/Testing Agencies may be engaged by
the City for the purpose of inspecting and/or testing portions of Work. Cost for the first
inspection/testing by independent agencies will be borne by the City.

.2 Employment of inspection/testing agencies does not relax responsibility to perform Work


in accordance with Contract Documents.

.3 If defects are revealed during inspection and/or testing, appointed independent agency
will request additional inspection and/or testing to ascertain full degree of defect. Correct
defect and irregularities as advised by Engineer at no cost to the City. Pay costs for all
retesting and re-inspection.
CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

1.8 CONTRACTOR INSPECTION AND QUALITY CONTROL AND QUALITY


ASSURANCE
.1 Testing of material and compaction testing to be performed by Contractor as per the
requirements of City of Ottawa Special Provision S.P. No.: D-029. The basis of payment
section in D-029 shall be deleted in its entirety.

.2 Mix designs, truck tests and preparation of representative granular material, concrete and
asphalt samples shall be conducted by the Contractor at worksite or at source of
materials in accordance with City of Ottawa Special Provision S.P.No.: D-18.

.3 Employment of inspection/testing agencies by the Contractor does not relax


responsibility to perform Work in accordance with Contract Documents.

.4 If defects are revealed during inspection and/or testing, Engineer may request additional
inspection and/or testing to ascertain full degree of defect. Correct defect and
irregularities as advised by Engineer at no cost to the City. Pay costs for retesting and
reinspection.

.5 Retain Quality Verification Engineer to inspect and certify approval of Works.

.6 Any work required to repair or remove and replace damaged QC lots shall be at no extra
cost to the Owner.

.7 Replacement of unsuitable equipment to obtain an appropriate target density shall be at


no extra cost to the Owner.

.8 Any work required to recompact or retest materials as a result of QA compaction testing


or QC records inspection shall be at no extra cost to the Owner.

1.9 ACCESS TO WORK


.1 Allow Engineer, City staff and inspection/testing agencies access to Work, off site
manufacturing and fabrication plants.

.2 Co-operate to provide reasonable facilities for such access.

1.10 PROCEDURES
.1 Notify Engineer 48 hours in advance of requirement for tests, in order that attendance
arrangements can be made.

.2 Submit samples and/or materials required for testing, as per City of Ottawa Special
Provision S.P. No. D-018 and D-029. Submit with reasonable promptness and in an
orderly sequence so as not to cause delay in Work.

.3 Provide labour and facilities to obtain and handle samples and materials on site. Provide
sufficient space to store and cure test samples.

1.11 REJECTED WORK


.1 Refer to CCDC 4, GC 2.4.
CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

.2 Remove defective Work, whether result of poor workmanship, use of defective products
or damage and whether incorporated in Work or not, which has been rejected by
Engineer as failing to conform to Contract Documents. Replace or re-execute in
accordance with Contract Documents.

.3 Make good other Contractor's work damaged by such removals or replacements


promptly.

.4 If in the opinion of the Engineer it is not expedient to correct defective Work or Work
not performed in accordance with Contract Documents, City may deduct from Contract
Price difference in value between Work performed and that called for by Contract
Documents, amount of which shall be determined by Engineer.

1.12 REPORTS
.1 Submit inspection and test reports to Engineer.

.2 Provide copies to Subcontractor of work being tested.

.3 Submit QVE reports and certificates to Engineer.

1.13 TESTS AND MIX DESIGNS


.1 Furnish test results and mix designs as per City Special Provision D-018 and D-029.

.2 Compaction testing to be performed by Contractor as per the requirements of City of


Ottawa Special Provision S.P. No.: D-029.

1.14 EQUIPMENT AND SYSTEMS


.1 Submit adjustment and balancing reports for mechanical, electrical and building
equipment systems.

1.15 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate lump sum items included in Section 01025, Measurement and
Payment for all work required to perform quality control as specified herein and no
separate payment shall be made.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 MATERIAL TESTING


.1 Mix designs, truck tests and preparation of representative granular material, concrete and
asphalt samples shall be conducted by the Contractor at worksite or at source of
CITY OF OTTAWA SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

materials in accordance with OPSS 501 and City of Ottawa Special Provision S.P. No.:
D-018.

.2 The Contractor shall provide labour and equipment to deliver the samples to the Citys
lab or other approved labs.

3.2 COMPACTION TESTING


.1 Testing to be performed throughout progress of work to determine adequacy of
compaction.

SUPPLEMENTAL INFORMATION

CITY OF OTTAWA SP D-023-B: QUALITY VERIFICATION ENGINEERING SERVICES

END OF SECTION
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

SPECIAL PROVISION - GENERAL

No. D-023-B

QUALITY VERIFICATION ENGINEERING SERVICES

All reference in the Contract Documents to Quality Verification Engineering


Services and Certificates of Conformance shall be deleted and replace with this
Special Provision - General .

Definitions

Certificate of Conformance: means a document issued by the Quality


Verification Engineer confirming that the specified components of the Work are in
General Conformance with the requirements of the Contract Documents.

General Conformance: means that, in the opinion of a professional engineer,


the standard of construction work fulfills the essential requirements of the
Contract Documents, and has been done in accordance with normally accepted
industry standards, and will perform its intended function.

Interim Inspection: means an inspection confirming that the specified


components of the Work are in General Conformance with the Contract
Documents and a written permission issued by the Quality Verification Engineer
to the Contractor to proceed to the next stage of the Work.

Quality Verification Engineer: means an Engineer qualified to provide the


quality verification engineer services specified in the Contract Documents.

Stamped: means drawings or details that have been reviewed and stamped "In
General Conformance with Contract Documents". The stamp shall include the
date and signature of the Quality Verification Engineer.

General

The Contractor shall retain one or more professional engineers to provide the
services of a Quality Verification Engineer (QVE). The Contractor shall obtain the
written consent of the Owner before retaining a professional engineer who
provided professional services to the Owner for the project.

The Contractor shall advise the Contract Administrator of the name of the QVE
before the QVE provides services to the Contractor.

The QVE shall issue Certificates of Conformance, as specified in the Contract


Documents, by completing Form OTT-D23-01 Certificate of Conformance. The
QVE shall also issue written permission to proceed to the next stage of the Work
following an Interim Inspection, as specified in the Contract Documents. A
Certificate of Conformance shall be issued by one QVE who shall be responsible
for all Interim Inspections of Work covered by the Certificate of Conformance.
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

The Certificate of Conformance shall include the time, date and components
inspected in all Interim Inspections.

Where a QVE is unavailable to complete all the Interim Inspections that are
specified, the QVE shall issue a Certificate of Conformance covering the Interim
Inspections completed to date. The second QVE shall issue a Certificate of
Conformance covering the subsequent Interim Inspections for which the second
QVE is responsible. In this event, the Contractor shall ensure that the Certificates
cover all required inspections and shall submit them at the same time.

The QVE shall not delegate any activity that the Contract Documents require the
QVE to witness. For all other activities, the QVE may delegate the function to
another person where it is consistent with prudent engineering practice to do so,
and the function is performed under the supervision of the QVE.

The process prescribed in this Special Provision for correcting components of the
Work not in General Conformance with the Contract Documents shall apply
unless other remedies are prescribed elsewhere in the contract documents.

Construction

The Contractor shall submit Certificates of Conformance, with reference to the


applicable Working Drawings and other Contract Documents, to the Contract
Administrator at the milestones identified in the Contract Documents and prior to
commencing subsequent stages of the work. The Certificate of Conformance
shall be submitted within 48 hours of completing the Work described in the
Certificate of Conformance unless a different period is specified elsewhere in the
Contract Documents. Where Interim Inspections are specified, the Contractor
shall not proceed until written permission is received from the QVE. A copy of the
written permission shall be made available to the Contract Administrator upon
request.

The QVE shall seal, sign and date Certificates of Conformance indicating that
construction of the Work is in General Conformance with the stamped Working
Drawings and the requirements of the Contract Documents. No conditions or
limitations shall form part of the Certificate of Conformance or the written
permission to proceed following an Interim Inspection. Any amendments to the
Contract Documents accepted by the Owner, and related to the Certificate of
Conformance, shall be appended.

Non-Conforming Work by the Contractor

If the QVE is prevented from issuing a written permission following an Interim


Inspection, or a Certificate of Conformance, because of lack of clarity of the
Contract Documents, the QVE shall seek clarification of the requirements from
the Contract Administrator.

If components of the Work have aspects that are not in General Conformance
with the Contract Documents, the Contractor may propose an amendment to the
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

Contract Documents. The Contractor shall, under the seal and signature of the
QVE, provide the Contract Administrator with an itemized, detailed description of
all aspects within the scope of the Certificate of Conformance that are not in
General Conformance with the Contract Documents. The Contractor shall also,
under the seal and signature of a professional engineer (who may or may not
also be the QVE), provide to the Contract Administrator recommendations for an
amendment to the Contract Documents that will deliver the functionality of the
original Contract Documents.
The proposal for an amendment to the Contract Documents differs from a
change proposal. A proposal for an amendment to the Contract Documents
occurs after the work has been carried out, and the Work does not conform to the
Contract Documents.

The Contract Administrator will:

i) reject the proposed amendment, and require the Contractor to take whatever
remedial measures necessary to achieve a Certificate of Conformance based on
the original Contract Documents.

or

ii) Accept the proposed amendment, but negotiate a credit from the Contractor
where the Owner deems that the amendment does not deliver the same quality
or performance as the Work specified in the Contract Documents, and require
the Contractor to submit a Certificate of Conformance for the work with the
accepted amendment attached.

or

iii) Accept the proposed amendment and require the Contractor to submit a
Certificate of Conformance for the work with the accepted amendment attached.

Contract Specific Requirements

In addition to the requirements outlines in individual specification sections


for QVE and other Quality Control requirements, the following shall be
provided as a minimum:

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of 8 years experience (or alternatively with demonstrated expertise
through providing satisfactory quality verification services for a minimum of 10
projects in which the work was of similar scope to that in the Contract) in the
design and installation of the below items. Separate QVEs may be used for
several or each of these items as long as each QVE meets the minimum above
level of experience, follows all requirements, and each QVE produces separate
certificates of conformance.
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

Excavation protection and shoring systems


Bypass pumping and flow management (where required)
Concrete reinforcement and concrete placement
Tunneling

The Quality Verification Engineer shall be retained by the Contractor to


determine if the work is in general conformance with the Contract Documents
and to issue Certificate(s) of Conformance.

Certificate of Conformance
A completed Certificate of Conformance shall be submitted to the Contract
Administrator upon completion of the work. The Qualification Verification
Engineer shall affix his or her seal and signature to the completed Certificate of
Conformance confirming that the following are in general conformance with the
requirements of the Contract Documents:

a) Work
b) Material and installations
c) Inspection, testing, and test results

Certificates of Conformance for Protection Systems

Excavation Depths Less Than or Equal to Three (3) metres


For protection systems to facilitate excavation depths less than or equal to three
(3) metres and provided that surcharge loading due to vehicular traffic,
construction equipment and materials or other is beyond a horizontal distance
defined by a 1H:2V line projected from the dredge line at the face of the
protection system to the roadway surface, the Contractor shall submit, to the
Contract Administrator, a Certificate of Conformance sealed and signed by the
Quality Verification Engineer following the installation of Protection System to the
Dredge Line.
Should traffic be within a horizontal distance defined by a 1H:2V line projected
from the dredge line at the face of the protection system to the roadway surface,
the certificate of conformance requirements as specified in clause
539.04.01.04.02 shall apply. Upon completion of the operation of the protection
system and removal of the protection system, the Contractor shall submit to the
Contract Administrator a final Certificate of Conformance sealed and signed by
the Quality Verification Engineer. The Certificate of Conformance shall state that
the protection system was monitored and subsequently removed, and it
performed in general conformance with the stamped working drawings and
contract documents.

Excavation Depths Exceeding Three (3) metres


For protection systems to facilitate excavation depths that exceed three (3)
metres, the Contractor shall submit to the Contract Administrator a Certificate of
Conformance sealed and signed by the Quality Verification Engineer upon
completion of each of the following operations, prior to commencement of each
subsequent operation:
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

a) Layout and Extent of Protection System


b) Piling
c) Installation of Protection System including excavation to Dredge Line
d) Removal of Protection System
e) Management of Excess Material (in accordance with OPSS 180 and as
specified in the Contract).
f) Dewatering operations (in accordance with OPSS 517 and 902 and as
specified in the Contract).

The Certificates of Conformance shall state that the materials and work have
been supplied and installed in general conformance with the working drawings.
Upon completion of the operation of the protection system and removal of the
system, the Contractor shall submit to the Contract Administrator a final
Certificate of Conformance sealed and signed by the Quality Verification
Engineer. The Certificate shall state that the protection system was monitored
and removed,

OPSS 905, Construction Specification for Steel Reinforcement for Concrete


OPSS 1440, Material Specification for Steel Reinforcement for Concrete

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of 10 years experience in the design of Steel Reinforcement, or
alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of 15 projects in which the work was of similar
scope to that in the Contract. The Quality Verification Engineer shall be retained
by the Contractor to determine if the work is in general conformance with the
Contract Documents and to issue Certificate(s) of Conformance.

Certificate of Conformance for Placing Reinforcement


Upon completion of placing reinforcement for each component and prior to
placing of concrete, the Contractor shall submit to the Contract Administrator a
Certificate of Conformance sealed, signed and dated by the Quality Verification
Engineer. The Certificate shall state that the Work has been carried out in
general conformance with the sealed and signed placing drawings and contract
documents.
SECTION 01450
COMBINED SEWAGE STORAGE TUNNEL QUALITY CONTROL - ATTACHMENT

CERTIFICATE OF CONFORMANCE

Contract Number:

Prime Contractor:

Structure (if applicable):

Specific Element(s) being certified:

I, P. Eng. (print name), a professional engineer


licensed to practice professional engineering in the Province of Ontario, certify
that, in accordance with SP dated,

[Insert specific wording from the applicable contract document]

Accepted amendment to the Contract Documents attached, Yes


in accordance with Special Provision D-023 Not
Applicable

Seal and Signature

Date

OTT-D23-01 March 31, 2009


CITY OF OTTAWA SECTION 01510
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY UTILITIES
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 DESCRIPTION

This section includes details regarding temporary utilities required for the construction.

1.2 RELATED SECTIONS


.1 Section 01060 - Regulatory Requirements

.2 Section 01520 - Construction Facilities

.3 Section 01560 - Temporary Barriers and Enclosures

.4 Section 01705 - Contract Work Health and Safety Clauses

.5 Section 01710 - Tunnel and Shaft Safety

.6 Section 02140 - Groundwater Control

1.3 INSTALLATION AND REMOVAL


.1 The Contractor shall provide temporary utilities controls in order to execute work
expeditiously.

.2 Remove from site all such work after use.

1.4 UNWATERING
.1 Provide temporary drainage and pumping facilities to keep excavations and site free from
standing water in accordance of Section 02140 Groundwater Control.

1.5 WATER SUPPLY


.1 Contractor to supply, installation, maintenance and removal of the potable water system
required for construction use at its own expense.

.2 Provide a means to prevent water from flowing back into source pipeline. The Contractor
shall provide certified backflow preventer and other items as may be required.

1.6 TEMPORARY HEATING AND VENTILATION


.1 Provide temporary heating and ventilation required during construction period, including
attendance, maintenance and fuel at contractors own cost.

.2 Temporary heating and ventilation inside hazardous and confined spaces shall meet the
requirements of applicable regulations as in Section 01060 Regulatory Requirements
and, refer to Section 01705 - Contract Work Health and Safety Clauses, and Section
1710 Tunnel and Shaft Safety for details about working in hazardous and confined
space.
CITY OF OTTAWA SECTION 01510
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY UTILITIES
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.3 Construction heaters used inside building must be vented to outside or be flameless type.
Solid fuel salamanders are not permitted.

.4 Provide temporary heat and ventilation in enclosed areas as required to:


.1 Facilitate progress of Work.
.2 Protect Work and products against dampness and cold.
.3 Prevent moisture condensation on surfaces.
.4 Provide ambient temperatures and humidity levels for storage, installation and
curing of materials.
.5 Provide adequate ventilation to meet health regulations as in Section 01060
Regulatory Requirements and Section 01705 Contract Work Health and Safety
and Section 1710 Tunnel and Shaft Safety for safe working environment.
.6 Provide heating for the cast-in-place concrete for the duration of cold weather
construction period in accordance with Division 03 of these specifications.

.5 Maintain temperatures of minimum 10 degrees C in interior areas where construction is


in progress.

.6 Ventilating:
.1 Prevent accumulations of dust, fumes, mists, vapours or gases in areas occupied
during construction.
.2 Provide local exhaust ventilation to prevent harmful accumulation of hazardous
substances into atmosphere of occupied areas.
.3 Dispose of exhaust materials in manner that will not result in harmful exposure
to persons.
.4 Ventilate storage spaces containing hazardous or volatile materials.
.5 Ventilate temporary sanitary facilities.
.6 Continue operation of ventilation and exhaust system for time after cessation of
work process to assure removal of harmful contaminants.
.7 Provide adequate ventilation in sewer chambers, tunnels, and shaft areas to
declassify the spaces from Class 1 Zone 1 to enable all work functions to
proceed as per Ministry of Labour and Ontario Health and Safety Act
requirements.
.8 Maintain strict supervision of operation of temporary heating and ventilating
equipment.
.9 Conform to applicable codes and standards.
.10 Enforce safe practices.
.11 Prevent abuse of services.
.12 Prevent damage to finishes.
.13 Vent direct-fired combustion units to outside.
CITY OF OTTAWA SECTION 01510
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY UTILITIES
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.7 The Contractor shall be responsible for damage to Work due to failure in providing
adequate heat and protection during construction.

1.7 TEMPORARY CONSTRUCTION POWER FOR TUNNEL BORING MACHINE


.1 Refer to Section 01520 for details and requirements.

1.8 POWER AND LIGHT


.1 Arrange for connection with appropriate utility company at the Contractors own
expense. Pay all costs for installation, maintenance and removal. The contractor shall
obtain power from Hydro Ottawa and will not be permitted to obtain power from any
other existing buildings or facilities unless otherwise approved by Engineer and Owner.
Refer to Section 01520 - Construction Facilities for more details regarding power for the
tunneling equipment. Refer to Section 01520 - Construction Facilities for details on field
office requirements for power and lighting.

.2 The Contractor shall be responsible for supply, installation, tie-in, maintenance and
removal of power service connection at its own expense under the direction of the
Engineer and in accordance with applicable federal, provincial and municipal
regulations.

.3 Provide and maintain temporary lighting throughout the construction work.

.4 Temporary lighting inside the hazardous and confined space shall meet the requirements
of regulations. Refer to Section 01705 - Contract Work Health and Safety Clauses and
Section 1710 Tunnel and Shaft Safety for details about working in hazardous and
confined space.

.5 Generators are not allowed to be used in classified areas. If generators are used in the
unclassified areas, comply with regulatory requirements and Citys noise by-laws as
specified in Section 01060 Regulatory Requirements.

.6 Tunnel and shaft lighting to be as per Section 01710 Tunnel and Shaft Safety.

1.9 FIRE PROTECTION


.1 Provide and maintain temporary fire protection equipment during performance of Work
required by governing codes, regulations and bylaws in accordance with Section 01117
Construction Sequences and Constraints.

.2 Burning rubbish and construction waste materials is not permitted on site.


CITY OF OTTAWA SECTION 01510
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY UTILITIES
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 DESCRIPTION

.1 Section includes:
.1 Construction aids
.2 Field Offices and sheds
.3 Parking

1.2 REFERENCES

.1 Comply with the latest edition of the following statutes codes and standards and all
amendments thereto.
.1 Occupational Health and Safety Act and Regulations for Construction Projects,
O. Reg. 213/91 and amendments.
.2 NFPA, National Fire Prevention Standard for Safeguarding Building
Construction Operations.
.2 Canadian Standards Association (CSA International)
.1 CSA/CAN3-Z321, Signs and Symbols for the Occupational Environment.

1.3 RELATED SECTIONS

.1 Section 01353 Special Procedures: Traffic Control

.2 Section 01720 Preparation, Mobilization, Demobilization

.3 Section 01740 Cleaning

.4 Section 1810 Commissioning

.5 Section 02821 Chain Link Fences and Gates

1.4 MOBILIZATION
.1 As per Section 01720 Preparation, Mobilization, Demobilization

1.5 SCAFFOLDING
.1 Provide and maintain scaffolding, ramps, ladders, platforms and temporary stairs.

1.6 HOISTING
.1 Provide, operate and maintain hoists required for moving of workers, materials and
equipment. Make financial arrangements with Subcontractors for use thereof.

.2 Hoists shall be operated by qualified operator.


CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

1.7 STAGING AREA


.1 The staging area (the Contractors laydown area) for each site are shown on the Contract
Documents.

1.8 SITE STORAGE/LOADING


.1 Confine work and operations of employees to areas shown in Contract Documents. Do
not unreasonably encumber premises with products.

.2 Do not load or permit to load any part of Work with a weight or force that will endanger
the Work.

.3 Provide adequate weather tight sheds with raised floors, for storage of materials, tools
and equipment, which are subject to damage by weather.

1.9 CONSTRUCTION SIGNAGE


.1 The warning signs shall be provided on site in both French and English.

.2 Direct requests for approval to erect an Engineer/Contractor signboard to Engineer.

.3 Signs and notices for safety and instruction shall be in both official languages. Graphic
symbols shall conform to CSA/CAN3-Z321.

.4 Maintain approved signs and notices in good condition for duration of project, and
dispose of off-site on completion of project or earlier if directed by Engineer.

1.10 REMOVAL OF CONSTRUCTION FACILITIES


.1 Remove temporary construction facilities from site at the contractors expense when
directed by the Engineer. All temporary site construction facilities will be the property
of Contractor when the Contract is complete.

1.11 ACCESS TO SITE


.1 The Contractor will not be provided with keys for any existing facilities and will
organize access as required with the Engineer.

1.12 FIRST AID ROOM


.1 Provide and maintain on each TBM launching site in a clean orderly condition, a
completely equipped first aid room readily accessible at all times to everyone on the site
all in accordance with governing legislation.

1.13 PORTABLE VARIABLE MESSAGING SIGNS


.1 The Contractor shall be prepared to move all portable variable message signs (PVMS) up
to six times a year to any location within the Limits of Work. All locations shall be
approved by the Engineer in advance of any move. All messaging shall be provided by
the Engineer and approved by the City prior to implementation.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

.2 Refer to Section 01353, Special Procedures: Traffic Control for additional instructions
for the PVMS.

Part 2 Products

2.1 ENGINEERS FIELD OFFICES


.1 Provide four Engineers Field Offices to be located at the TBM launch/extraction sites
(Sites 3C, 5A, 1, 6) for the duration of work at each of these sites.

.2 Furnish equipment specified for exclusive use of the Engineer and its representatives.

.3 Ownership of equipment furnished under this article will remain, unless otherwise
specified, that of the Contractor.

.4 Equipment furnished shall be new or when approved by the City like new in appearance
and function.

.5 Equipment if any of the models listed within this section are no longer in production
and or available at the time of contract tender, the contractor shall obtain the next model
up or the listed models replacement at no extra cost to the contract.

.6 Locate where directed by the Engineer; level, block, tie down, skirt, and relocate when
necessary and approved. Construct on proper foundations, provide proper surface
drainage.

.7 Provide minimum 10 sq m of gravel or crushed rock base, minimum depth of 100 mm, at
each entrance.

.8 Raise grade under field office, as necessary, to elevation adequate to avoid flooding.

.9 Provide all required temporary utilities.

.10 Provide field offices inspected and approved by the Ontario Electrical Safety Authority.
Obtain Building Permits as required by Ontario Building Code (OBC).

.11 Provide stairs and landings in accordance with the OBC.

.12 Minimum Features for each Engineers field office:


.1 120 volt lighting and wall plugs.
.2 Fluorescent ceiling lights.
.3 Self-contained electric heating and air conditioning unit (no baseboard heaters
will be acceptable), properly sized for project locale and conditions. Provide
ample electric power to operate installed systems. Size heating for internal
temperature of 21 degrees C, outside temperature of minus 25 degrees C, and
allowance of 100 per cent of calculated heat load for infiltration.
.4 Railed stairways and landings at entrances.
.5 Weatherproof, insulated.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

.6 Doors to be fitted with cylinder locks, with the Engineer in possession of all
keys.
.7 Parking space to accommodate a minimum of four vehicles
.8 Sanitary Facilities:
.1 Separate male and female sanitary facilities to be flush type with hot and
cold water and drains, electric water heater, all required supplies and to
have a latch with a padlock on the doors.
.9 Exterior Door(s):
.1 Number: Two.
.2 Type: Solid core.
.3 Lock(s): Cylindrical; keyed alike.
.10 Number of Windows: Four, complete with fly screens.
.11 Minimum Interior Height: 2.4 m.
.12 Floor Space: minimum 720 sq ft
.13 Rooms: Two, with minimum private office floor space of 7.5 sq m, and
remainder configured for open meeting or storage space.
.13 Trailer Type Mobile Structure: As manufactured by Armstrong, Miller, or Atco.
.14 All metal frame; all metal exterior, sides, and roof; and insulated double walls, floor, and
roof.
.15 Security guard screens on all windows.
.16 Electric exhaust fan for lavatory, minimum 1.0 m3/min capacity, complete with
backdraft damper.
.17 Storage Room: One, 1.8 m by 2.4 m, with door with cylinder lock, keyed differently than
exterior door locks. Provide two sets of keys.
.18 Shelving in Storage Room: Minimum 10 linear m, 450 mm deep.
.19 Blinds or drapes on all windows.

.20 Field Office Equipment General:


.1 Bottled Water Service: One, with cooler that can produce both hot water and
cold water.
.2 Refrigerator: One, minimum 6 cubic feet.
.3 Microwave: One.
.4 Coffeemaker: One.
.5 Kettle: One.
.6 Paper Cup Dispenser with Cups: One.
.7 Paper Towel Dispenser with Towels: One.
.8 Meeting Table: 900 mm wide by 2400 mm long.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

.9 Desk: Two steel, 750 mm by 1500 mm with desk surface located 740 mm from
floor.
.10 Computer Chair: Two with the following characteristics:
.1 Five caster base.
.2 Adjustable height.
.3 Swivels.
.4 Locking Back.
.5 Adjustable seat back for height and angle.
.6 Adjustable arms.
.11 Folding Table: Two, 900 mm by 1800 mm.
.12 Steel Folding Chairs: Eight.
.13 Drafting Table: One, 900 mm by 1800 mm.
.14 Drafting Stool: One.
.15 Lockable Storage Cabinet: One, 900m by 2100 mm by 400 mm.
.16 Four Drawer Steel File Cabinet with Lock: One, legal width.
.17 Drawing Rack with Drawing Hangers: Two, metal.
.18 Bookcase: Two, 900 mm wide by 1200mm high.
.19 Wastepaper Basket: Two.
.20 Clothes Rack: Two.
.21 First Aid Kit: One.
.22 Carbon Dioxide (10 Pound) Fire Extinguisher: One.
.23 Multifunction Colour Printer/Copier/Scanner: One. Dry type, self-feeding, able
to print 11 inch by 17 inch, 8 1/2 inch by 11 inch, and 8 1/2 inch by 14 inch
copies and collating multiple copies, reduction and enlargement capabilities;
connected to internal network, include maintenance service agreement including
all required supplies for the duration of contract. HP9040MFP or approved
equal. Contractor to supply all consumables as needed including toner and paper
in all sizes for the duration of the contract.

.21 Sign on entrance door reading CSST ENGINEERS FIELD OFFICE, letter height 100
mm minimum. Sign shall be lit.

.22 Property and Contents Insurance The Engineers trailers shall be insured and all
contents shall be insured for replacement value. Details of the insurance to be provided
by the Contractor shall be approved by the City prior to provision of the field offices.

.23 The engineers office trailer, equipment and furniture shall be available for use by the
Engineer within the first month after the issuance of Order to Commence Work and
remain maintained and available until minimum sixty (60) days after Substantial
Performance of the Contract Work and until all deficiencies are corrected.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

.24 Janitorial services for the Engineers office trailer shall be provided on a weekly basis to
clean floors, table and chair tops and other `general cleaning needs. Provide garbage
disposal and replenishment of paper towel, bottled water, paper cups, hand soap, toilet
paper, first aid kit supplies and garbage bags at least two (2) times per week.

2.2 SAFTEY REQUIREMENTS


.1 Construction Fall Arrest Harness (To be sized appropriately for engineering site staff):
Six. Miller tongue buckle leg straps universal harnesses, product number: MLRR10CN-
TB/UGN.

Part 3 Execution

3.1 TEMPORARY UTILITIES


.1 Provide the following utilities where required and for the field office as required and
specified

.2 Power:
.1 Electric power is available at or near each site except at Site 6. Determine type
and amount available and make arrangements for obtaining temporary electric
power service, metering equipment, and pay all costs for the electric power used
during contract period.
.2 Cost of electric power used in performance of the work and during acceptance
testing will be borne by Contractor.
.3 The Contractor shall replace any blown fuses or damaged breakers and repair
any other damage caused. The Contractor shall provide extension cords as
required. The Contractor shall not overload circuits beyond their rated
capacities.
.4 The Contractor shall provide ground fault protection for all electrical equipment.
.5 The City will not be responsible, or entertain any claims, for the delay of work
resulting from power interruptions to the site or loss of utility supply.

.3 Lighting:
.1 Provide temporary lighting to meet all applicable safety requirements to allow
erection, application, or installation of materials and equipment, and observation
or inspection of the Work.
.2 The Contractor shall secure all temporary lighting and wiring from damage,
falling or tripping hazards.
.4 Heating, Cooling, and Ventilating:
.1 Provide as required to maintain adequate environmental conditions to facilitate
progress of the Work, to meet specified minimum conditions for installation of
materials, and to protect materials, equipment, and finishes from damage due to
temperature or humidity. Costs for temporary heat shall be borne by Contractor
responsible for constructing structure or building.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 7 OF 12

.2 Provide adequate forced air ventilation of enclosed areas to cure installed


materials, to dispense humidity, and to prevent hazardous accumulations of dust,
fumes, vapors, or gases.
.3 Pay all costs of installation, maintenance, operation, removal, and fuel consumed
to execute the Work.
.4 Provide portable unit heaters, complete with controls, oil or gas fired, and
suitably vented to outside as required for protection of health and property.
.5 If permanent natural gas piping is used for temporary heating units, do not
modify or reroute gas piping without approval of utility company. Provide
separate gas metering as required by utility.
.6 The Contractor shall provide 24 hour monitoring of temporary heating, cooling
and ventilating equipment.

.5 Water:
.1 Contractor shall be responsible for all costs associated with all associated costs
with taking water.
.2 For water taking during filling during commissioning, refer to Section 01810,
Commissioning.

.6 Sanitary and Washroom Facilities:


.1 Provide and maintain facilities for Contractors employees, subcontractors, and
all other on-site employees. Service, clean, and maintain the facilities and
enclosures.
.2 Use of the Citys or the Engineers sanitary facilities by construction personnel
will not be allowed.

.7 Security:
.1 Provide and maintain integrated and monitored security system for the
Engineers Project office.
.8 Communication Services:
.1 Contractor: Pay for all installation and monthly billing charges including long
distance charges. Contractor shall reinstate service outages resulting from
construction activities within one business day. Contractor shall report all
service outages to service provider and arrange for service resumption within
one business day.
.2 Contractor to pay for costs and monthly bills for mobile phones including long
distance charges. Contractor to pay for replacement costs of damaged, lost or
non-fully functioning mobile.
.3 Field Office
.1 Internet
.1 Provide internet access with a minimum of 10 Mbps service and
a minimum of 250 GB monthly usage.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 8 OF 12

.2 The Contractor shall name two of the Engineers IT department


staff as authorized representatives on the account.
.3 Provide secured WIFI network throughout the entire Field
Office. WIFI password, and authority to change the password
shall be provided to the Engineers IT department staff.

3.2 TEMPORARY CONSTRUCTION POWER FOR TUNNEL BORING MACHINE


.1 In general, the Contractor shall be responsible to design, provide, install, test, and
energize the temporary construction power distribution equipment; to apply for and
obtain all associated approvals and permits; to pay for all power used in the performance
of the work and during acceptance testing; to de-energize and remove all contractor
supplied temporary construction power distribution equipment, and to re-instate the site
to property owners standards.

.2 The ownership demarcation point is at the 15kV switchgear load side 600A 10kV inserts.
The Contractor is responsible to provide all temporary construction power distribution
equipment, cabling, grounding, and transformation downstream of the demarcation point.

.3 The Contractor shall provide terminations for primary bus cables at the Hydro Ottawa
Switchgear: Cooper #600-12 for 600A, 15kV, Class T-OP II deadbreak connectors.

.4 The Contractor shall design, provide, install, test, and energize the temporary
construction power distribution in accordance with the Ontario Electrical Safety Code
26th Edition 2015 and Hydro Ottawa requirements. The Contractor shall obtain and pay
for all permits and approvals for these works.

.5 All Contractor supplied stepdown transformers shall be submitted to Hydro Ottawa for
review prior to installation and energization.

.6 All Contractor supplied trenching, concrete encased ductbanks, utility structures, and
surface re-instatement shall be performed by a Hydro Ottawa qualified heavy civil
contractor in accordance with Hydro Ottawa specifications GCS0005 and GQS0002.

.7 The Contractor shall perform underground locates prior to excavation.

.8 Armoured cables/conductors are not allowed within the underground ducts and
equipment bases.

.9 The Contractor shall perform hipot testing on the underground 15kV primary cables.

.10 The Contractor shall remove all equipment and civil structures back to the Hydro Ottawa
supply point once temporary construction power is no longer required. The Contractor
shall reinstate the land to the property Owners standard.

.11 Hydro Ottawa shall remove the 15kV switchgear and primary metering. Coordinate with
Hydro Ottawa for removals.

.12 The City will coordinate, pay for, and obtain the required Hydro Ottawa Offer to
Connect for the TBM temporary construction power primary services at the following
sites:
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 9 OF 12

.1 CSST Site 3c
.2 CSST Site 5
.3 CSST Site 10

.13 The Contractor shall contact Hydro Ottawa to schedule a site kick-off meeting with
Hydro Ottawa and the City prior to the temporary construction power primary service
design and installation.
.1 Hydro Ottawa Single Point of Contact: Joe Jarbeau - System Designer,
Distribution Design Central, Tel. 613-738-5499 ext. 7337,
JoeJarbeau@hydroottawa.com.
.2 Reference Hydro Ottawa File Number: 92011228.

.14 The City will not be responsible, or entertain any claims, for the delay of work resulting
from power interruptions to the site or loss of utility supply.

3.3 PROJECT SIGNS


.1 Install and maintain ten, 2400 mm wide by 1200 mm high signs constructed of 19 mm
exterior high density overlaid plywood. The proposed supports for the signs shall be
approved by the Engineer in advance of the sign installation. Signs will be provided by
the City.

.2 Erect project signs at locations acceptable to the Engineer as soon as any Work
commences on the site and maintain in position until completion. Relocate project signs
when necessary or directed by the Engineer.

.3 Upon completion of the Work, the Contractor is responsible for the removal of the
signboards and the return of the signboards to the Citys Works Compound. No other
signs or notices other than those required for the purposes of warning or indicating
danger to the public in connection with their Work may be exhibited by the Contractor
on the site without the prior approval of the City.

.4 The Contractor shall submit for approval all of their proposed Contractor specific
signage and signage locations prior to installation.

3.4 SECURITY
.1 Advise Engineer of any disruption, planned or not.

.2 Provide protection for materials, tools, and equipment being employed on the Project,
including the tools of workers. The City shall not be held to have incurred any liability
for loss of, and damage to, materials, tools, and equipment of the Contractor or of those
employed by them , by contract or otherwise.

.3 The Contractor shall employ such site security services as they may deem necessary to
protect and safeguard the work and the Engineers Project office. The City shall not in
any way be liable for the damage or loss to the work due to trespass or theft.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 10 OF 12

.4 The City may provide such site security services as they may deem necessary to protect
their interest during the progress of the work. Any protection provided by the City shall
not in any way relieve the Contractor of the responsibility for the safety of the work and
acceptance thereof.

.5 The Contractor shall provide temporary fencing to secure the areas of work, laydown,
and office areas. Refer to construction drawings and specifications for the scope of this
work.

.6 The security of Site 6 equipment and staging area is the responsibility of the Contractor
and not the RCMP or PWGSC.

3.5 PROTECTION
.1 Properly protect the work:
.1 With lights, guardrails, temporary covers, and barricades.
.2 Enclose excavations with proper barricades.
.3 Brace and secure all parts of the work against storm and accident.
.4 Provide such additional forms of protection which may be necessary under
existing circumstances.
.5 Secure and lock all access points to the site at the close of each day's work.
.2 Provide and maintain in good condition all protective measures required to adequately
protect the public from hazards resulting from the work and to exclude unauthorized
persons from the work. When regulated by the Building Code or other authority, such
legal requirements for protection shall be considered as minimum requirements; be
responsible for the protection in excess of such minimum requirements as required.

3.6 CONTROL OF SITE


.1 The Contractor shall ensure that no alcohol, firearms, weapons, or controlled substances
enters, or is used, at the project site. The Contractor shall immediately and permanently
remove from the site any of the Contractors or sub-contractors employee found in
violation of this provision.

.2 The Contractor will be responsible for their employees to ensure that contraband is not
transmitted by their employees.

3.7 STORAGE COMPOUNDS AND BUILDINGS


.1 Temporary Storage Compounds: Construct temporary storage compounds for storage of
products that are not subject to damage by weather conditions.

.2 Temporary Storage Buildings:


.1 Provide environmental control systems that meet recommendations of
manufacturers of equipment and materials stored.
.2 Arrange or partition to provide security of contents and ready access for
inspection and inventory.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 11 OF 12

.3 Store combustible materials (paints, solvents, fuels) in a well ventilated, secured,


and remote building meeting safety standards.

3.8 ACCESS ROADS


.1 Construct access roads as shown and within easements, rights-of-way, or project limits.
Alignments for new routes must be approved by the Engineer.

.2 Maintain drainage routes. Install and maintain culverts to allow water to flow beneath
access roads. Provide corrosion-resistant culvert pipe of adequate strength to resist
construction loads.

.3 Provide gravel, crushed rock, or other stabilization material to permit access by all motor
vehicles at all times.

.4 Maintain road grade and crown to eliminate potholes, rutting, and other irregularities that
restrict access.

.5 Coordinate with the Engineer all proposed detours and other operations affecting traffic
and access. Provide at least 72 hours notice to the Engineer of operations that will alter
access to the site.

.6 Where access roads cross existing fences, install and maintain gates. Gates and gate
posts shall conform to those as specified in Section 02821, Chain Link Fences and Gates.
Upon completion of construction, restore ground surfaces disturbed by access road
construction to original grade.

3.9 PARKING AREAS


.1 Control vehicular parking to preclude interference with public traffic or parking, access
by emergency vehicles, the Citys operations, or other construction operations.

.2 Provide parking facilities for personnel working on the project. No employee or


equipment parking will be permitted except as specifically designated for Contractors
use.

.3 No parking is permitted at Site 6 outside of the staging area. The Contractor may choose
to park commercial vehicles meeting requirements of Section 01117, within the staging
area, but are not permitted to park any vehicles outside of the staging area north of
Wellington Street.

3.10 CLEANING DURING CONSTRUCTION


.1 In accordance with General Conditions, Section 01740, Cleaning, and as required herein.

.2 Provide approved containers for collection and disposal of waste materials, debris, and
rubbish. At least at weekly intervals, dispose of such waste materials, debris, and rubbish
off-site.

.3 At least weekly, and daily at Site 6, brush sweep all driveways and roadways, and all
other streets and walkways affected by the Work and where adjacent to the Work.
CITY OF OTTAWA SECTION 01520
COMBINED SEWAGE STORAGE TUNNEL CONSTRUCTION FACILITIES
CONTRACT NO. ISD14-2036 PAGE 12 OF 12

END OF SECTION
CITY OF OTTAWA SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES
CONTRACT NO. ISD14-2036 PAGE 1 of 7

Part 1 General

1.1 DESCRIPTION
.1 Section includes:
.1 Barriers
.2 Environmental Controls
.3 Traffic Controls
.4 Fire Routes

1.2 RELATED SECTIONS

.1 Section 01119 Preservation and Protection


.2 Section 01160 Erosion and Sediment Control
.3 Section 01353 - Special Procedures: Traffic Control
.4 Section 02200 Site Preparation
.5 Section 02821 Chain Link Fences and Gates

1.3 REFERENCES

.1 NCC Fencing Standard Drawings (Attached).

1.4 INSTALLATION AND REMOVAL

.1 Provide temporary controls in order to execute Work expeditiously.


.2 Maintain the temporary fencing in good condition and free of graffiti or use graffiti proof
fencing and remove bill posters for the duration of construction.
.3 Remove from site all such work after use.

1.5 TEMPORARY FENCING


.1 It is imperative that the Contractor construct secure temporary fencing around all sites to
prevent unauthorized entry to the worksite and protect the general public as per the
contract drawings. The Contractor shall note that the limits of work and temporary
fencing shown on the drawings is the absolute limit of work; the Contractor may not in
any situation move fencing outside these limits or use or occupy additional space outside
of these limits.

.2 Refer to contract drawings for the location and type of fencing required at each site.
Chain Link fencing to be as per Section 02821 Chain Link Fences and Gates. The
Contract Administrator may modify the extents or type of fencing at any point during the
project. The Contractor shall notify the Contract Administrator immediately if any
changes in fence type or extents are requested in order to complete the work. All fences
must be maintained in good repair. Install temporary fencing in accordance with staging
contract drawings. See the below table for a list of the types of fencing included in the
CITY OF OTTAWA SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES
CONTRACT NO. ISD14-2036 PAGE 2 of 7

contract and referenced in the Contract Drawings. Note that Confederation Hoarding
and NCC Wooden Hoarding have the same meaning and are interchangeable as terms.

Type of Fencing

NCC Wooden Hoarding (Confederation Hoarding) constructed and


treated as per Attachment A with access gates as required

NCC Wooden Hoarding with silt fencing constructed and treated as per
Attachment A with access gates as required and with adjacent silt
fencing incorporated as in Section 01160 Erosion and Sediment
Control

Temporary concrete barrier with NCC Wooden Hoarding on top


constructed and treated as per Attachment A with access gates as
required

Chain Link Fences and Gates as per Section 02821

Chain Link Fences and Gates as per Section 02821 covered with
screening mesh for a partial visual barrier. Screening mesh is to be
20% Opaque.

Temporary Fencing or modular construction fencing to be 1.8 m high


Modu-Loc-type or similar modular panel fencing and/or gates

Temporary Fencing or modular construction fencing to be 1.8 m high


Modu-Loc-type or similar modular panel fencing and/or gates
wrapped/woven with black cloth or screening mesh for a visual barrier

Temporary Fencing or modular construction fencing to be 1.8 m high


Modu-Loc-type or similar modular panel fencing and/or gates with
adjacent silt fencing incorporated as in Section 01160 Erosion and
Sediment Control

Temporary concrete barrier

Temporary concrete barrier with 1.8m high Chain Link fencing on top

2.4 m high wooden hoarding on both sides of walkway combined with


overhead lighting and wooden overhead protection.

1.8m high solid metal or wood hoarding

.3 Provide temporary barriers around trees and plants designated to remain as per Section
02200 Site Preparation.

1.6 GUARD RAILS AND BARRICADES


.1 Provide secure, rigid guardrails and barricades around deep excavations, open shafts,
open stairwells, open edges of floors and roofs.
CITY OF OTTAWA SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES
CONTRACT NO. ISD14-2036 PAGE 3 of 7

.2 Provide as required by governing authorities as detailed in Section 01060 Regulatory


Requirements, Section 01705 Contract Work Health and Safety Clauses, and Section
01710 Tunnel and Shaft Safety.

1.7 SHOP DRAWINGS


.1 Submit shop drawings for all fencing types in accordance with Section 01330 - Submittal
Procedures.

.2 Shop drawings for the wooden hoarding on both sides of walkway combined with
overhead lighting and wooden overhead protection shall be designed, approved and
stamped by a Professional Engineer Licensed in Ontario.
.3 Shop drawings for wooden hoarding at Site 6 shall be designed, approved and stamped
by a Professional Engineer Licensed in Ontario and include consideration for wind
loading from the Ottawa River.

1.8 ACCESS TO SITE


.1 Provide and maintain access roads, sidewalk crossings, ramps and construction runways
as required for access to Work as shown on contract drawings.

.2 Provide lockable gates to access each site.

1.9 PUBLIC TRAFFIC FLOW


.1 Provide and maintain competent signal flag operators, traffic signals, barricades and
flares, lights, or lanterns as required to perform Work and protect the public.

.2 Refer to Section 01353 Special Procedures: Traffic Control for more details with
respect to the vehicular and traffic management and staging plans at all construction
sites.

1.10 FIRE ROUTES


.1 Maintain access to property including overhead clearances for use by emergency
response vehicles.

1.11 PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY


.1 Protect surrounding private and public property and the general public from damage
during performance of Work in accordance with Section 01119 Preservation and
Protection. Utilize the barriers specified in Article 1.5 above, or additional barriers as
required or requested by the City, Engineer, or NCC and PWGSC.

.2 Be responsible for damage incurred.


CITY OF OTTAWA SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES
CONTRACT NO. ISD14-2036 PAGE 4 of 7

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

ATTACHMENT A

NCC FENCING STANDARD DRAWINGS

END OF SECTION
SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES - ATTACHMENTS

November 17, 2005

TO: Landscape Architecture Section


Engineering Section
Industrial Design & Environmental Graphics Section
Urban Lands & Transportation
Design & Land Use
File

FROM: Richard Daigneault


Project Manager
Design & Construction Division

SUBJECT: New Color Codes & Reference Samples for Confed. Blvd Colors

Please note that we have recently developed new color codes and reference samples for
the Confederation Boulevard colors with the Sherwin Williams Chemical Coatings
Company. These new codes and reference samples have been produced specifically for
liquid paint coatings to match the original Confed. Blvd colors (from 1987) and to ensure
color uniformity with the powder coat finish samples developed with Lumec & Sherwin
Williams in 2003/04.

Note that the powder coat color codes (different codes than the liquid finish) are still
available from the Landscape Architecture Section if required.

Sherwin Williams was responsible for preparing reference samples and color codes for
the Powder Coating system used by Lumec for the new CB light fixtures. These colors
are now matched with the following new liquid paint codes:

NCC Dark grey: F63RXA1615-8716 (Sherwin Williams code)


NCC Cool Grey: F63RXA1616-8716 (Sherwin Williams code)
NCC Green: F63RXG1633-8716 (Sherwin Williams code)

* Cardboard color chits are available from the Landscape Architecture Section

The METALLIC BRONZE color for the lighting poles has recently been developed by
SICO paints (local source) to match the metallic bronze color used by Valmont (paint
supplier: Tnemec) for the poles purchased in 2004.

NCC metallic Bronze: RLD 12478 40 (Sico Paints) *

* Sico has been asked to change the above code to NCC 12478 40.

Richard Daigneault

c.c. G. Lajeunesse
SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES - ATTACHMENTS
SECTION 01560
COMBINED SEWAGE STORAGE TUNNEL TEMPORARY BARRIERS AND ENCLOSURES - ATTACHMENTS

CITY OF OTTAWA SECTION 01561
COMBINED SEWAGE STORAGE TUNNEL ENVIRONMENTAL PROTECTION
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 REFERENCE

.1 City of Ottawa Special Provision S.P. No.: D-014 Construction Activities around Trees

.2 City of Ottawa Special Provision S.P. No.: D-032B Protection of Species at Risk and
Wildlife Protocol (as attached)

.3 City of Ottawa Special Provision S.P. No.: F-8011 Tree Protection

.4 City of Ottawa Special Provision S.P. No.: F-1005 Erosion and Sediment Control Plan

1.2 RELATED SECTIONS

.1 Section 01117 - Construction Sequences and Constraints

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01353 - Special Procedures: Traffic Control

.4 Section 01355 Disposal of Excess Material

.5 Section 01520 - Construction Facilities

.6 Section 02140 - Groundwater Control

.7 Section 02315 - Excavating, Trenching and Backfilling

.8 Section 02362 - Dust Control

.9 Section 02482 - Noise and Vibration Monitoring

.10 Section 02906 - Trees, Shrubs, and Ground Cover Planting

.11 Section 02980 - Restoration

1.3 SUBMITTALS

.1 Submit an Environmental Protection Plan / Spill Response Plan for the approval of the
Contract Administrator and the Consultant for all sites. Submit for approval through the
Contract Administrator to the NCC and PWGSC for Site 3a, 3b, 3c, 5, and 6. The Plan
shall indicate actions and mitigation measures in the event of a spill, pump failure,
temporary dam failure, poor pipe condition and release of flow, or sediment release or
release of hazardous or contaminated material or fluid and personnel tasked with the
reporting and cleanup including but limited to the below procedure.
.1 Provide an emergency spill kit on site at all times
.2 Locate and quantify the source of contamination
.3 Assess the site conditions and environmental impacts
.4 Cut off the supply of electrical current, turn off ignition and extinguish flames;
CITY OF OTTAWA SECTION 01561
COMBINED SEWAGE STORAGE TUNNEL ENVIRONMENTAL PROTECTION
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

.5 Assess the potential for containment and collection


.6 Deploy on-site personnel to contain and clean-up spilled material if it is within
their capability
.7 Notify City, Engineer, and MOECC and follow mandatory regulatory reporting
requirements
.8 Manage and maintain flows and divert or contain on site where possible, or
provide emergency means to remove flows if necessary. Ensure that a failure of
any temporary systems does not result in downstream or upstream flooding.
.9 Plan to prevent public and environmental exposure to the spill and avoid impacts
to upstream or downstream sewers, watercourses, or other infrastructure, and
ensure pedestrians and traffic are directed away from the impacted area.
.10 Call in a spills response contractor if required
.11 Arrange for disposal of contaminated material and clean-up materials at
approved disposal facilities
.12 Arrange for confirmation of clean-up
.13 The City, NCC, and PWGSC is to be copied on all spill reporting communication
where relevant.
.14 Investigate cause of spill or emergency.
.2 Review RVCA flood forecasting and incorporate a response plan to place equipment,
materials outside of the 100-year floodplain if required.

.3 For works on NCC and PWGSC property (Site 3a, 3b, 3c, 5, and 6) , provide a Tree
Management Plan to be reviewed by the NCC and PWGSC at least 15 working days prior
to start of work on the property including where and how the tree protection measures
will be implemented and confirm which trees are to be removed.

1.4 FIRES

.1 Fires and burning of rubbish on site not permitted.

1.5 DISPOSAL OF WASTES

.1 Refer to Section 01355 Disposal of Excess Material for details.

.2 Do not bury rubbish and waste materials on site.

.3 Do not dispose of waste or volatile materials, such as mineral spirits, oil or paint thinner
into waterways, storm or sanitary sewers.

1.6 DRAINAGE

.1 Provide temporary drainage and pumping as necessary to keep excavations and site free
from water.

.2 Do not pump water containing suspended materials into waterways, sewer or drainage
systems.

.3 Control disposal or runoff of water containing suspended materials or other harmful


substances in accordance with local authority requirements, Section 01160 Erosion and
CITY OF OTTAWA SECTION 01561
COMBINED SEWAGE STORAGE TUNNEL ENVIRONMENTAL PROTECTION
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

Sediment Control Plan, Section 01355 - Disposal of Excess Material and Section 02140
Groundwater Control.

.4 The Contractor shall be responsible for obtaining City of Ottawa Sanitary or Storm
Sewer Use Agreement to dispose of pumped water to the sewer.

.5 To prevent adverse effects on aquatic species listed at risk known to inhabit the
environmentally sensitive Rideau River (American eel, river redhorse and bridle shiner),
the Contractor will not discharge any untreated runoff or groundwater into the adjacent
watercourse during the entire duration of the works.

1.7 SITE CLEARING AND PLANT PROTECTION

.1 The Contractor shall refrain from clearing trees during the nesting season for migratory
birds (April 15-August 15) and following Environment Canada guidance on avoidance.

.2 In the event that clearing must occur, the Contractor must retain a Qualified Avian
Biologist to conduct a nesting surveying within 5 days prior to clearing. If active nests of
migratory birds are identified, a setback or buffer to the active nest will be established.

.3 Protect trees and plants on site and adjacent properties where indicated.

.4 For construction activities around trees, S.P. NO.: F-8011 and S.P. D-014 shall apply
except as may be amended and extended herein. Measurement for Payment Section and
Basis of Payment Section of S.P. NO.: F-8011 is deleted in their entirety.

.5 Wrap in burlap, trees and shrubs adjacent to construction work, storage areas and
trucking lanes, and encase with protective wood framework from grade level to height of
2 m.

.6 Protect roots of designated trees to dripline during excavation and site grading to prevent
disturbance or damage. Avoid unnecessary traffic, dumping and storage of materials over
root zones.

.7 For works on NCC and PWGSC property, provide a Tree Management and
Compensation Plan to be reviewed by the NCC and PWGSC at least 15 working days
prior to start of work on the property indicating the above planned information including
where and how the tree protection measures will be implemented and confirm which
trees are to be removed. Incorporate with plan for new trees as in Section 02906 Trees,
Shrubs, and Ground Cover Planting.

.8 Trees affected by Dutch Elm Disease or Emerald Ash Borer must be removed and
managed as per Canadian Food Inspection Agency (CFIA) regulations and standards.

.9 Minimize stripping of topsoil and vegetation.

.10 Maintain plant protection for duration of construction.

1.8 WILDLIFE PROTECTION

.1 A screening of the Project site shall be completed by the Contractor prior to site
preparation to identify if species at risk are present. If endangered or threatened species
CITY OF OTTAWA SECTION 01561
COMBINED SEWAGE STORAGE TUNNEL ENVIRONMENTAL PROTECTION
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

at risk are identified as occupying the site, a permit or authorization from Environment
Canada or the Ontario Ministry of Natural Resources and Forestry (MNRF) will be
obtained prior to removal.

.2 The Contractor shall train all staff to identify species at risk that could potentially occur
in the area.

.3 Daily visual inspections of the worksite are to be completed throughout the construction
period at Site 5 and 6 on NCC and PWGSC property respectively. In all locations on the
project, in the event that wildlife is incidentally encountered during construction, the
Contractor shall notify the Contract Administrator immediately. The Contractor shall
take all necessary measures to ensure that the animal is not harmed by waiting until the
animal leaves the site and protecting the animal/nest from harm until the young have left
the nest, or if the nest has been determined to be inactive or other mitigation measures
that result in a similar outcome have been implemented. If the animal does not or cannot
leave, the Contractor shall stop work at that location and contact the Canadian Wildlife
Service of Environment Canada (416-739-4214) and the MNRF Kemptville Office
(613-258-8418) for advice, and also notify the Contract Administrator. A permit or
authorization from Environment Canada must be obtained prior to relocation of the
animal.

.4 During the active season for turtles (April 1 to October 30) a daily visual survey for turtle
species at risk must be completed on NCC property at Site 5 within the construction area
by a qualified biologist retained by the Contractor. Turtle nesting may occur between late
May and early July; if nests are observed they are to be protected from harm until the
young have left or as determined by the biologist.

.5 Prior to work within the outfall drainage channel at Site 6, silt curtains or other measures
shall be installed to prevent access of fish to the work area. If required fish removal will
be completed by a qualified biologist to remove any fish trapped within the work area.

.6 All buildings shall be constructed and sealed as required to prevent entry by snakes.

.7 Silt fencing will be installed to prevent species at risk reptiles from accessing the
construction site.

.8 Other requirements for the protection of wildlife and species at risk are described in
D-032B.

1.9 POLLUTION CONTROL

.1 Maintain temporary erosion and pollution control features installed under this contract.

.2 Control emissions from equipment and plant to local authorities emission requirements.

.3 Prevent sandblasting and other extraneous materials from contaminating air beyond
application area, by providing temporary enclosures.

.4 Cover or wet down dry materials and rubbish to prevent blowing dust and debris. Provide
dust control for temporary roads.
CITY OF OTTAWA SECTION 01561
COMBINED SEWAGE STORAGE TUNNEL ENVIRONMENTAL PROTECTION
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

1.10 EQUIPMENT FUELLING

.1 Designate an area within the working limits to be used exclusively for fuelling
construction equipment. Equipment fueling shall be at least 30m away from the Rideau
River and Rideau Canal and at least 15m away from the Ottawa River.

.2 Allow refueling to be carried out by trained personnel only.

.3 The Contractor shall take all necessary measures to prevent fuel release into the
environment.

.4 Submit for review a plan as described in Article 1.3 above for the interception and rapid
clean-up of fuel spills should they occur. Maintain the apparatus for cleaning up fuel
spills on site.

1.11 NOISE CONTROL

.1 Refer to Section 02482 - Noise and Vibration Monitoring and Section 01060 -
Regulatory Requirements.

.2 Comply with the City of Ottawas noise bylaw.

1.12 DUST CONTROL

.1 Refer to Section 02362 - Dust Control

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01635
COMBINED SEWAGE STORAGE TUNNEL VALUE ENGINEERING CHANGE PROPOSALS
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 VALUE ENGINEERING CHANGE PROPOSAL SUBMISSION

.1 The Contractor may submit Value Engineering Change Proposals (VECPs) for
changes that the Contractor believes will result in instant Contract savings of at
least $100,000.00. VECPs will only be considered if the proposed change:

.1 will result in a net reduction in the Contract Price;


.2 will not impair any essential form, fit, function or characteristic of the
Work, such as, but not limited to, safety, service life, reliability, economy of
operation, ease of maintenance, aesthetics and necessary standard features
at the sole discretion of the City; and
.3 will not require an extension of the Contract Time.

.2 A VECP shall not increase the risk to cost or schedule of completion.

.3 A VECP, if accepted, will be accepted and implemented by Change Order in


accordance with this Section and General Conditions Part 6.

1.2 DEFINITIONS

.1 Collateral Costs, as used herein, means Owners costs of operation,


maintenance, logistics support, or Owner-furnished property.

.2 Collateral Savings, as used herein, means those measurable net reductions


resulting from a VECP in the Owner's overall projected collateral costs, exclusive
of acquisition savings, whether or not the acquisition cost changes.

.3 Contractor's Development Costs, as used herein, mean those costs the


Contractor incurs that are specifically related to developing, testing, preparing and
submitting the VECP. Contractor's development costs will not be recoverable. If
the VECP is adopted, the Contractor's share of the savings as hereinafter defined
shall be considered full compensation to the Contractor for the development and
implementation of the VECP.

.4 Implementation Costs, as used herein, means those costs the Contractor incurs
to make the contractual changes required by the Owner's acceptance of a VECP.
Such costs will be subject to Owner audit.

.5 Owner Costs, as used herein, means those costs the Owner incurs that result
directly from developing and implementing the VECP, such as, but not limited to,
any net increases in the cost of engineering, testing, operations, maintenance and
logistic support. The term also includes the administrative costs of review and
processing the VECP.
CITY OF OTTAWA SECTION 01635
COMBINED SEWAGE STORAGE TUNNEL VALUE ENGINEERING CHANGE PROPOSALS
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.6 Instant Contract Savings, as used herein, means the reduction in Contractor cost
of performance (which includes overhead and profit attributable to the reduced or
eliminated work), resulting from acceptance of the VECP, minus implementation
costs and Owner costs.

1.3 VECP PREPARATION

.1 At a minimum, the Contractor shall include in each VECP the information


described below:

.1 A description of the difference between the existing Contract requirement


and that proposed, the comparative advantages and disadvantages of each, a
justification when an item's function or characteristics are being altered, and
the effect of the change on the end item's performance.
.2 An itemized list and analysis of the Contract requirements that must be
changed if the VECP is accepted, including a recommendation as to how
the revisions must be made and any suggested specification revisions.
.3 A separate, detailed cost estimate for: (i) the affected portions of the
existing Contract requirement and (ii) the VECP. The cost estimate shall
include, without limitation, both capital cost savings, and life cycle cost
savings as well as an itemized breakdown including the items, quantities,
unit prices for both the affected portion in the original design and the
proposed changes in the VECP. The cost reduction associated with the
VECP shall take into account the Contractor's implementation costs.
.4 A description and estimate of costs the Owner may incur in implementing
the VECP, such as test and evaluation and operating and support costs.
.5 A prediction of any effects the proposed change would have on collateral
costs to the Owner.
.6 A statement of the time by which a Change Order accepting the VECP must
be issued in order to achieve the maximum cost reduction, noting any effect
on the Contract Time, achievement of any milestones, or delivery schedule.
.7 Identification of any previous submissions of the VECP, including the dates
submitted, and previous actions, including those of the Owner, if known.
.8 All specifications, instructions, plans and drawings detailing the
implementation of the VECP. All drawings and specifications must be
prepared by and sealed by a Professional Engineer registered in the
Province of Ontario.
.9 A revised Schedule of Values.
.10 A revised schedule for the affected portion(s) of the Work and the entire
contract work if any.
.11 Potential impact on the environment and obtaining permits resulting from
the VECP.
CITY OF OTTAWA SECTION 01635
COMBINED SEWAGE STORAGE TUNNEL VALUE ENGINEERING CHANGE PROPOSALS
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.12 Any other information required in the judgement of the Owner to review
and/or implement the VECP. Such information shall be provided by the
Contractor as soon as practicable after the Owner's request thereof.

1.4 PROCESSING PROCEDURES

.1 Two copies of each VECP shall be submitted to the Consultant. VECPs will be
processed expeditiously, however, neither the Owner nor Consultant will be liable
for any delay in acting upon or for failure to act upon, any VECP submitted
pursuant to this Section. The Contractor may withdraw, in whole or in part, a
VECP not accepted by the Owner within the period specified in the VECP.

.2 The Owner and the Consultant will be the sole judge of the acceptability of a
VECP and of the savings and costs from the adoption of all or any part of such
proposal. In determining the savings, the right is reserved to disregard the
Contract bid prices if, in the judgment of the Consultant, such prices do not
represent a fair measure of the value of the work to be performed or to be deleted.
The decision of the Consultant regarding acceptability or unacceptability of the
VECP, as well as the savings and costs, shall be final.

.3 The Owner and the Consultant may require the Contractor to modify the VECP to
make it acceptable. If any modification increases or decreases the savings
resulting from the VECP, the Contractor's fair share will be determined upon the
basis of the VECP as modified.

.4 The Owner and Consultant may accept, in whole or in part, a VECP submitted
pursuant to this Section by issuing a Change Order. However, pending issuance
of a Change Order, the Contractor shall remain obligated to perform in
accordance with all requirements of the Contract Documents.

.5 The Owner and the Consultant will respond to the Contractor about the
acceptability of each VECP within 20 working days after the VECP is received.

1.5 SHARING ARRANGEMENTS

.1 The Contractor and Owner shall each receive a 50 percent share in the Instant
Contract Savings. Upon acceptance of a VECP, a Change Order will be issued
reducing the Contract Price by 50 percent of the Instant Contract Savings.

.2 The Contractor is not entitled to share the collateral savings and other future
contract savings resulting from the accepted VECP (s).

1.6 WARRANTY

.1 The Contractor shall be, and shall remain, liable for the effectiveness of the
design of the change proposed.
CITY OF OTTAWA SECTION 01635
COMBINED SEWAGE STORAGE TUNNEL VALUE ENGINEERING CHANGE PROPOSALS
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.2 The Contractor warrants that such change: shall be free from defects in design,
function, configuration and purpose; shall fully perform the function as intended
and required by the Contract Documents; complies with all laws, rules,
regulations and ordinances governing such an item; and infringes no patent,
copyright, trade secret or other third party proprietary right or interest.

1.7 DATA

.1 To the extent permitted or allowed by law, neither the Owner nor Consultant will
disclose, use or duplicate any data provided by the Contractor pursuant to this
Section, while such VECP is being evaluated. This restriction shall not apply to
any information if it is, or has been obtained, or is otherwise available, from the
Contractor or from any other source, without limitation. Once the VECP
evaluation process has concluded, the Owner shall have the right to duplicate, use
and disclose any data in any manner, and for any purpose, and have others do so,
under this or any other Owner contract.

END OF SECTION
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General
1.1 DESCRIPTION

This section includes requirements related to health and safety.

1.2 RELATED SECTIONS

.1 Section 01010 Summary of Work

.2 Section 01353 Special Procedures: Traffic Control

.3 Section 01355 Disposal of Excess Material

.4 Section 01450 Quality Control

.5 Section 01710 Tunnel and Shaft Safety

1.3 REFERENCES
.1 City of Ottawa Standard Special Provision D-009: Work In Confined Spaces

1.4 GENERAL REQUIREMENTS


.1 The contractor shall register the project, as required by OHSA and regulations, with the
Ministry of Labour before commencing any work on any of the sites. A copy of the
registration must be provided to the Engineer before starting work on the site and a copy
must be posted in a visible location on the work site at all times.

.2 The Contractor shall be designated as the "Constructor" as defined by the Occupational


Health and Safety Act (OHSA) and Regulations of Ontario.

.3 Meet or exceed the latest revision of all Local, Federal, Provincial laws, regulations,
standards, and industry best practices relating to health and safety.

.4 Be solely responsible for safety of the Work under this Contract and for complying with
and ensuring that every person on the Site complies with the requirements contained
within the Contract Documents and regulatory requirements.

.5 Perform the Work, or ensure that it is performed, in a manner to avoid risk of injury,
security or damage to persons or property, adjacent property, or environment.

.6 Provide safe access, egress, and equipment in accordance with Occupational Health and
Safety Regulations for entry into all areas by the employees, subcontractors, City, and
Engineer. Where hazardous areas or confined space entry exists, implement procedures
defined by the latest revision of the applicable Occupational Health and Safety
Regulations or the Electrical Code.

.7 Refer to Section 01710 Tunnel and Shaft Safety for specific safety requirements
related to tunnel and shaft safety.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

.8 Prior to the commencement of the Work, review and become fully familiarized with all
Local, Provincial, and Federal regulatory requirements and the following documentation.
The Contractor shall be solely responsible for construction safety for this Contract and
for complying with and ensuring that every person on the Site complies with the
measures and requirements contained in:
.1 Ontario's Occupational Health and Safety Act and applicable Regulations
(including Ontario Working at Heights Training Standards and Requirements for
Construction Projects)
.2 Ontario's Workplace Safety and Insurance Act
.3 Ontario's Environmental Protection Act and applicable Regulations
.4 Technical Standards and Safety Act and Regulations
.5 Contract Documents

.9 In event of a conflict between any provisions of the above authorities, the most stringent
provision shall govern.

.10 Provide and maintain first aid, hygiene, washrooms, potable water, and fire prevention
equipment, at the Site in accordance with the applicable regulatory requirements. The
Contractor shall designate trained employees to be in charge of first aid on the Site.

.11 Establish, maintain, and mark clear routes, paths and points for routine and emergency
exit to, from and within the Site for personnel and vehicles.

.12 The Contractor shall erect signs relating to safety on the Site, and signs or notices
required by the applicable provincial and local regulations or by the Contract
Documents.

.13 Erect signage and post notices acceptable to the City and required by the applicable
provincial and local regulations or by the Contract Documents at all entry points to the
Site to advise personnel, employees, Subcontractors and other individuals entering the
Site of the requirements respecting the use and wearing of personal protective equipment
and the below requirements:

.1 All personnel and employees on the Site are required to comply with safety
policies, procedures and instructions of the Contractor;
.2 That any personnel failing to adhere to the safety policies, procedures and
instructions of the Contractor may be removed from the Site and denied further
access.
The Contractor shall ensure compliance with these requirements
.14 The Contractor shall post warning signs at hazardous areas or where hazardous materials
are stored, and install protective barriers. The Contractor shall instruct personnel in
proper safety procedures.

.15 The Contractor shall identify all areas which are considered to be hazardous locations
and comply with all requirements of the Ministry of Labour.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

.16 Smoking is not permitted in hazardous areas or other areas as designated by the City. The
Contractor shall post "No Smoking" signs as required.

.17 The Contractor shall inspect the physical condition of the workplace at least weekly, or
as often as required by provincial health and safety regulatory requirements, in order to
ensure that the Work is performed safely and that the Site is maintained in accordance
with the provincial regulatory requirements and the Contract Documents. The Contractor
shall prepare and maintain a documented record of each inspection describing the scope
of inspection and findings. Copies of all safety inspections shall be kept on Site and
available for review by the Engineer.

.18 Safety equipment such as gas detection equipment for explosive or toxic gases or oxygen
deficiency, fall protection devices etc., shall be made available by the Contractor to the
City's and the Engineer's staff for the access to the site when required. The Contractor
shall be responsible for the coordination of the multiple-party access to the hazardous
and confined spaces on the Site.

.19 Ensure adequate coordination and communication between all parties on site in regards
to safety.

.20 In addition to Occupational Health and Safety Act and applicable Regulations reporting
requirements, report all incidents, near misses, spills, environmental damage, and
property damage to the City and Engineer immediately. An incident investigation must
be conducted and a copy of the complete report provided to the City and Engineer within
24 hours.

.21 Ensure that all employees and subcontractors are competent, as prescribed by the
applicable legislation, in performing the Work and have been trained on the Contractor's
Site-specific Health and Safety Plan prior to starting Work on the Contract. The
Contractor shall make available all training records for the City and Engineer's review.

.22 The contractor shall ensure all workers that perform work be certified under the Trades
Qualifications and Apprenticeship Act for their specific work activity. No worker shall
perform a type of work unless he/she is certified to do so.

.23 The contractor shall appoint a competent person, as defined by the OHSA, as a
supervisor.

.24 The supervisor shall supervise the work at all times either personally or by having an
identified assistant do so personally. The assistant must comply with all the same
requirements that the supervisor is held to.

.25 The supervisor shall inspect the work site and equipment associated with the project at
least once a week. A copy of the inspection report must be provided to the Engineer.

.26 The contractor shall remove waste material and debris from the work site(s) to a disposal
area at least once a day or more frequently if necessary to prevent the creation of a
hazardous condition.

.27 The contractor shall ensure that fire-extinguishing equipment is provided to ensure
compliance with Section 52 to 58, O. Reg. 213/91.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

.28 The contractor shall ensure all vehicles, machinery, tools and equipment used on the
work site are operated and maintained in accordance with Section 93 to 116, O. Reg.
213/91.

1.5 SUBMITTALS

.1 The Contractor shall submit a Site-specific Health and Safety Management Plan within
ten (10) Working Days after the Award of the Contract to address the requirements of the
above referenced regulations and contract documents. The plan is to be provided to the
NCC and PWGSC at least 20 working days of when work takes place on their property.
The plan shall as a minimum include:
.1 A Site Health and Management Plan, including introduction and roles and
responsibilities for:
.1 Site workers
.2 Site safety coordinator
.3 Project environmental health and safety coordinator
.4 Task managers
.2 Orientation and training of workers
.3 Start-up safety procedures
.4 Safety meeting format and schedule
.5 Site safety inspections
.6 Work place hazardous materials information
.7 Tagging and lock out procedures
.8 Confined space entry procedure
.9 Work on or near live apparatus
.10 Housekeeping
.11 Tunnel and shaft related safety issues, including but not limited to air monitoring
and response plan in the event of atmospheric issues, evacuation procedures, fire
response plan, and other issues identified in related sections. Refer to Section
01710 Tunnel and Shaft Safety for more detailed requirements.
.2 A Hazard Identification Plan, includes primary environmental hazards, personal conduct
and hygiene, potential site hazards which include:
.1 Survey Work in Traffic
.2 Physical
.3 Fire and Explosion
.4 Confined Space Entry
.5 Cranes, Hoists, and Rigging
.6 Crane Suspended Personnel Platforms
.7 Biological
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

.8 Stress and Fatigue


.9 Noise
.10 Personal Security
.11 Adverse Weather Conditions
.12 Other Site Activities
.3 A Personal Protective Equipment Inventory, which includes;
.1 Requirements for all site personnel
.2 Selection, maintenance and continual assessment
.4 A Emergency Preparedness and Response Plan, which addresses
.1 First aid
.2 Fire Protection
.3 Critical Injury
.4 Accident or Incident
.5 The plan shall be posted in a visible location on the work site prior to the commencement
of any work.

1.6 CHEMICALS
.1 The Contractor must provide a list of all chemicals to be used on site and a copy of the
Material Safety Data Sheet (MSDS) for each chemical to the Engineer prior to being
brought onto the job site.

.2 The Contractor must ensure each chemical container brought on site is clearly labelled
with the identity of the chemical, information for the safe handling of the chemical and
the location of the MSDS.

.3 The Contractor must ensure adequate measures are taken to control the distribution,
within the application area or throughout the building, of fumes/vapours before applying
flammable, noxious or volatile materials.

.4 The Contractor may be required to schedule the application of hazardous materials which
might affect the well-being of any workers or disrupt work of other Contractors and
cannot be adequately controlled to prevent such occurrences to evening or weekend
periods.

.5 The Contractor must ensure workers wear the required personal protective equipment
(respiratory protection, protective clothing, hand protection, eye/face protection, etc.)
when working with chemicals.

.6 The Contractor must ensure the safe use and disposal of all chemicals that they are using
as in Section 01355 Disposal of Excess Material. No chemicals and/or chemical waste
product shall be disposed of on site without prior approval of Engineer.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

.7 The Contractor may not store chemicals and compressed gas cylinders on site without
approval of the Engineer. If approved, the Contractor must ensure incompatible
chemicals are stored separately.

1.7 DESIGNATED SUBSTANCES / HAZARDOUS WASTE

.1 The Contractor shall provide a work plan in Section 01355 Disposal of Excess
Materialfor the removal of designated substances, in accordance with all applicable
legislation, for review and approval to the Engineer.

.2 The Contractor shall provide evidence of competency with regards to the Environmental
Protection Act and its regulations, a copy of safe handling work plan prior to
commencing with work in the area.

.3 The Contractor shall register the project as a waste generator site, if not already
registered, for the waste that will be generated as a result of the work activities related to
the project.

.4 The Contractor shall ensure and provide evidence that all hazardous wastes removed
from the site is sent to a licensed waste disposal site by a licensed carrier and advise the
responsible individual when necessary testing is to be carried out.

.5 The Contractor shall retain copies of all hazardous waste manifests on file.

.6 The Contractor shall inspect the project daily to monitor compliance with designated
substances and hazardous waste regulations.

.7 The Contractor shall provide access to the responsible individual for review of all
inspection reports.

1.8 WORKING AT HEIGHTS


.1 The Contractor shall comply with the requirements of O.Reg 297/13 which requires all
workers complete working at heights training if they use fall protection systems.

1.9 FALL PROTECTION


.1 The Contractor shall comply with the requirements of Section 26, O. Reg. 213/91 and
Sections 85 and 86, O. Reg. 851.

.2 The Contractor shall provide, upon request, proof of worker training in the use of their
fall protection systems.

.3 The Contractor shall be responsible for supplying and maintaining (to City standards) all
equipment needed to perform this role.

1.10 LADDERS
.1 The Contractor shall comply with the requirements of Section 78 to 84, O. Reg. 213/91
and Sections 73, O. Reg. 851.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 7 OF 12

.2 The Contractor shall be responsible for supplying and maintaining (to City standards) all
equipment needed to perform this role.

1.11 WELDING/CUTTING
.1 The Contractor shall comply with the requirements of Section 122 to 124, O. Reg.
213/91.

.2 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

.3 Refer to Section 01450 Quality Control for additional welding requirements.

1.12 SCAFFOLDING
.1 The Contractor shall comply with the requirements of Section 125 to 142, O. Reg.
213/91.

.2 The Contractor shall design, erect, inspect, maintain and use scaffolding equipment,
materials, and components in accordance with CAN/CSA-S269.2-M87 (Access
Scaffolding for Construction Purposes).

.3 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

1.13 ELEVATED WORK PLATFORMS


.1 The Contractor shall comply with the requirements of Section 143 to 149, O. Reg.
213/91 and Sections 51 to 54, O. Reg. 851.

.2 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

1.14 CRANES, HOISTING, RIGGING AND ACCESSORIES


.1 The Contractor shall comply with the requirements of Section 150 to 156 and 168 to 180,
O. Reg. 213/91.

.2 The Contractor shall comply with the requirements of Section 187, O. Reg. 213/91 if a
crane or similar hoisting device is operated near an energized overhead electrical
conductor and if it is possible for a part of the equipment or its load to encroach upon the
minimum distance permitted under section 186, or when the hoisting device is positioned
closer than the length of its boom to an energized overhead electrical conductor.

.3 The Contractor shall provide, upon request, proof of worker training in the safe operation
of the crane or similar hoisting device.

.4 The Contractor shall make available all logbooks, inspection records and tests for cranes
or similar hoisting devices, upon request.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 8 OF 12

.5 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

1.15 EXPLOSIVE ACTUATED FASTENING TOOL


.1 The Contractor shall comply with the requirements of Section 117 to 121, O. Reg.
213/91.

.2 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

1.16 EXCAVATING AND TRENCHING


.1 The Contractor shall ensure no person enters an excavation unless another worker is
working above ground close to the excavation or to the means of access to it.

.2 The Contractor shall arrange the locating and marking of gas, electrical and other
services prior to commencing an excavation.

.3 The Contractor shall obtain approval from Engineer before arranging the shut off and
disconnection of a service that may pose a hazard.

.4 The Contractor shall comply with the requirements of Section 230 to 242, O. Reg.
213/91.

.5 The Contractor shall be responsible for supplying and maintaining all equipment needed
to perform this role.

1.17 PUBLIC WAY PROTECTION


.1 The Contractor shall comply with the requirements of Section 64 to 66, O. Reg. 213/91.

1.18 TRAFFIC CONTROL


.1 Refer to Section 01353 - Special Procedures: Traffic Control

1.19 WORK IN HAZARDOUS AREAS


.1 Before commencing the day's work and while working in areas that may contain an
explosive, toxic or oxygen deficient atmosphere, test for explosive, toxic gases, and
oxygen deficiency. If a hazardous condition is found, make the work area safe before
commencing or continuing work.
.1 Provide and maintain a suitable detection meter. Use this meter continuously.
Calibrate the meter to sound an alarm at a preset warning level.
.2 Recalibrate the meter at times recommended by the manufacturer.

.2 Smoking is not permitted in the hazardous areas and other areas designated by the City.
The Contractor shall post No Smoking signs as required.

.3 Use non-sparking tools in areas where an explosive atmosphere may exist.


CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 9 OF 12

.4 Hazardous Locations
.1 Where not indicated on the Contract Drawings, the Contractor shall assess and
identify all hazardous locations and confined space locations.
.2 Perform work in these locations in accordance with the requirements of the
Occupational Health and Safety Act (OHSA).
.3 It is the Contractor's responsibility (as Constructor) to establish the classification
of the work areas for the purpose of this contract

.5 Work Procedures for Hazardous Locations


.1 Contractor is a Constructor on this project and is responsible for site safety.
.2 Construction activities that occur in hazardous locations require continuous
combustible gas monitoring by the Contractor when the potential for a hazardous
atmosphere exists.

.6 Metering for Toxic, Combustible Gas, H2S and Oxygen Deficiency


.1 Utilize a suitable portable gas detection meter to continuously monitor for toxic
gases, combustible gases, hydrogen sulfide and oxygen deficiency in the
surrounding atmosphere. Set meter to sound alarm at a preset warning level. The
Contractor shall demonstrate to the Engineer that the meter has recently been
calibrated by a certified technician and is adequately functional for the intended
purpose.

.7 Meter Operator
.1 When the potential for a hazardous atmosphere exists, have a competent worker
operate and read the portable meter continuously while construction activities
occur in the designated hazardous locations. This meter operator is not permitted
to assist in the construction activity in any way. Locate meter operator in the
immediate vicinity of construction activity. If work in two or more different
hazardous locations is required at the same time, provide the additional meter
operator and meter.

.8 Training
.1 Arrange and pay for a meter manufacturer representative to supply site training to
designated meter operator(s). Conduct as many training sessions as required to
train the operator(s).

.9 Hazardous Event Procedure


.1 If the meter indicates 5% of the Lower Explosive Limit (LEL) or more for
methane or less than19.5% or more than 23% oxygen, discontinue construction
activity, evacuate area, and notify the Engineer.

.2 If meter detects H2S that exceed 1 ppmv the meter should alarm. If meter exceeds
2 ppmv, discontinue construction activity, evacuate area, and notify the Engineer.
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 10 OF 12

.10 Log Book


.1 Maintain a log book with:
.1 Date
.2 Name of meter operator
.3 Explosive gas and oxygen deficiency readings every 1/2 hour

.2 Construction activity type


.1 Location of construction activity
.2 Submit log book to the Engineer when construction is complete

.11 Firefighting Equipment


.1 Provide and maintain suitable firefighting equipment when working in the
designated hazardous locations. Train personnel in the use of firefighting
equipment.

1.20 WORK IN CONFINED SPACES


.1 The identified Confined Space Locations are as defined by a O. Reg. 632/05, OHSA. All
work and entry into the identified Confined Spaces is to be done in accordance with the
Regulation (O. Reg. 632/05) and City of Ottawa Standard Special Provision D-009:
Work In Confined Spaces.

.2 Work in the confined spaces may involve workers from multiple employers. The
Contractor is deemed to be the lead constructor with respect to confined space entry
regulations. The Contractor is responsible for all duties to ensure the work performed in
the confined spaces is carried out in accordance with O. Reg. 632/05 and the Contractor
is responsible for all actions to ensure the duties imposed on employers by O. Reg.
632/05 are performed to protect the health and safety of all workers working in the
confined spaces. For all confined space entries, involving workers from any employer,
the Contractor is responsible for all coordination of work activities, confined space
assessment, development of entry plans, permitting, supply of equipment for
atmospheric testing and monitoring, ventilation, access and egress, entry, monitoring,
control, rescue planning, and the initiation and implementation of rescue procedures in
accordance with the Regulation.

.3 The Contractor shall maintain all appropriate documentation required under the
Regulation and provide daily copies to the Engineer.

.4 The Contractor shall supply all required safety, monitoring, control and personal
protective equipment required for confined space entry operation, including, but not
limited to entry and rescue equipment, atmosphere monitors and breathing
apparatus/respiratory protection.

.5 The Contractor shall ensure that all workers entering or interacting with the identified
confined spaces are appropriately trained and that proof of training is provided upon
request. The staff from the City, Engineer and third party workers hired by the City or
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 11 OF 12

the Engineer will have received training in confined space entry from their own
respective employer.

.6 The Contractor shall make provisions for the Contract Administrator, Engineer, third
party inspectors, and City staff to enter the identified confined spaces, if needed and as
required, under the Contractor's confined space entry permits and plans with one (1) day
notice (or less under emergency conditions).

1.21 EXPLOSION-PROOF CONSTRUCTION


.1 Certain areas may be designated as "explosion proof", "hazardous", or may be classified
under CSA C22.1, Canadian Electrical Code. Where areas have such designation,
provide explosion proof electrical equipment which meets the requirements of CSA
C22.1, Canadian Electrical Code.

.2 In hazardous areas as defined above, provide intrinsically safe mechanical devices and
equipment such as non-sparking aluminum wheels for fans, pneumatic operators for
dampers and aluminum clappers for check valves on pipelines conveying gaseous fuels.

.3 Temporary structures such as fabrication shops, storage areas, and offices will not be
permitted within existing facility structures unless approved by the Engineer.

1.22 SAFETY EQUIPMENT


.1 Provide safety equipment such as ropes, fall arrest device, proximity belt,
combustible/hazardous gas and oxygen depletion meter for the use of the Engineers
resident inspection staff. Provide casual labour to resident inspection staff when entry is
required to manholes or other areas that may be hazardous. Resident services staff is not
allowed to enter such areas alone.

1.23 ASSISTANCE
.1 Give reasonable help to the Engineers resident services staff in checking the setting out
of the work. Arrange for ready access to work.

1.24 WORK AT SITE 6


.1 In the event of emergency at Site 6, call 911 and notify PWGSC and RCMP of the
incident (contact information and timeframe to be provided to Contractor when
available).
CITY OF OTTAWA SECTION 01705
COMBINED SEWAGE STORAGE TUNNEL CONTRACT WORK HEALTH AND
SAFETY CLAUSES
CONTRACT NO. ISD14-2036 PAGE 12 OF 12

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General
1.1 SCOPE OF WORK

.1 This section complements Section 01705, Contract Work Health and Safety Clauses and
refers to additional safety requirements for the tunnel and shafts. The Contractor shall
be responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the Work. The Contractor shall take all reasonable
precautions for the safety of, and provide the appropriate protection to prevent damage,
injury or loss to:
.1 All employees contributing to the Work and other persons who may be affected
thereby.
.2 All the Work and all materials or equipment to be incorporated therein, whether
in storage on or off the site.

.2 The Contractor shall comply with all applicable laws, ordinances, rules, regulations and
orders of any public body having jurisdiction for the safety of persons or property or to
protect them from damage, injury or loss. Erect and maintain, as required by the
conditions and progress of the Work, all reasonable safeguards for its safety and
protection. Notify owners of adjacent utilities when prosecution of the Work may affect
them. All damage, injury or loss to any property caused directly or indirectly, in whole or
in part, by Contractor, any Sub-Contractor or anyone directly or indirectly employed by
any of them or anyone for whose acts any of them may be liable, shall be remedied by
Contractor, except damage or loss attributable to the fault of Contract Drawings or
Specifications or to the acts or omissions of City or Contract Administrator or anyone
employed by either of them or anyone for whose acts either of them may be liable, and
not attributable, directly or indirectly, in whole or in part, to the fault or negligence of
Contractor. Contractors duties and responsibilities for the safety and protection of the
Work shall continue until such time as all the Work is completed and Contract
Administrator has issued a notice to City and Contractor that Work is acceptable.

.3 All Work shall conform to the requirements of the Occupational Health and Safety Act,
O. Reg. 213/91 and O. Reg. 632/05.

.4 No separate payment will be made for the Work included herein, and all costs in
connection therewith shall be included in the cost of the structure or item to which it
pertains.

1.2 RELATED SECTIONS

.1 Section 01025 - Measurement and Payment

.2 Section 01705 - Contract Work Health and Safety Clauses

.3 Section 02150 - Excavation Support System

.4 Section 02228 - Blasting

.5 Section 02400 - Shaft Construction


CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

.6 Section 02430 -Tunnel Excavation by Tunnel Boring Machine (TBM)

.7 Section 02437 - Rock Reinforcement and Excavation

.8 Section 02440 - Pipe Jacking

.9 Section 02444 - Tunnel and Shaft Ventilation and Utilities

1.3 REFERENCES

.1 City of Ottawa Standard Special Provision D-009: Work In Confined Spaces.

.2 Ontario Health and Safety Act (OHSA) O. Reg. 213/91

.3 Ontario Health and Safety Act (OHSA) O. Reg. 632/05

.4 Ontario Health and Safety Act (OHSA) R.R.O. 1990, Reg. 854: Mines and Mining Plants

1.4 GENERAL REQUIREMENTS

.1 Comply with Section 01705, Contract Work Health and Safety Clauses and with Section
02444 Tunnel and Shaft Ventilation and Utilities.

.2 No section or description in these documents shall be construed to replace, modify or


supersede requirements of other codes, specifications and ordinances referenced
throughout the document. If a conflict occurs between the referenced regulations and
these documents the more stringent shall govern.

.3 The Contractor is advised that tunnel and shaft excavations in soil or rock are classified
as confine space as defined in O. Reg. 632/05 that may contain atmospheric hazards.
The term atmospheric hazard means (a) the accumulation of flammable, combustible
or explosive agents, (b) an oxygen content in the atmosphere that is less than 19.5 per
cent or more than 23 per cent by volume, or (c) the accumulation of atmospheric
contaminants, including gases, vapours, fumes, dusts or mists, that could. For this
project, historically there has been methane and hydrogen sulphide occurrences in the
geological formation in which the tunnel will be excavated Contractor shall comply with
requirements as stated in this Section.

1.5 SPECIFIC REQUIREMENTS

.1 Work in tunnel and shaft excavations shall be subject to provisions of certain mining
regulations promulgated under the Occupational Health and Safety Act. Specifically,
regulations for mines and mining plants stated in R.R.O. 1990, Reg. 854, Section 35
apply. These regulations address the occurrence of flammable gas in a mine, and this
specification section applies the referenced section of the regulation to the occurrence of
flammable or explosive gases in the tunnels and shafts to be excavated as part of the
Work.

.2 The tunnel and shaft excavations are classified as Class 1, Division 2 locations. At a
minimum, the tunnel ventilation system and tunnel construction water discharge pumps
CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

shall be designed to operate in a flammable or explosive gas atmosphere, which could


result if gas is encountered or the ventilation system malfunctions.

.3 In addition to requirements for monitoring flammable or explosive gas concentrations as


stated in R.R.O. 1990, Reg. 854, Section 35, a flammable gas monitor (also referred to as
a combustible gas analyzer or detector or as an explosimeter) shall be provided at the
tunnel heading that continuously monitors the air for the presence of flammable gas.

.4 Health and Safety Officer:

.1 The Contractor shall have a competent, Health and Safety Officer(s) on the job
with experience in tunnel and shafts construction, certified by OSHA Training
Institute, with an appropriate office on the job site to maintain and keep available
safety records and up-to-date copies of all pertinent safety rules and regulations.

.2 The Health and Safety Officer shall:


.1 Ensure compliance with all applicable health and safety requirements of
all governing legislation.
.2 Schedule and conduct safety meetings and safety training programs as
required by law for all personnel engaged in the Work, including
Contract Administrator and City personnel.
.3 Post the name, address, and hours of the nearest medical doctor; names
and addresses of nearby clinics and hospitals; and the telephone numbers
of the fire and police departments.
.4 Have proper safety and rescue equipment adequately maintained and
readily available for any contingency. This equipment shall include such
applicable items as: proper fire extinguishers, first aid kits, safety ropes
and harnesses, stretcher, life savers, oxygen breathing apparatus,
resuscitators, gas detectors, oxygen deficiency indicators, explosion
meters, and any other equipment mandated by law.
.5 Make inspections at least once daily in accordance with an inspection
checklist report form to ensure that all machines, tools and equipment
are in safe operating condition; that all Work methods are not dangerous;
and that all Work methods are free of hazards.
.6 Submit to the Contract Administrator upon request copies of all
inspection checklist report forms, safety records and all safety inspection
reports and certifications from regulating agencies and insurance
companies.
.7 Notify the City and the Contract Administrator of a serious accident
immediately, followed by a detailed written report within 24 hours.
Serious accident is defined as that requiring an absence of Work of
more than two days or hospitalization.
.8 Notify the Contract Administrator immediately in the event of a fatal
accident.
.9 Notify the City and the Contract Administrator of any accident claim
against the Contractor or any Sub Contractor immediately, followed up
by a detailed written report on the claim and its resolution.
CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.10 Review safety aspects of the Contractors submittals as applicable.

.5 All personnel employed by the Contractor or its Sub Contractors, whenever entering the
job site, any shaft, or tunnel, shall be required to wear approved safety hats as well as
protective clothing, footwear and other equipment as required by OHSA or as necessary
for the safety of personnel. The Contractor shall maintain, on site, a sufficient number of
safety hats for the use of visitors.

.6 Should conditions change within the tunnel to the extent that Health and Safety
procedures must be modified, Contractors Health and Safety Officer shall immediately
provide new Health and Safety training for all personnel requiring access to the tunnel,
including Contract Administrator and City personnel.

.7 The Contractor is to ensure that a sufficient number of their staff have received rescue
training, per Section 265 of O.Reg. 213/91 Regulation for Construction Projects. The
Contractor is required to provide safe access to the tunnel at any location and any time to
the Owner, Contract Administrator, Inspectors, or Design Team when requested.

.8 Where Work is in progress in a tunnel or shafts, the Contractor shall also provide as a
minimum the following safety equipment:
.1 Adequate stretcher units placed in convenient locations adjacent to the Work;
.2 Oxygen deficiency indicators;
.3 Carbon Monoxide testers;
.4 Hydrogen Sulfide detectors;
.5 Portable combustible gas analyzer for the detection of explosive gases such as
methane, petroleum, and vapors;
.6 An adequate number of approved self-rescuers in accordance with applicable
safety regulations in all areas where employees might be trapped by smoke or
gas.
.7 In shaft and tunnel Work an additional combustible gas analyzer shall be
provided at the heading at all times which will continuously monitor for the
presence of explosive gases. This device shall be the type that automatically
provides both visual and audible alarms. For tunnel work, this device can be the
combustible gas analyzer required to be integrated with the TBM power
interruption system.

.9 The Contractor shall provide lighting in accordance with applicable safety regulations
for the entire length of the tunnel. Light shall be adequate as determined by the Contract
Administrator, to permit proper inspection of all operations at all times. Minimum
lighting consisting of 60-Watt light bulb at 12-metre spacing will be maintained during
all Working hours. The intensity of the lighting required by applicable regulations for
tunnel excavating operations shall be increased as required by the Contract
Administrator for concrete placement and for final cleanup. Open flame lights shall not
be used. Flashlights and appropriate fixtures shall be explosion proof and designed to
function safely in a flammable or explosive gas atmosphere

.10 Ventilation: Comply with Section 02444, Tunnel and Shaft Ventilation and Utilities.
CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

.11 The Contractor is cautioned that, upon excavation, the rock may deteriorate upon
exposure to air and water. The Contractor shall inspect all exposed rock surfaces and
installed support daily for signs of deterioration or distress. Qualified employees shall
perform inspection. Contractor shall report any remedial action deemed necessary
immediately after identified by inspection. Contractor shall support all rock surfaces and
protect all rock surfaces in tunnels and shafts from exposure to air and water as may be
necessary or as specified in the Contract Documents.

.12 All shafts shall be enclosed with a security fence in accordance with the Contract
Documents. The security fence shall be secure at any time the site is unattended by
Contractors personnel. All storage areas and Workshops shall be segregated so that
their use during times of site inactivity does not compromise the security of the shaft
area. The fence shall have all necessary gates and entrances. In addition, the Contractor
shall provide barricades at the top of shafts in accordance with applicable regulations,
and shaft covers as specified herein.

.13 Internal combustion engines other than mobile diesel powered equipment shall not be
used underground. All diesel powered mobile equipment used underground shall be as
prescribed in applicable safety regulations and operated in accordance with the same.
The Contractor, upon request, shall submit proof of certification to the Contract
Administrator.

.14 All haulage equipment such as hoists, cages, and elevators in operation in excavations
and shafts shall conform to all requirements described in applicable regulations.

.15 Fire Prevention and Control: All underground construction shall be performed in
accordance with the applicable fire prevention and control requirements of applicable
safety regulations and Local fire department/Fire Marshall ordinances.

.16 Noise and Dust Control: Control noise and dust in accordance with applicable provincial,
and local laws, safety codes, regulations and ordinances.

.17 Muck Handling: Equip muck trains with acceptable braking systems and safety chains to
prevent runaway trains. Provide spill protection for muck conveyor systems.

.18 The Contractor shall maintain the stability of the excavation around the periphery of all
underground Work.

.19 The Contractor shall provide all requested access to Emergency Services personnel,
including, but not limited to police, fire, and EMS who may wish to visit the sites, to
acquaint themselves with the Contractors operations. The Contractor shall wholly
cooperate with the Emergency Services at all times and shall, as part of their health and
safety plan, incorporate training of select Emergency Services Personnel in the
Contractors Health and Safety Plan.

.20 The City and the Contract Administrator shall have the right to document all health and
safety concerns regarding the Contractors operations and to issue warnings and/or to
stop work for any violations of the OHSA, the Ontario Construction Regulations, or any
health and safety requirements of the Contract, including all City health and safety
policies, programs, rules, regulations, and/or if the Contractor creates a health or safety
hazard on, or in the vicinity of, the site.
CITY OF OTTAWA SECTION 01710
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT SAFETY
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

.21 The City reserves the right to have a health or safety hazard corrected at the Contractors
expense.

1.6 SUBMITTALS

.1 In addition to the Site-specific Health and Safety Management Plan described in Section
01705, Contract Work Health and Safety Clauses the Contractor shall submit Rescue
Procedure Plan for each shaft that address tunnel and shaft evacuation procedure in the
event of fire, flood, oxygen deficiency and presence of gas. Plan shall also address
eventuality of evacuation/rescue in the case of collapse, accident or other significant
events.

.2 In addition to requirements of the Health and Safety Officer stated in Subsection 1.5, the
Health and Safety Officer has to submit monthly incident reports indicating type of
incident, date and location, summary of events before the incident, description of the
incident, name of employee, type of injury if any, if hospitalization was required or not
and amount of leave days due to injuries if any. Also, the report has to describe the
rescue procedure if applicable, time of response and if any adjustments are required to
the Health and Safety Management Plan.

.3 Health and Safety Officer - Within 10 calendar days of the Notice to Proceed, submit a
resume showing the qualifications of the Health and Safety Officer, including a
description of the Safety Officer's experience, education, and special safety and first aid
courses completed, and safety conferences attended, and shall indicate that the individual
possesses safety experience in heavy construction and underground construction. If the
Health and Safety Officer is the same individual identified in Contractor's
prequalification submittal as the Safety/ Environmental Manager or the backup, then
Contractor's submittal shall clearly indicate which individual will serve as the Health and
Safety Officer, and resubmittal of qualifications is not required.

1.7 MEASUREMENT AND PAYMENT

.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to ensure safety to all personnel
entering the shafts and tunnels and no separate payment shall be made.

Part 2 Products (Not Used)

Part 3 Execution (Not Used)

END OF SECTION
CITY OF OTTAWA SECTION 01720
COMBINED SEWAGE STORAGE TUNNEL PREPARATION, MOBILIZATION,
DEMOBILIZATION
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 DESCRIPTION
.1 This section includes:
.1 Field engineering survey services to measure and stake Sites.
.2 Survey services to establish inverts for Work.
.3 Recording of subsurface conditions found.
.4 Mobilization and demobilization requirements.

1.2 RELATED SECTIONS AND REFERENCES


.1 Section 01117 - Construction Sequences and Constraints

.2 Section 01310 - Progress Schedules

.3 Owner's identification of existing survey control points and property limits.

1.3 QUALIFICATIONS OF SURVEYOR


.1 Qualified registered land surveyor, licensed to practise in Place of Work, acceptable to
Engineer.

1.4 SURVEY REFERENCE POINTS


.1 Provide a minimum of three (3) consecutive reference points at a distance not exceeding
15 m (50 ft) at each Site.

.2 Locate, confirm and protect control points prior to starting site work. Preserve permanent
reference points during construction.

.3 Make no changes or relocations without prior written notice to Engineer.

.4 Report to Engineer when reference point is lost or destroyed, or requires relocation


because of necessary changes in grades or locations.

.5 Require surveyor to replace control points in accordance with original survey control.

.6 Do not commence construction unless all reference points and levels are in place along
section of work under construction.

.7 Periodically verify reference marks and site lines by instrument. Be responsible


throughout the project for accuracy of lines and levels.

.8 The City or the Engineer will provide a Bench Mark close to each Site
CITY OF OTTAWA SECTION 01720
COMBINED SEWAGE STORAGE TUNNEL PREPARATION, MOBILIZATION,
DEMOBILIZATION
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

1.5 SURVEY REQUIREMENTS


.1 Establish sufficient permanent bench marks at each Site, referenced to established bench
marks by survey control points. Record locations, with horizontal and vertical data in
Project Record Documents.

.2 Establish lines and levels, locate and lay out, by instrumentation.

.3 Stake for grading, fill and topsoil placement.

.4 Stake slopes and berms.

.5 Establish pipe invert elevations.

.6 Stake batter boards for foundations.

.7 Establish foundation and floor elevations.

.8 Establish lines and levels for mechanical and electrical work.

.9 Establish shaft and tunnel elevations/grades (refer to Division 2 tunnel specifications)

1.6 ELEVATIONS
.1 Unless otherwise stated, elevations given on the drawings or in the specifications refer to
the datum of the Geodetic Survey of Canada expressed in SI metric units.

.2 Verify elevations given and promptly report discrepancies to the Engineer in writing.

1.7 SURVEY MONUMENTS


.1 Maintain survey monuments, iron bars, round iron pipes and stakes for marking property
boundaries and locations.

.2 Where monuments, pipes or stakes are located on the line of the trench or within the
limits of the work, the Owner will replace them.

.3 Do not remove survey monuments without receiving prior written approval. Pay for or
replace monuments which were removed without approval.

.4 The Contractor shall confirm location of all monuments provided by the City and notify
the Contractor Administrator if any are missing.

1.8 EXISTING SERVICES


.1 Before commencing work, establish location and extent of service lines in area of Work
and notify Engineer of findings.

.2 Remove abandoned service lines within 2 m of structures. Cap or otherwise seal lines at
cut-off points as directed by Engineer.
CITY OF OTTAWA SECTION 01720
COMBINED SEWAGE STORAGE TUNNEL PREPARATION, MOBILIZATION,
DEMOBILIZATION
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

1.9 LOCATION OF IOS AT SITE 5


.1 The Contractor shall locate the IOS in the field at Site 5, within 10m of the IOS
Connection Chamber as indicated on the Contract Drawings, by drilling pilot holes to
locate the elevation of the IOS invert and the exact horizontal location of the IOS. The
IOS shall be located to the satisfaction of the Contract Administrator prior to
commencement of NST tunneling.

.2 The Contractor is to carry the cost of a minimum six (6) 50mm pilot holes in Tender
bid price and all associated labour, materials, pedestrian control and all other works
required to locate the IOS. The pilot holes shall be decommissioned thereafter and filled
with non-shrink grout.

.3 The Contractor shall survey the location of the IOS upon successful locating, survey the
IOS invert elevation and provide down hole CCTV to demonstrate that the pilot hole(s)
are located in the sewers obvert.

.4 The method noted herein is conceptual only; the Contractor shall submit a plan for
locating the IOS via pilot holes, or alternative method as proposed by the Contractor,
including shop drawings and methodology, to the Contract Administrator for review a
minimum of 14 days prior to commencing work.

.5 If this work is completed outside of the timeframe when the Contractor has full access to
Site 5 as outlined in Section 01117, the Contractor shall pay for and obtain all necessary
permit(s) to complete the work. This may include, but is not limited to, an NCC Access
Permit and RVAC Floodplain Permit.

1.10 LOCATION OF STORM SEWER AT SITE 2


.1 The Contractor shall locate the 1350mm diameter Storm Sewer on Slater in the field
prior to commencing excavation or installation of excavation protection system for the
3000mm diameter shaft at Site 2.

.2 The Contractor shall survey the location of the Storm Sewer upon successful locating,
including the invert elevation, obvert elevation and outside of pipe wall location and
location(s) of any shoring or bracing adjacent to the Storm Sewer.

.3 The Contractor shall submit a plan for locating the Storm Sewer, including shop
drawings and methodology, to the Contract Administrator for review a minimum of 14
days prior to commencing work.

1.11 MOBILIZATION AND DEMOBILIZATION


.1 Mobilization shall include, but not be limited to, the following items:
.1 Obtaining required permits.
.2 Temporary grading, construction of access roads, and all associated works to
facilitate the work.
.3 Moving in the Contractor and Engineers field offices and equipment required
within the first month after issuance of the Commence Work Order.
CITY OF OTTAWA SECTION 01720
COMBINED SEWAGE STORAGE TUNNEL PREPARATION, MOBILIZATION,
DEMOBILIZATION
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

.4 Providing temporary construction fencing at each site to prevent unauthorized


access to the work area before starting construction on site.
.5 Providing temporary construction roads and signage at each site if required.
.6 Providing temporary construction power, wiring, and lighting facilities at each
site if required.
.7 Providing onsite communication facilities, including telephones and internet
services at field offices, and fixed wire communication to the tunnel/shaft
construction site.
.8 Providing onsite sanitary facilities and potable water facilities as specified at
field offices and as required by Laws and Regulations, and governing agencies.
.9 Arranging for and erection of Contractors work and storage yard including
temporary fencing.
.10 Posting required notices and establishing safety programs and procedures.
.11 Coordinate safety programs and procedures with the Owner.
.12 Having Contractors superintendent at site full time.
.13 Removing debris and trash, etc as needed for Contractor to gain access to do the
Work.
.14 Mobilization of the TBM(s), batch plant, tools and materials for the assembly
and commissioning of the TBM(s).
.15 Demobilization shall include all activities and costs associated with
transportation of personnel, equipment, materials and supplies not required or
included in the contract from the site. This includes the disassembly, removal
and site cleanup of offices, buildings, and other facilities assembled on the site
specifically for this contract.
.16 All sites shall be reinstated to match existing conditions or as per final
requirements as outlined on the Contract Drawings.
.17 Contractor to include mobilization and demobilization in the progress schedule
as required in Section 01310 Progress Schedules, and shall update the schedule
when plans are changed. The schedule shall include mob/demob tasks at all
project sites, which may occur at different times as specified in Section 01117
Construction Sequences and Constraints.

1.12 LOCATION OF EQUIPMENT AND FIXTURES


.1 Location of equipment, fixtures and outlets indicated or specified are to be considered as
approximate.

.2 Locate equipment, fixtures and distribution systems to provide minimum interference


and maximum usable space and in accordance with manufacturer's recommendations for
safety, access and maintenance.
CITY OF OTTAWA SECTION 01720
COMBINED SEWAGE STORAGE TUNNEL PREPARATION, MOBILIZATION,
DEMOBILIZATION
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

.3 Inform Engineer of impending installation and obtain approval for actual location.

.4 Submit field drawings to indicate relative position of various services and equipment
when required by Engineer.

1.13 RECORDS
.1 Maintain a complete, accurate log of control and survey work as it progresses.

.2 On completion of foundations and major site improvements, prepare a certified survey


showing dimensions, locations, angles and elevations of Work.

.3 Record locations of maintained, re-routed and abandoned service lines.

1.14 SUBMITTALS
.1 Submit name and address of Surveyor to Engineer. The surveyor (s) shall be a licensed
Ontario Land Surveyor and the qualification of the surveyor shall be submitted.

.2 On request of Engineer, submit documentation to verify accuracy of field engineering


work.

.3 Submit site survey certificate signed by surveyor certifying those elevations and
locations of completed Work that conform and do not conform to the Contract
Documents.

1.15 SUBSURFACE CONDITIONS


.1 Promptly notify Engineer in writing if subsurface conditions at Place of Work differ
materially from those indicated in Contract Documents, or a reasonable assumption of
probable conditions based thereon.

.2 After prompt investigation, should Engineer determine that conditions do differ


materially; instructions will be issued for changes in Work as provided in Changes and
Change Orders.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01740
COMBINED SEWAGE STORAGE TUNNEL CLEANING
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 DESCRIPTION
.1 This section includes:
.1 Progressive cleaning
.2 Final cleaning

1.2 RELATED SECTION


.1 Section 01355 - Disposal of Excess Material
.2 Section 01770 - Closeout Procedures

1.3 REFERENCES

.1 City of Ottawa
.1 Special Provision S.P. No.: F-8028 Sweeper/Flusher

1.4 PROJECT CLEANLINESS


.1 Maintain Work in tidy condition, free from accumulation of waste products, graffiti and
debris, other than that caused by City or other Contractors.
.2 Remove waste materials from site at regularly scheduled times or dispose of as directed
by Engineer. Do not burn waste materials on site.
.3 Make arrangements with and obtain permits from authorities having jurisdiction for
disposal of waste and debris.
.4 Provide on-site containers for collection of waste materials, recycling and debris.
.5 Provide and use clearly marked separate bins for recycling. Refer to Section 01355 -
Disposal of Excess Material.
.6 Remove waste material and debris from site at end of each working day.
.7 Dispose of waste materials and debris off site.
.8 Clean interior areas prior to start of finish work, and maintain areas free of dust and other
contaminants during finishing operations.
.9 Store volatile waste in covered metal containers, and remove from premises at end of
each working day.

.10 Provide adequate ventilation during use of volatile or noxious substances. Use of
building ventilation systems is not permitted for this purpose.

.11 Use only cleaning materials recommended by manufacturer of surface to be cleaned, and
as recommended by cleaning material manufacturer.

.12 Schedule cleaning operations so that resulting dust, debris and other contaminants will
not fall on wet, newly painted surfaces nor contaminate equipment systems.
CITY OF OTTAWA SECTION 01740
COMBINED SEWAGE STORAGE TUNNEL CLEANING
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

.13 Conduct street sweeping and flushing at the instruction and to the satisfaction of the
Consultant, as per S.P. No.: F-8028.

1.5 FINAL CLEANING

.1 When Work is Substantially Performed, remove surplus products, tools, construction


machinery and equipment not required for performance of remaining Work.
.2 Remove waste products and debris other than that caused by others, and leave Work
clean and suitable for occupancy.
.3 Prior to final review, remove surplus products, tools, construction machinery and
equipment.
.4 Remove waste products and debris other than that caused by City or other Contractors.
.5 Remove waste materials from site at regularly scheduled times or dispose of as directed
by Consultant. Do not burn waste materials on site.
.6 Make arrangements with and obtain permits from authorities having jurisdiction for
disposal of waste and debris.
.7 Clean and polish all hardware, mechanical and electrical fixtures. Replace broken,
scratched or disfigured glass.
.8 Remove stains, spots, marks and dirt from electrical and mechanical fixtures, walls, and
floors.
.9 Clean lighting reflectors, lenses, and other lighting surfaces.
.10 Vacuum clean and dust behind grilles, louvers and screens.
.11 Inspect finishes, fitments and equipment and ensure specified workmanship and
operation.
.12 Broom clean and wash exterior walks, steps and surfaces; rake clean other surfaces of
grounds.
.13 Remove dirt and other disfiguration from exterior surfaces.
.14 Sweep and wash clean paved areas.
.15 Clean equipment and fixtures to a sanitary condition; clean or replace filters of
mechanical equipment.
.16 Remove debris and surplus materials from crawl areas and other accessible concealed
spaces.
.17 Remove snow and ice from access to the construction site.
.18 Clean shafts, buildings and structures, and tunnel to a sufficient level to allow safe
access and proper operation.
CITY OF OTTAWA SECTION 01740
COMBINED SEWAGE STORAGE TUNNEL CLEANING
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01750
COMBINED SEWAGE STORAGE TUNNEL OPERATIONS AND MAINTENANCE MANUAL
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 DESCRIPTION

This section includes requirements for the Operations and Maintenance Manual
(O&MM) Volume 2: Equipment and Material Information, which includes an organized
compilation of operating and maintenance data including detailed technical information,
documents and records describing operation and maintenance of individual products or
systems as specified in specification Sections.

1.2 RESPONSIBILITIES

.1 Volume 2 must be complete as a requirement of the Contractor receiving substantial


performance.

1.3 APPROVALS

.1 Submit five (5) hardcopies and one (1) electronic copy of the draft Operations and
Maintenance Manual Volume 2 to Engineer for approval four (4) weeks prior to the start
of equipment performance testing. Submission of individual data will not be accepted
unless so directed by Engineer.

.2 Make changes as required and re-submit as directed by Engineer to the satisfaction of the
Engineer.

.3 Do not submit draft Operations and Maintenance Manual until the shop drawings for
equipment, material and field verified control circuit loop diagrams have been reviewed
by the Engineer and finalized.

1.4 GENERAL

.1 Upon approval of draft submission, submit five (5) final hardcopies and one (1)
electronic copy as per formatting Article 1.5.

.2 Submit final operation and maintenance manuals to Engineer three (3) weeks prior to
start of commissioning.

1.5 STANDARD FORMAT

.1 FORMATTING
.1 All text shall be ARIAL font. Title Pages, Pocket Inserts, Cover pages shall have
a text size of 14 point. The facility name shall have a text size of 16 point and in
bold. Remaining document text, including Section headings to be size 11 point.
.2 Paragraphs shall be single spaced and fully justified. There shall be one (1) blank
line between paragraphs, and two (2) blank lines at the end of a section.
.3 Section headings shall be in CAPITALS, bold and underlined. The spacing after
a Section heading shall be 16 point.
.4 Sub-section headings shall be in CAPITALS, and bold. The spacing after a sub-
Section heading shall be 16 point.
CITY OF OTTAWA SECTION 01750
COMBINED SEWAGE STORAGE TUNNEL OPERATIONS AND MAINTENANCE MANUAL
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

.5 Pages shall be 8.5 by 11, with Top Margin = 0.8, Bottom Margin= 0.8, Left
and Right Margins = 1.
.6 Each page shall include a section number and page number, centered in the
footer on each page. The footer shall be located 0.5 from the bottom of the
page.
.7 Dates shall be in DD/MM/YYYY format.
.8 O&M manuals to be provided in digital (PDF) format which are searchable (i.e.
native PDFs) and indexed for major sections. Each shop drawing and equipment
information shall be provided in discreet native PDF files.

.2 BINDERS
.1 To have three "D" type rings, with clear vinyl pockets on the front and on the
spine to allow for the insertion of labels. The pockets are to be the full size of the
front and spine.
.2 The Contractor is to use the appropriate size of binder for the amount of
information that it is to contain and is to be loaded to no more than 80% of its
capacity the maximum binder width is to be 3 inches.
.3 The binders are to be white in colour.

.3 POCKET INSERTS

.1 Both the spine and the front pockets are to contain light coloured or white inserts
showing the following information:
.1 City of Ottawa Logo (in colour) in top left corner
.2 City of Ottawa (centered)
.3 City Operations
.4 Infrastructure Services Department
.5 Wastewater Services Branch
.6 System (CSST) and specific Facility name, to have the largest and
boldest print
.7 Operation & Maintenance Manual
.8 Volume number
.9 For Volume 2, include Section numbers, e.g. Section 05000 to 11000
.10 Office set or Field Set (there will be one of each)
.11 Date of Issue

.2 All lettering on the cover pages must be machine-produced lettering using black
ink. Hand-written or laser originals are unacceptable.

.4 FRONT PAGES

.1 The manuals shall have as a minimum the following information where


appropriate:
CITY OF OTTAWA SECTION 01750
COMBINED SEWAGE STORAGE TUNNEL OPERATIONS AND MAINTENANCE MANUAL
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.1 Title Page - Provide the contract number, contract name, the volume
number and the date.
.2 Master Table Of Contents Summarize and list contents for all volumes
and binders.
.3 List of Consultants and Contractors - Provide the names, addresses,
contact persons and telephone numbers of all consultants, contractors
and suppliers involved with the contract.

.5 QUANTITY

.1 Five (5) sets (hardcopies) of the manuals are to be supplied to the Consultant. If
more than one binder is required due to the quantity of information, then the
binders shall be designated "Binder 1 of #", "Binder 2 of #", etc.

1.6 STANDARD CONTENT

.1 ORGANIZATION

.1 The manuals are to be organized so that the Divisions and Sections of the manual
correspond to the Divisions and Sections found in the standard 16 Division
contract document.

.2 Each binder shall have a table of contents at the beginning that lists all of the
Divisions and Sections contained in the binder. The front cover shall indicate
which Divisions are covered in each binder. Effort should be made to ensure that
a Division is not split between binders however in some cases it may not be
feasible.

.3 Each Division shall have a cover page listing the applicable Sections that it
contains. For Sections with numerous pieces of equipment, provide a list of the
equipment within the Section on the cover page. Separate equipment with a
coloured sheet of plain paper.

.4 Divisions that are not required in the manual due to no applicable equipment or
materials being provided will be identified in the cover sheet and Table of
Contents with the text Not Required.

.5 Provide Tabs for each Volume and Division. Provide Tabs for Sections when
Divisions have more than 2 Sections. Do not provide Tabs for Divisions that are
Not Applicable.

.2 REQUIRED MAINTENANCE AND OPERATING INFORMATION

.1 Section contents:

.1 The following information shall be provided for each system and major
piece of equipment. The list is intended to be comprehensive and will
include requirements not associated with every piece of equipment or
product. The intended use of this volume is to provide the operations
group with all information that has been developed or produced for the
materials and equipment they have purchased.
.1 Description of each equipment system
CITY OF OTTAWA SECTION 01750
COMBINED SEWAGE STORAGE TUNNEL OPERATIONS AND MAINTENANCE MANUAL
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

.2 Operating instructions.
.3 Maintenance instructions complete with all specifications,
tolerances, torques, fits etc. necessary to conduct a complete
overhaul as well as suggested checklists and troubleshooting
information. Included any specific information on maintenance
required in order to comply with and maintain the warranty.
.4 Installation instructions.
.5 Preventive maintenance program, complete with suggested
checklists.
.6 Recommended spare parts list.
.7 Replacement part suppliers and service representatives, names,
addresses and telephone numbers.
.8 Test results; witness testing, commissioning test results, set-up
documentation.
.9 Schematics, shop drawings, single line diagrams and wiring
diagrams.
.10 Certification, guarantee, warranty, instrumentation calibration
certificates from the manufacturers.
.11 Hydrostatic and/or air test performance.
.12 Inspection approval certificates/permits for all systems.
.13 Safety precautions and procedures.
.14 Protective device coordination curves and studies, CT ratios,
fuse sizes and relay settings.
.15 PLC ladder logic complete with design notations in hardcopy
and on CD. When programming is provided by others
(Consultant or Client) make arrangements to obtain this
information and include it in this section.
.16 Model numbers, color codes and manufacturers for all
architectural features such as metal roofing, flashing, concrete
block, brick, quarry tile etc.
.17 Lubricant list, complete with the designated application.
.18 For gates, related actuators, sectional and plan view drawings
are to be provided for the purpose of fitting them onto the base.
.19 Shop Drawings.

.2 Where manufacturer's literature covers several models or options, the


applicable model number shall be highlighted and/or redundant model
numbers crossed out.

.3 Manual contents to be either manufacturers originals or high quality


photocopies. Faxed copies or photocopies of faxes are unacceptable.
Laser copies acceptable if separated from plastic pouches and covers by
blank pieces of paper.
CITY OF OTTAWA SECTION 01750
COMBINED SEWAGE STORAGE TUNNEL OPERATIONS AND MAINTENANCE MANUAL
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION

CITY OF OTTAWA SECTION 01770
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General

1.1 DESCRIPTION

.1 This section includes administrative procedures preceding preliminary and final


inspections of the Work.

1.2 RELATED SECTIONS

.1 Section 01780 - Closeout Submittals

.2 Section 01810 - Commissioning

1.3 INSPECTION AND DECLARATION

.1 Contractor's Inspection: Contractor and all Subcontractors shall conduct an inspection of


Work, identify deficiencies and defects, and repair as required to conform to Contract
Documents.
.1 Notify Engineer in writing of satisfactory completion of Contractor's Inspection
and that corrections have been made.
.2 Request Engineer's Inspection.

.2 Engineer's Inspection: Engineer and Contractor will perform inspection of Work to


identify obvious defects or deficiencies. Contractor shall correct Work accordingly.

.3 Completion: submit written certificate that following have been performed:

.1 Work has been completed and inspected for compliance with Contract
Documents.
.2 Defects have been corrected and deficiencies have been completed.
.3 Equipment and systems have been tested, adjusted and balanced and are fully
operational.
.4 Certificates required by Utility companies have been submitted.
.5 Operation of systems have been demonstrated to City's personnel.
.6 Work is complete and ready for Final Inspection.

.4 Final Inspection: when items noted above are completed, request final inspection of
Work by City, Engineer, and Contractor. If Work is deemed incomplete by City and
Engineer, complete outstanding items and request reinspection.

.5 Declaration of Substantial Performance: when City and Engineer consider deficiencies


and defects have been corrected and it appears requirements of Contract have been
substantially performed, make application for certificate of Substantial Performance.

.6 Commencement of Lien and Warranty Periods: date of City's acceptance of submitted


declaration of Substantial Performance shall be date for commencement for warranty
CITY OF OTTAWA SECTION 01770
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT PROCEDURES
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

period and commencement of lien period unless required otherwise by lien statute of
Place of Work.

.7 Final Payment: When City and Engineer consider final deficiencies and defects have
been corrected and it appears requirements of Contract have been totally performed,
make application for final payment. If Work is deemed incomplete by City and Engineer,
complete outstanding items and request reinspection.

.8 Payment of Holdback: After issuance of certificate of Substantial Performance of Work,


submit an application for payment of holdback amount.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General

1.1 DESCRIPTION

.1 This section includes:


.1 As-built, samples, and specifications
.2 Equipment and systems
.3 Product data, materials and finishes, and related information
.4 Operational and maintenance data
.5 Spare parts, special tools and maintenance materials
.6 Warranties and bonds
.7 Final site survey

1.2 RELATED SECTIONS

.1 Section 01330 Submittal Procedures

.2 Section 01450 - Quality Control

.3 Section 01720 - Preparation, Mobilization, Demobilization

.4 Section 01750 Operations and Maintenance Manual

.5 Section 01770 - Closeout Procedures

.6 Section 01810 - Commissioning

.7 Section 01820 - Demonstration and Training

1.3 SUBMISSION

.1 Prepare instructions and data using personnel experienced in maintenance and operation
of described products as per Section 01750 Operations and Maintenance Manual.

.2 Copy will be returned after final inspection, with Engineer's comments.

.3 Revise content of documents as required prior to final submittal.

.4 Four (4) weeks prior to the start of commissioning, submit to the Engineer, five (5) final
copies of operations and maintenance manuals in English.

.5 Ensure spare parts, maintenance materials and special tools provided are new,
undamaged or defective, and of same quality and manufacture as products provided in
Work.

.6 If requested, furnish evidence as to type, source and quality of products provided.


CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

.7 Defective products will be rejected, regardless of previous inspections. Replace products


at own expense.

.8 Pay costs of transportation.

1.4 FORMAT

.1 Organize data in the form of an instructional manual.

.2 Drawings: provide with reinforced punched binder tab. Bind in with text; fold larger
drawings to size of text pages.

.3 Provide 1:1 scaled CAD files in dwg format on CD.

.4 Additional requirements: As specified in Section 01750 Operations and Maintenance


Manual.

1.5 AS-BUILTS AND SAMPLES

.1 In addition to requirements in General Conditions, maintain at the site for Engineer one
record copy of:
.1 Contract Drawings
.2 Specifications
.3 Addenda
.4 Change Orders and other modifications to the Contract
.5 Reviewed shop drawings, product data, and samples
.6 Instrument calibration reports
.7 Field test records
.8 Inspection certificates
.9 Manufacturer's certificates

.2 Store record documents and samples in field office apart from documents used for
construction. Provide files, racks, and secure storage.

.3 Label record documents and file in accordance with Section number listings in List of
Contents of this Project Manual. Label each document "PROJECT RECORD" in neat,
large, printed letters.

.4 Maintain record documents in clean, dry and legible condition. Do not use record
documents for construction purposes.

.5 Keep record documents and samples available for inspection by Engineer.


CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

1.6 RECORDING ACTUAL SITE/AS-BUILT CONDITIONS

.1 Record information on set of black line opaque drawings, and in copy of Project Manual,
provided by Engineer.

.2 Provide felt tip marking pens, maintaining separate colours for each major system, for
recording information.

.3 Record information concurrently with construction progress. Do not conceal Work until
required information is recorded.

.4 Contract Drawings and shop drawings: legibly mark each item to record actual
construction, including as a minimum:
.1 Measured depths of elements of foundation in relation to finish first floor datum.
.2 Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
.3 Measured locations of internal utilities and appurtenances, referenced to visible
and accessible features of construction.
.4 Tunnel and shaft reports and surveyed data as detailed in division 2 tunnel and
shaft specifications.
.5 Field changes of dimension and detail.
.6 Changes made by change orders.
.7 Details not on original Contract Drawings.
.8 References to related shop drawings and modifications.

.5 Specifications: legibly mark each item to record actual construction, including:


.1 Manufacturer, trade name, and catalogue number of each product actually
installed, particularly optional items and substitute items.
.2 Changes made by Addenda and change orders.

.6 Other Documents: maintain manufacturer's certifications, inspection certifications and


field test records required by individual specifications sections.

1.7 FINAL SURVEY

.1 Submit final site survey certificate in accordance with Section 01720 - Preparation,
Mobilization, Demobilization certifying that elevations and locations of completed Work
are in conformance, or non-conformance with Contract Documents.

1.8 EQUIPMENT AND SYSTEMS

.1 Each Item of Equipment and Each System: include description of unit or system, and
component parts. Give function, normal operation characteristics, and limiting
conditions. Include performance curves, with Consulting data and tests, and complete
nomenclature and commercial number of replaceable parts.
CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.2 Panel board circuit directories: provide electrical service characteristics, controls, and
communications.

.3 Include installed colour coded wiring diagrams.

.4 Operating Procedures: include start-up, break-in, and routine normal operating


instructions and sequences. Include regulation, control, stopping, shut-down, and
emergency instructions. Include summer, winter, and any special operating instructions.

.5 Maintenance Requirements: include routine procedures and guide for trouble-shooting;


disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing,
and checking instructions.

.6 Provide servicing and lubrication schedule, and list of lubricants required.

.7 Include manufacturer's printed operation and maintenance instructions.

.8 Include sequence of operation by controls manufacturer.

.9 Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams
required for maintenance.

.10 Provide installed control diagrams by controls manufacturer.

.11 Provide Contractor's coordination drawings, with installed colour coded piping diagrams.

.12 Provide charts of valve tag numbers, with location and function of each valve, keyed to
flow and control diagrams.

.13 Provide list of original manufacturer's spare parts, current prices, and recommended
quantities to be maintained in storage.

.14 Include test and balancing reports as specified in Section 01450 - Quality Control and
Section 01810 - Commissioning.

.15 Additional requirements: As specified in individual specification sections.

1.9 MATERIALS AND FINISHES

.1 Building Products, Applied Materials, and Finishes: include product data, with catalogue
number, size, composition, and colour and texture designations. Provide information for
re-ordering custom manufactured products.
.2 Instructions for cleaning agents and methods, precautions against detrimental agents and
methods, and recommended schedule for cleaning and maintenance.
.3 Moisture-protection and Weather-exposed Products: include manufacturer's
recommendations for cleaning agents and methods, precautions against detrimental
agents and methods, and recommended schedule for cleaning and maintenance.
.4 Additional Requirements: as specified in individual specifications sections.
CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

1.10 SPARE PARTS

.1 Provide spare parts, in quantities specified in individual specification sections.


.2 Provide items of same manufacture and quality as items in Work.
.3 Deliver to site; place and store.
.4 Receive and catalogue all items. Submit inventory listing to Engineer. Include approved
listings in Maintenance Manual.
.5 Obtain receipt for delivered products and submit prior to final payment.

1.11 MAINTENANCE MATERIALS


.1 Provide maintenance and extra materials, in quantities specified in individual
specification sections.
.2 Provide items of same manufacture and quality as items in Work.
.3 Deliver to site; place and store.
.4 Receive and catalogue all items. Submit inventory listing to Engineer. Include approved
listings in Maintenance Manual.
.5 Obtain receipt for delivered products and submit prior to final payment.

1.12 SPECIAL TOOLS

.1 Provide special tools, in quantities specified in individual specification section.


.2 Provide items with tags identifying their associated function and equipment.
.3 Deliver to site; place and store.
.4 Receive and catalogue all items. Submit inventory listing to Engineer. Include approved
listings in Maintenance Manual.

1.13 STORAGE, HANDLING AND PROTECTION

.1 Store spare parts, maintenance materials, and special tools in manner to prevent damage
or deterioration.
.2 Store in original and undamaged condition with manufacturer's seal and labels intact.
.3 Store components subject to damage away from weather in weatherproof enclosures.
.4 Store paints and freezable materials in a heated and ventilated room.
.5 Remove and replace damaged products at own expense and to satisfaction of Engineer.

1.14 WARRANTIES AND BONDS

.1 Separate each warranty or bond with index tab sheets keyed to Table of Contents listing.
.2 List subcontractor, supplier, and manufacturer, with name, address, and telephone
number of responsible principal.
.3 Obtain warranties and bonds, executed in duplicate by subcontractors, suppliers, and
manufacturers, within 10 days after completion of the applicable item of work.
.4 The start of time of warranty begins at the Date of Substantial Performance.
CITY OF OTTAWA SECTION 01780
COMBINED SEWAGE STORAGE TUNNEL CLOSEOUT SUBMITTALS
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

.5 Verify that documents are in proper form, contain full information, and are notarized.
.6 Co-execute submittals when required.
.7 Retain warranties and bonds until time specified for submittal.
.8 Extended Warranties:
.1 Unless noted otherwise, Extended Warranties shall commence upon the expiry
of the contract warranty period.
.2 Extended Warranty for the specified components and/or system will remain in
effect for the number of years as specified in the individual specification
sections.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 NOT USED

END OF SECTION
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 1 OF 23

Part 1 General

1.1 DESCRIPTION
.1 This section includes:
.1 General requirements for testing and commissioning unit processes, sub-
systems, facilities and the overall CSST system.

.2 The commissioning process consists of pre-commissioning phase and


commissioning phase as defined in Item 1.3 of this section.

1.2 RELATED SECTIONS

.1 Section 01117 - Construction Sequences and Constraints

.2 Section 01050 - Coordination

.3 Section 01080 - Manufacturers Services

.4 Section 01220 - Project Meetings

.5 Section 01330 - Submittal Procedures

.6 Section 01450 - Quality Control

.7 Section 01820 - Demonstration and Training

.8 Division 5 - Metals

.9 Division 11 - Equipment

.10 Division 13 - Special Construction

.11 Division 15 - Mechanical

.12 Division 16 - Electrical

1.3 DEFINITIONS

.1 System: Entire Project, or an agreed-upon acceptable portion, including all


facilities, sub-systems and unit processes.

.2 Facility: All electrical, mechanical, process, instrumentation, etc. sub-systems or


equipment, in addition to underground installations that are included in the
Contracts scope of work for each CSST site.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 2 OF 23

.3 Sub-system: A collection of Unit Processes operating together as a collective to


perform a specific function, such as a set of level meters programmed to signal
open and close of a particular gate valve.

.4 Unit Process: A portion of the sub-system that performs a specific process


function, such as a level meter reading water level.

.5 Pre-Commissioning Phase: The first phase of the commissioning process,


includes testing and readying for operation of a system or sub-system and all
components and unit processes involved. This phase will include all works
necessary prior to commissioning of the system or sub-system, and involves field
testing, functional testing and performance testing.

.6 Commissioning Phase: The overall process of starting, testing, adjusting, and


balancing the various components, equipment, and sub-systems of the facility
based on system performance during rainfall events, over a period of time
following substantial completion.

.7 Commissioning Process: Includes both the Pre-commissioning and


Commissioning Phases.

.8 Field Test: Contractor start up and testing of equipment conducted by the


Contractor and Manufacturer Representative including but not limited to
certification of installation, input / output / loop checks, equipment calibration,
testing, adjusting, and balancing.

.9 Functional Test: Test or tests conducted in the presence of the Engineer and
Owner to demonstrate a system or component of a system and its operational
effectiveness and suitability in meeting its specified performance criteria under
various operating conditions. Includes field tests repeated with the Engineer and
Owner as witness.

.10 Performance Test: Test or tests conducted to evaluate the system and all facilities
and sub-systems within, to meet the project-specific process performance
requirements. These tests involve operating equipment in conjunction with the
City-programmed PLC.

.11 Manufacturer: The Manufacturer is the person, partnership, or corporation


responsible for the fabrication of equipment provided to the Contractor for the
completion of the Work.

.12 Manufacturers Representative: A Manufacturers Representative is a trained


serviceman empowered by the Manufacturer to provide installation, testing, and
commissioning assistance to the Contractor in his performance of these functions.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 3 OF 23

.13 SCADA System: Acronym for Supervisory Control and Data Acquisition. A
software package that monitors and provides high-level control functions to
connected field processors (RPUs), SCADA system will generally be responsible
for receiving, annunciating and logging alarms.

.14 Wet Test: A test performed in the presence of the Engineer and City to
demonstrate that the unit process, sub-system or equipment can operate
successfully in or when exposed to water in preparation for facility/system startup.

.15 Equipment: Any piping, mechanical or electrical component or process, such as a


slide gate, electric actuator, level transducer, etc.

1.4 COMMISSIONING PROCESS OVERVIEW


.1 Commissioning process shall be divided into two (2) phases:
.1 Pre-Commissioning Phase
.2 Commissioning Phase
.2 Pre-Commissioning phase shall be divided into three (3) testing stages:
.1 Field Testing
.1 Conducted by the Contractor and Manufacturers Representatives as
per specifications and equipment manufacturers.
.2 Functional Testing
.1 Conducted by the Contractor in the presence of the Engineer and the
Owner. Includes Local and Remote-Manual operation checks on
equipment, unit processes and sub-system components.
.3 Performance Testing
.1 Includes Wet-Testing (Stage 1) and SCADA SAT Testing (Stage 2).
.2 Coordinated by the City, the Engineer and the Contractor. Testing
conditions determined by the City and the Engineer. The Contractor
shall provide support and personnel / equipment to conduct the tests
as required by the City and the Engineer. Includes verification of sub-
system, facility and overall system performance in conjunction with
City PLC programming in Remote-Manual and Remote-Automatic
control.
.3 The final Commissioning phase shall begin following Performance Testing and
substantial completion of the Works and shall continue throughout the project
warranty period and until a minimum of three (3) rainfall events have occurred
causing activation of the tunnel filling and dewatering processes. If the warranty
period expires and less than three rainfall activation events have occurred, the
Commissioning Phase will continue until this requirement is satisfied.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 4 OF 23

.1 Final commissioning phase will be monitored and coordinated by the City


and Engineer. The Contractor shall provide personnel and equipment
resources for all necessary tests, adjustments, balancing and retesting as
directed by the City and the Engineer.

1.5 GENERAL
.1 The Commissioning Plan for the Works shall be prepared by the Contractor and
submitted to the Engineer and the City for review eight (8) weeks prior to the
proposed start date of any testing or other pre-commissioning activities at any
particular site or facility. Contractor shall provide allow a minimum of four (4)
weeks for review by the Engineer and the City. Final Commissioning Plan shall be
submitted to the Engineer at least two (2) weeks prior to the planned start of the
pre-commissioning.

.2 The Contractor, Engineer, and the City shall jointly commission the works in
accordance with the reviewed commissioning plan. The Contractor shall provide
sufficient manpower and necessary tools for the duration of the commissioning
process, including both Pre-commissioning and final Commissioning Phases. This
will include manpower necessary to monitor and maintain the works in operation
outside normal working hours to ensure continuous operation of the works as per
intended design. The Contractor shall make necessary adjustments during the
commissioning process to put the works into continuous operation as per intended
design. Any special tools shall be turned over to the City following Pre-
commissioning.

.3 The Contractor shall be responsible for commissioning all individual equipment,


unit-processes and sub-systems, including HVAC and building controls in the
odour control facilities. The SCADA and logic control programming for the
overall CSST system and for each facility will be developed by the City prior to
the start of commissioning by the Contractor. Commissioning of facilities and the
overall system shall be performed in coordination with Citys operating personnel.

.4 Unit processes, sub-systems, and equipment will be subjected to functional and


performance tests after field testing is complete and any identified deficiencies
have been remedied. Functional and performance tests shall be completed in the
presence of the Owner and the Engineer, and in coordination with Citys operating
personnel to ensure that tests are completed in accordance with the intended
programming logic.

.5 Cooperate with Citys operating personnel and provide access to equipment and
systems. Notify the Engineer and Citys operating personnel at least 7 days prior
to time that any facility and all sub-systems and unit processes contained within
will be ready for testing, adjusting, and balancing.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 5 OF 23

.6 The Contractor shall accept the direction and co-ordination assistance of the
Engineer throughout the commissioning process.
.7 The Contractor shall provide its own personnel or sub-contractor to direct and
supervise the entire commissioning process, including pre-commissioning in
coordination with the Owner and Engineer. The Citys operating personnel cannot
be hired for the supervision of the commissioning but will have access for
optional surveillance of the commissioning.

.8 The Contractor shall provide personnel representing the appropriate trades,


including control and instrumentation personnel throughout the commissioning
process. These personnel shall be skilled workers, able to expedite any minor
repairs, adjustments, etc. as are required to complete commissioning with as few
delays as possible.

.9 Provide tools and personnel and operate unit processes, sub-systems, and
equipment at designated times, and under conditions required for proper testing,
adjusting, and balancing.

.10 The Contractor shall supply and install the utilities (potable water, electricity,
heating), chemicals/gases (i.e. for odour control units and gas alarms) and testing
equipment required during the commissioning process at his own expense.
.11 Comply with procedural standards of certifying association under whose standard
services will be performed.

.12 The Manufacturers Representative will conduct all necessary checks to


equipment and if necessary, advise the Contractor of any further alignment,
checking, flushing, cleaning, or other work needed prior to confirming the unit-
process, sub-system, or equipment is ready to run.

.13 All suppliers representatives shall visit the site to inspect/commission their
equipment. At a minimum and if not specified elsewhere in the Contract
Documents, the Contactor shall account for a minimum number of non-
consecutive days to complete field, functional, and performance testing of the unit
process, sub-system, or equipment needed to accommodate the Contractors work.

.14 All components and systems shall be operated and tested in the automatic/manual
and the remote/local modes as required to provide proper operation. The
Contractor shall coordinate with City operating personnel for testing of sub-
systems and facilities and inter-site operation requiring programmed logic.

.15 Where applicable, and under the supervision and direction of the Engineer and
City personnel, wastewater shall be connected and introduced to the system or
facility in a manner which precludes the damage to any equipment or structures.
Upon completion of the RCI Diversion Chamber and removal of the Contractors
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 6 OF 23

flow management system, raw sewage will be flowing through the structure at
Site 3a during dry weather conditions. All other sites containing equipment are
anticipated to be exposed to combined sewage flows under wet weather
conditions.

.16 Ensure that any and all temporary bypasses and backup provisions installed for the
commissioning process function to the satisfaction of the Engineer and the City
prior to implementation.

.17 All minor and major alarm conditions will be induced to ensure that the process
reacts as intended, and the applicable alarms are annunciated.

.18 Report to the Engineer any deficiencies or defects noted during performance of
services in the form of facility-specific deficiency reports within 7 days of
identifying said deficiencies or defects. Corrective actions shall be proposed by
the Contractor and reviewed by the Engineer.

.19 Should the field, functional, or performance tests reveal any defects, then these
defects shall be promptly rectified and the field, functional, and/or performance
tests shall be repeated to the satisfaction of the Engineer. Additional costs
incurred by Contractor, the Engineer, or the City, due to repeat field, functional,
and/or performance tests shall be the responsibility of the Contractor.

.20 Accurately record data for each step of the commissioning process to be included
in the commissioning report.

.21 A copy of the commissioning reports is to be included in the final Operations and
Maintenance Manual.

.22 Update commissioning documentation in accordance with the as-built and


changes that occur throughout the commissioning process.

.23 The Contractor shall update the schedule of events throughout the commissioning
process.

.24 On successful completion of the field, functional, and performance tests, Form
103 attached to this specification will be signed by the Manufacturers
Representative, Contractor, and the Engineer. The contractor shall affix to
Form103 the results of the field, functional, and performance test including the
data documenting the observed values or characteristics of the performance
parameters.

.25 The Contractor shall affix to the tested equipment a 100mm by 200mm yellow
card reading Operable Condition Do not Operate without Contractors
Permission stenciled on in large black letter.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 7 OF 23

.26 Refer to individual Divisions and Sections for other detailed requirements about
the testing of specific unit process, sub-systems, or equipment.

1.6 QUALITY ASSURANCE


.1 Cooperate with testing organization services under provisions specified in Section
01450 - Quality Control and Section 01080 Manufacturers Services.

.2 Comply with applicable procedures and standards of the certification sponsoring


association.

.3 Perform services under direction of supervisor qualified under certification


requirements of sponsoring association.

1.7 REFERENCES
.1 Associated Air Balance Council (AABC): National Standards For Field
Measurements and Instrumentation, Total Systems Balance, Air Distribution-
Hydronics Systems.

1.8 SUBMITTALS
.1 Coordinate with Section 01080 Manufacturers Services

.2 Commissioning Plan:

.1 Within 5 working days after the first testing and commissioning meeting, as
specified in Section 01220 Project Meetings, submit five (5) hardcopies
and one (1) electronic copy of draft testing and commissioning plan
including all field testing, functional testing, performance testing, facility
startup, and System Startup. Plan shall be submitted to the Engineer and the
City for review at least eight (8) weeks before the planned start of any
testing or other pre-commissioning activities. Five (5) hardcopies and one
(1) electronic copy of the final commissioning plans shall be submitted to
the Engineer at least two (2) weeks prior to the planned start of the pre-
commissioning. The Contractor shall prepare and submit pre start-up and
calibration reports for all equipment as required in their respective Sections
prior to, or in tandem with, submission of the final commissioning plan.
.1 Field testing, functional testing, and performance testing plans shall
include the following as a minimum:
.1 Plan title block shall include a unique plan identification
number, project contract number, location, date and plan
revision number for each unit process or sub-system plan.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 8 OF 23

.2 Provide a brief outline description of the unit process, sub-


system or equipment and location within the facility involved.
.3 Identify any unit process, sub-system or equipment specific
safety hazards and together with the Engineer and City review
and document the safety procedures, safety equipment and
related safety requirements.
.4 Describe in writing the scope of each unit process or sub-system
or equipment and provide drawings, schematics and diagrams as
applicable to clearly define the scope of testing. Tabulate the list
of equipment involved with their associated tag numbers,
description, associated sub-systems or unit processes,
manufacturer or supplier and location.
.5 List and detail all temporary equipment (pump, valve, pipe, etc.)
and installations planned to allow field, functional, and
performance testing to take place.
.6 List all testing, startup tools, and fixtures such as pressure
gauges, flow meters, amp meters and volt meters as may be
required to allow field, functional, and performance testing to
take place.
.7 List of all personnel who the Contractor plans for
commissioning and hand-over with information confirming
personnel compliance with quality assurance provision.
Designate who has managerial responsibilities for coordination
of entire testing.
.8 List other resources required from the contractor, subcontractor,
manufacturer, supplier, City and Engineer to allow for field,
functional, and performance testing to take place.
.9 A detailed schedule prepared using Microsoft Project software,
identifying the unit process, sub-system, or equipment and
calendar dates including but not limited to
commencement/completion of testing of all component parts of
the facility/system.
.10 Detailed testing plans, setting forth step-by-step descriptions of
the procedures proposed by the Contractor for the systematic
testing of all unit processes, sub-systems, or equipment installed
under this contract. Briefly in writing describe each step and
identify specific actions with associated responsibilities and
timing.

.11 Planned attendance schedule for manufacturers representatives.


CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 9 OF 23

.12 Sample forms for documenting the results of all field,


functional, and performance testing.
.13 Contingency plans in the event of a process malfunction.
.14 Drawings and sketches as required illustrating the planned
sequence of events.
.3 The Contractor shall prepare and submit pre start-up and calibration reports for all
equipment as required in their respective Sections prior to, or in tandem with,
submission of the commissioning plan.

.4 The Contractor will develop test documentation forms specific for each unit
process, sub-system, equipment and/or associated equipment items installed under
this Contract. Acceptable documentation forms for all unit process, sub-system,
equipment and/or associated equipment will be produced for review by the
Engineer a minimum of two (2) weeks prior to any functional testing. Once the
Engineer has reviewed and taken no exception to the forms proposed by the
Contractor, the Contractor will produce sufficient forms, at his expense, to
provide documentation of all testing work to be conducted as a part of this
contract. The following is a partial list of report documents to be included.

.1 Contractor Control Loop and/or I/O Check Forms (Field Test)


.2 Control Loop and/or I/O Check Verification Forms (Functional Test)
.3 Instrumentation Calibration Form
.4 Electrical Equipment Inspection Report
.5 Electrical Installation/Start-Up Checklist
.6 Checklist of the testing of all auxiliary devices including: electrical utility
systems, where applicable.
.7 Instruments Installation Checklist
.8 Control Panel/RPU Installation Checklist
.9 Motor Starter Installation and Start-Up Checklist
.10 Mechanical Installation/Start-Up Checklist
.11 Mechanical Equipment Inspection Report
.12 Alignment Data Record Form
.13 HVAC Checkout/Verification Forms
.14 Testing & Balancing Reports
.15 Pressure/Hydrostatic Tests
.16 Leakage / Seal Test Reports (for gaseous and liquid containing systems)
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 10 OF 23

.17 Valve Installation Checklist


.18 Checklist and verification of operability of all gates, valves, actuators, and
lifting equipment.
.19 Gas Monitor Tests & Calibration Reports
.20 Differential Pressure Monitor Tests & Calibration Reports
.21 Temperature Transmitter Tests & Calibration Reports
.22 Inventory of Spare parts and Tools
.23 Submit a draft commissioning report in appropriate format to the Engineer
and City for review within two (2) weeks of the successful completion of
the system commissioning.
.5 The Contractor shall compile, maintain, make available for Engineers review and
submit the following documentation at least two (2) weeks prior to entering into
the commissioning phase at any particular site. The Contractor shall populate each
section with the prescribed documentation produced as a result of all activities
associated with pre-commissioning tasks that include, but are not limited to, the
following documents:
.1 Equipment test plans and results of field testing,
.2 Manufacturers Certificate of Proper Installation (Form 101 and 102,
attached)
.3 FAT & functional test plans and results of the tests,
.4 Certificates of instrument calibration sheets,
.5 Field verified control circuit loop diagrams,
.6 Commissioning and equipment start-up plans.
.6 Submit reports in appropriate format to Engineer for testing postponed due to
seasonal, climatic, occupancy, or other reasons beyond Contractor's control,
promptly after execution of those services.

.7 Commissioning Report

.1 The Contractor will develop and implement a records keeping system to


document compliance with the requirements of this Section. Calibration
documentation will include identification (by make, manufacturer, model,
and serial number), Tag No. of all test equipment, date of original
calibration, subsequent calibrations, calibration method, and test laboratory.
.2 Equipment and system documentation as a minimum will include date of
test, equipment number Tag No., nature of test (Field, Functional or
Performance test), test objectives, test results, test instruments employed for
the test and signature spaces for the Engineer's witness, City witness and the
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 11 OF 23

Contractor's Testing Manager. A file will be established for each sub-system


and item of equipment. It is suggested that files be maintained separately for
pipe pressure testing, mechanical equipment/instrumentation testing,
electrical equipment, etc.. These files will include the following information
as a minimum:
.1 Metallurgical tests (if required)
.2 Factory Acceptance Testing (FAT) performance tests (if required)
.3 Manufacturers Certificates of Proper Installation and Satisfactory
Performance.
.4 Test results and calibration of all major equipment.
.5 Field tests results
.6 Functional tests results (in coordination with City operating
personnel)
.7 Performance tests results (in coordination with City operating
personnel)
.8 Fifteen days prior to Substantial Performance, submit 3 copies of final reports on
applicable forms.

1.9 COORDINATION WITH EXISTING SYSTEM AND/OR COMPONENTS


.1 Testing and start-up of new systems, subsystems and components shall be
coordinated with existing facilities as agreed upon by the City and the Engineer.

.2 The Contractor is made aware that existing electrical, mechanical, instrumentation


and control infrastructure at Site 1 (Lebreton Flats Diversion Chamber) will be
turned over to the Contractor for completing functional testing of the CSST
system.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 CONTRACTORS TESTING REPRESENTATIVE


.1 Designate and furnish one or more Contractor personnel to coordinate and
expedite commissioning process.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 12 OF 23

.2 Such person or persons shall be available at all times throughout the


commissioning process, including the final Commissioning Phase throughout the
project warranty period.

3.2 PREPARATION:
.1 General:
.1 Complete installation of each unit process and associated equipment before
testing, including all related manufacturers representative start-up services.
.2 Furnish qualified manufacturers representatives, when required by
individual Specification sections, to assist in testing.
.3 Obtain from equipment manufacturers representative the Manufacturers
Certificate of Proper Installation Forms (Form 101 and 102), in accordance
with this Section.
.4 Schedule equipment test meetings to discuss test schedule, plan of test,
materials, facilities operations interface and City involvement.
.5 Provide temporary valves, gauges, piping, test equipment and other
materials and equipment required to conduct testing.
.6 Provide instruments required for testing, adjusting, and balancing
operations.
.7 Make instruments available to Consultant to facilitate spot checks during
testing.
.8 Retain possession of instruments and remove at completion of services.

.2 Test Report Form: Provide written test report form for each item of equipment to
be tested, to include the following minimum information:
.1 City/Project Name.
.2 Equipment or item tested.
.3 Date and time of test.
.4 Type of test performed.
.5 Test conditions.
.6 Test results.
.7 Signature space for Contractor, City, and Engineer representatives.

.3 Cleaning and Checking: Prior to beginning field testing:


.1 Calibrate testing equipment in accordance with manufacturers instructions.
.2 Inspect and clean equipment, devices, connected piping, and structures to
ensure they are free of foreign material.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 13 OF 23

.3 Lubricate equipment in accordance with manufacturers instructions.


.4 Turn rotating equipment by hand when possible to confirm that equipment
is not bound.
.5 Open and close valves by hand and operate other devices to check for
binding, interference, or improper functioning.
.6 Check power supply to electric-powered equipment for correct voltage.
.7 Adjust clearances and torque.
.8 Test piping for leaks.
.9 Balance HVAC systems, measuring airflow (L/s) static pressure, and
component pressure losses.
.10 Piping, wiring and the conduit systems shall be finished and tested.
.11 Conduct I/O and/or Loop Checks.
.12 Control systems shall be completed and the related control software
debugged.
.13 Make instruments available to Engineer to facilitate spot checks during
testing.
.14 Retain possession of instruments and remove at completion of services.
.15 Architectural finishes, heating and ventilation, and lighting shall be
substantially complete.
.16 Verify sub-systems installation is complete and in continuous operation.
.17 Verify lighting is turned on when lighting is included in cooling load.
.18 Verify equipment is in full operation.

3.3 FIELD TEST


.1 The Contractor shall notify the Engineer of his readiness to start up and test the
equipment a minimum of two (2) weeks in advance. The Engineer, City
representative shall attend if deemed appropriate.

.2 The Contractor shall operate the unit process, sub-system, and/or equipment for at
least one (1) hour or as suggested by the manufacturers representative to
demonstrate to him the operation of the equipment and any required ancillary
services. Any remedial measures required to ensure satisfactory operation shall be
promptly undertaken.

.3 All control loop and/or I/O checks must be complete with no outstanding issues,
all control diagrams and wiring drawings must be marked-up to reflect actual
construction status, and draft O &M Manual completed and submitted to
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 14 OF 23

Engineer. The Engineer will confirm that these conditions are met before the
Contractor can proceed to functional testing.

.4 Functional tests shall not be scheduled concurrently or subsequent to the field test,
unless agreed to by the Engineer.

3.4 FUNCTIONAL TEST


.1 The Contractor shall notify the Engineer of his readiness to demonstrate the
operation of the unit process, sub-system, and/or equipment submitting to the
Engineer all required documentation a minimum of two (2) weeks in advance.
The Engineer and City representative shall attend all functional testing.

.2 Ready-to-test determination will be made by the Engineer based at least on but not
limited to the following:
.1 Notification by Contractor of equipment readiness for testing.
.2 Field Test Report including but not limited to documentation that all
equipment, controls and instrumentation has been installed, calibrated and
field tested.
.3 Acceptable Functional Testing Plan.
.4 Acceptable Draft Operation and Maintenance Manuals.
.5 Receipt of Manufacturers Certificate of Proper Installation (Form 101 and
102).
.6 Adequate completion of Work adjacent to, or interfacing with, equipment to
be tested.
.7 Availability and acceptability of manufacturers representative, when
specified, to assist in testing of respective equipment.
.8 Satisfactory fulfillment of other specified manufacturers responsibilities.
.9 Equipment and electrical tagging complete.

.3 Functional tests will be conducted either concurrent with or subsequent to the


performance test, as practical and agreed between the Engineer, City, and the
Contractor.

.4 With the assistance of the Manufacturers Representative, the Contractor will


demonstrate to the Engineer, and City Representative that the equipment is
properly installed. Alignment, piping, connections, electrical connections
including instrument I/O and Loop checks, etc. will be verified.

.5 Conduct the functional test as specified in individual specification sections. The


equipment shall then be run for a minimum of one (1) hour to the satisfaction of
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 15 OF 23

the Engineer. Detailed equipment specifications may require longer durations than
one hour refer to individual specifications. Local and Remote-Manual control
shall be satisfactorily verified by cycling the equipment or sub-systems through
several start-stop operations, modulating its output, or some combination.
Operating parameters such as temperature, pressure, voltage, vibration, etc. will
be checked to ensure that they are within the specified Manufacturers
recommended limits, whichever is more stringent. Hardwired interlocks between
various equipment and/or unit processes shall be tested and verified.

.6 The Owner or Engineer may, at their own discretion, order additional or modified
tests to be conducted in field, even if not explicitly listed in the Functional Testing
Plan. Operating conditions for each test shall ultimately be determined by the
Owner and Engineer.

.7 On satisfactory completion of the demonstration run in the Engineers opinion, the


equipment will be stopped and critical parameters, such as alignment, will be
rechecked.

3.5 PERFORMANCE TEST


.1 General

.1 The performance test shall consist of two (2) stages and completed in the
following order:
.1 Stage 1 West Test: Wet testing each facility or equipment/unit
processes within each facility, if applicable, in local control mode;
this is led by and performed by the Contractor under supervision of
the Engineer and City staff.
.2 Stage 2 SCADA site acceptance test (SAT): this is led and
performed by City staff and supported by the Contractor.

.2 Stage 1 wet testing will be conducted either concurrent with or subsequent


to the functional test, as practical and agreed between the Engineer, City,
and the Contractor.

.3 Conduct the performance test as specified in individual specification


sections.

.4 Significant Interruption: May include any of the following events:


.1 Failure of the Contractor to provide and maintain qualified onsite
commissioning personnel as scheduled.
.2 Failure of the equipment to meet specified performance for more than
2 consecutive hours or being operated 5 separate times, depending on
the nature of the test and equipment type.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 16 OF 23

.3 Failure of any critical equipment, sub-system or unit process that is


not satisfactorily corrected within 5 hours after failure.
.4 Failure of any noncritical equipment, sub-system or unit process that
is not satisfactorily corrected within 8 hours after failure.

.5 As determined by Engineer.

.5 A significant interruption during each performance testing period (stage)


will require on-going testing to be stopped. If the significant interruption is
caused by the construction deficiency and/or equipment failure/malfunction,
the repair, adjustment, or correction shall be made by the Contractor at no
cost to the City and then the testing period will be re-set to zero and
restarted for the full duration. If the significant interruption is caused by the
Citys programming issue, the testing shall continue after the programming
issue is solved.

.6 New equipment will be started and run for three (3) days for each wet
testing stage, of which the last twenty-four hours shall be consecutive.
During the performance testing period, as practical, conditions will be
simulated which represent maximum or most severe, average, and minimum
or least severe conditions. These conditions will be mutually agreed by the
Contractor and Engineer on the basis of the information contained in the
technical specifications, as well as the methods utilized to create the
simulated conditions and the time periods allotted to each.

.7 Performance tests shall be dictated in the technical specifications for each


item of equipment or as reasonably required by the Engineer to prove
adherence to the requirements listed in the specification.

.8 Performance testing shall not commence until equipment has been approved
by the Engineer as having satisfied functional test requirements specified.

.9 Follow approved testing plan and detailed procedure specified.

.10 Source and type of fluid, gas, or solid for testing shall be as specified.

.11 Unless otherwise indicated, furnish all labor, materials, and supplies for
conducting the wet tests and taking all samples and performance
measurements.

.12 Prepare performance test report summarizing test method and results.

.2 Stage 1 - Wet Testing


CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 17 OF 23

.1 Conduct the performance testing on each applicable facility and unit-process


in local mode as per the approved commissioning plan.

.2 Wet Testing may include, but is not limited to, the following:

.1 Testing of gate and valve seals and ability to retain water


.2 Testing of gate and valve operation in the presence of water at
specified design head or pressures.
.3 All other tests, checks or verifications to be conducted in the presence
of water as per these specifications or equipment manufacturers
recommendations.

.3 City Responsibilities:

.1 Provide input to Contractor in developing a Stage 1 testing plan.

.4 Contractor Responsibilities:
.1 Develop and implement the Stage 1 testing plan
.2 Perform testing by using water source approved by the Engineer. The
contractor shall be responsible for providing, connecting, introducing
and maintaining the flow during the performance testing without
additional cost to the Contract.
.3 Implement all necessary safeguards to protect existing and new
infrastructure and equipment from damage.
.4 Implement all necessary safeguards to protect
Contractor/City/Engineer personnel from harm.
.5 Implement all necessary safeguards to prevent overflow of sanitary or
combined sewage into natural waterways.
.6 Cooperate with the Engineer and Citys operating staff for the
duration of testing.
.7 Provide labor, equipment and tools as required for the duration of the
testing.
.3 Stage 2 - SCADA Site Acceptance Test (SAT)

.1 The Supervisory Control and Data Acquisition (SCADA) programming will


be performed by the City. SCADA testing will be executed to demonstrate
operation of the new facility or process unit or part thereof using automated
controls through the City SCADA system.
.2 SCADA SAT Testing may include, but is not limited to, testing of
equipment response to various site operating conditions and
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 18 OF 23

thresholds/setpoints. Specific site operating conditions may be either


induced at the site through control of water flow, or artificially tripped at
sensors and monitors.
.3 SCADA SAT Plan:

.1 The City and Engineer will develop a plan detailing step-by-step


instructions for the SCADA testing of each unit process.

.4 City Responsibilities:

.1 Develop the SCADA Testing Plan detailing step-by-step instructions


for testing of each unit process and the complete facility.
.2 Provide staff to lead and participate in SCADA Testing.

.5 Contractor Responsibilities:

.1 Cooperate with the Engineer and Citys operating staff for the
duration of testing.
.2 Provide labor, equipment and tools as required for the duration of the
testing.
.3 Reserve resources and personnel to coordinate with the Engineer and
City for SCADA SAT.

.6 SCADA SAT Period:

.1 Upon successful completion of the wet testing in local control mode,


the Contractor is to assist the City and Engineer in successfully
completing the SCADA system SAT by placing the new, refurbished
and reconstructed works in operation. The Contractor shall have
supervisory personnel, mechanics, electricians, instrument technicians
and other workmen on site during the normal working day and as
required at other times to ensure the safe operation of the facility.
During other times, have the above personnel on call to attend to any
adjustments and corrections required. If anything is not satisfactory
during the SCADA SAT due to significant interruptions or problems
encountered with the SCADA programming, continue to provide
support during the SCADA SAT and take action to correct problems
created by the installation of the new works until the operation of the
SCADA system is successfully proven.
.2 Testing of the SCADA system for the entire facility or any portion
thereof shall be considered complete when, in opinion of Engineer,
facility or designated portion has operated in manner as intended
without significant interruption.
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 19 OF 23

3.6 COMMISSIONING PHASE


.1 If anything is not satisfactory following Performance Testing due to significant
interruptions or problems encountered with the SCADA programming, the
Contractor shall continue to provide support and take action to correct problems
created by the installation of the new works until the operation of the system has
been successfully proven.

.2 Following successful of all facilities the City will place the new, refurbished and
reconstructed works into continuous operation. The Contractor shall, have
supervisory personnel, mechanics, electricians, instrument technicians, and other
workmen on call to attend to any adjustments and corrections required.

.3 The final Commissioning phase shall begin following substantial completion of


the Works and once the system is placed in continuous Remote-Automatic
operation.

.4 General

.1 Prior to entering the commissioning phase all City training must be


complete on all equipment, unit process, sub-system, etc.

.2 Significant Interruption: May include any of the following events:


.1 Failure of the Contractor to supply qualified onsite commissioning
personnel as requested to correct issues encountered during the
Commissioning Phase.
.2 Failure of the equipment to meet specified performance during any
rainfall event throughout the Commissioning Phase.
.3 Failure of any critical equipment, sub-system or unit process that is
not satisfactorily corrected within 5 days after failure.
.4 Failure of any noncritical equipment, sub-system or unit process that
is not satisfactorily corrected within 10 days after failure.
.5 As determined by Engineer at his or her own judgement.

.3 If the significant interruption is caused by the construction deficiency and/or


equipment failure/malfunction, the repair, adjustment, or correction shall be
made by the Contractor at no cost to the City. The number of successful
activations will be re-set to zero, even if the project warranty period has
expired. If the significant interruption is caused by the Citys programming
issue, the testing shall continue after the programming issue is solved.

.4 The Commissioning Process shall be deemed to be complete after the works


have been operating continuously and trouble-free throughout the project
CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 20 OF 23

warranty period, barring any significant interruptions, and the CSST system
has operated as intended and trouble-free throughout a minimum of three
(3) separate activation rainfall events in which the system is filled and
dewatered as designed, and all process, mechanical and electrical equipment
is free of vibration, overloading, or overheating, and is functioning in
accordance with specified rates, methods, and performance. In the event of a
failure of the identified components that are to be tested, the number of
successful activation events will be re-set to zero and retested for the full
duration.

3.7 CALIBRATION OF FIXED INSTRUMENTS


.1 Calibration of analysis instruments, sensors and gauges installed under this
contract will proceed on a system-by-system basis. No equipment or system
performance testing will be performed until instruments and gauges to be installed
in that particular system have been calibrated, the calibration work has been
witnessed by the Engineer and the reports have been submitted by the Contractor.

.2 All analysis instruments, sensors and gauges used for performance testing will be
subject to recalibration to confirm accuracy after completion, but prior to
acceptance of each performance test. All analysis instruments, sensors and gauges
installed under this contract will be subject to recalibration as a condition
precedent to Commissioning under the provisions of this section.

END OF SECTION

SUPPLEMENTAL INFORMATION

CERTIFICATE OF READINESS TO INSTALL FORM 101

CERTIFICATE OF SATISFACTORY INSTALLATION FORM 102

CERTIFICATE OF EQUIPMENT SATISFACTORY PERFORMANCE FORM 103


CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 21 OF 23

CERTIFICATE OF READINESS TO INSTALL

FORM 101

PROJECT:

OWNER: EQPT/SYSTEM::

EQPT SERIAL NO: EQPT TAG NO:

MANUFACTURER: SPEC. SECTION:

I have familiarized the contractors installer (s) of the specific installation requirements related to the
equipment listed above and am satisfied that he (they) understands the required procedures.

____________________________________ _______________

MANUFACTURERS REPRESENTATIVE DATE

(Print Name and Authorized Signature)

___________________________________________ ______________

GENERAL CONTRACTORS REPRESENTATIVE DATE

(Print Name and Authorized Signature)


CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 22 OF 23

CERTIFICATE OF SATISFACTORY INSTALLATION

FORM 102

PROJECT:

OWNER: EQPT/SYSTEM::

EQPT SERIAL NO: EQPT TAG NO:

MANUFACTURER: SPEC. SECTION:

I have completed my check and inspections of the installation listed above and herby certify that the
above-referenced equipment has been:

(Check Applicable)

_____ Installed in accordance with Manufacturers recommendations

_____ Inspected, checked and adjusted

_____ Serviced with proper initial lubricants

_____ Electrical, mechanical and instrumentation connections meet quality and safety standards and

_____ All applicable safety equipment has been properly installed

I also confirm that the installation is satisfactory and that defects have been remedied to my satisfaction
except any as noted below.

COMMENTS:

____________________________________ _______________

MANUFACTURERS REPRESENTATIVE DATE

(Print Name and Authorized Signature)


CITY OF OTTAWA SECTION 01810
COMBINED SEWAGE STORAGE TUNNEL COMMISSIONING
CONTRACT NO. ISD14-2036 PAGE 23 OF 23

CERTIFICATE OF EQUIPMENT SATISFACTORY PERFORMANCE

FORM 103

PROJECT:

OWNER: EQPT/SYSTEM::

EQPT SERIAL NO: EQPT TAG NO:

MANUFACTURER: SPEC. SECTION:

We certify that the equipment listed above has been operated for at least three days of which the last
twenty-four hours were consecutive and that the equipment operates satisfactorily and meets its specified
operating criteria. No defects in the equipment were found. The equipment is therefore classed as
conforming.

___________________________________ _____________

MANUFACTURERS REPRESENTATIVE DATE

(Print Name and Authorized Signature)

___________________________________________ ______________

GENERAL CONTRACTORS REPRESENTATIVE DATE

(Print Name and Authorized Signature)

___________________________________ ______________

REPRESENTATIVE OF THE ENGINEER DATE

(Print Name and Authorized Signature)



CITY OF OTTAWA SECTION 01820
COMBINED SEWAGE STORAGE TUNNEL DEMONSTRATION AND TRAINING
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

Part 1 General

1.1 DESCRIPTION

This section includes procedures for demonstration and instruction of equipment and
systems to City's personnel.

1.2 RELATED SECTIONS

.1 Section 01080 Manufacturers Services

.2 Section 01780 - Closeout Submittals

.3 Section 01810 - Commissioning

1.3 DESCRIPTION

.1 The Contractor shall provide demonstration and training to the Citys


personnel/operators by skilled trainers retained by the Contractor specifically for the
purpose, in the proper operation and maintenance of the entire CSST equipment and
systems provided and installed under the contract.

.2 City will provide list of personnel to receive instructions, and will coordinate their
attendance at agreed-upon times.

.3 The demonstration and training shall be provided at least two (2) weeks prior to the start
of commissioning. The contractor shall coordinate the schedule with the City and the
manufacturers representatives in advance for their attendance.

.4 Training should include both classroom discussion to present the materials and in-field
demonstration of each system as required to ensure that all City Operators clearly
understand the system after training.

.5 Contractor to arrange minimum two (2) separate training sessions with all major
manufacturers representatives present to demonstrate their equipment. The separate
training sessions will not be on consecutive days. Training is to be scheduled on
Tuesdays and/or Thursdays.

1.4 QUALITY CONTROL

.1 Qualified Trainer:
.1 The Contractor shall provide the specified on-the-job training of the Citys
operating and maintenance staff for the maintenance of equipment. The training
sessions shall be conducted by qualified and experienced (2 years minimum)
factory trained representatives from the various equipment manufacturers.
Training shall include instruction of operating personnel in equipment operation
and preventative maintenance and instruction of mechanics, electricians and
electronics technicians in normal maintenance up to major repair.
.2 At least two (2) weeks prior to the training, submit the qualifications and
experiences of the proposed trainers to the Engineer for approval.
CITY OF OTTAWA SECTION 01820
COMBINED SEWAGE STORAGE TUNNEL DEMONSTRATION AND TRAINING
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

.3 Refer to other requirements in Section 01080 Manufacturers Service.

1.5 SUBMITTALS AND SCHEDULE

.1 Submit schedule of time and date for demonstration and training sessions at least two (2)
weeks prior to designated training dates for Engineer's approval.

.2 Submit fifteen (15) copies of the following training information to the Engineer. Due to
phased testing and commissioning activities, separate submittals can be prepared for
equipment items or systems. The material shall be reviewed and accepted by the
Engineer no later than two (2) weeks prior to the scheduled training sessions.
.1 Lesson plans for each training session by the manufacturers representatives.
.2 All training manuals, handouts, visual aids and other reference materials shall be
provided to attendees.
.3 Date, time, and subject of each training session with identity and qualifications
of individuals to be conducting the training.

.3 Concurrent training classes will not be permitted under any circumstances.

.4 Submit Manufacturers operation and maintenance manuals to Citys personnel at least


one (1) week prior to the scheduled training sessions.

.5 Submit reports within one (1) week after completion of demonstration, that
demonstration and instructions have been satisfactorily completed. Give time and date of
each demonstration with list of persons present.

.6 Submit electronic version of training documents in searchable PDF format to the City.

1.6 CONDITIONS FOR DEMONSTRATION AND TRAINING

.1 Equipment has been inspected, tested and put into operation in accordance with Section
01810 Commissioning.

.2 Testing, adjusting, and balancing have been performed.

.3 Provide copies of completed operation and maintenance manuals for use in


demonstrations and instructions.

Part 2 Products

2.1 TIME ALLOCATED FOR INSTRUCTIONS

.1 To be in accordance with the requirements in the individual specification sections. If


there are no requirements in the individual sections, the following shall be minimum time
requirements:
.1 Process Equipment (Odour control unit (including fan, grease-mist eliminator,
inline duct heater and associated systems), slide gates, electric actuators, valves,
flap gates, stop logs, etc.): 8 hours
.2 Structural (hoists and cranes) 2 hours
CITY OF OTTAWA SECTION 01820
COMBINED SEWAGE STORAGE TUNNEL DEMONSTRATION AND TRAINING
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.3 Instrumentation 4 hours
.4 Mechanical 4 hours
.5 Electrical 4 hours
.6 PLC 4 hours

2.2 LESSON PLAN

.1 Title and objectives.


.2 Recommended types of attendees (e.g., managers, Engineers, operators, maintenance).
.3 Course description and outline of course content.
.4 Format (e.g., lecture, self-study, demonstration, hands-on).
.5 Instruction materials and equipment requirements.
.6 Resumes of instructors providing the training.

Part 3 Execution

3.1 PREPARATION

.1 Verify that conditions for demonstration and instructions comply with requirements.

.2 Verify that designated personnel are present.

3.2 DEMONSTRATION AND INSTRUCTIONS

.1 Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, and


maintenance of each item of equipment at a scheduled agreed upon location.

.2 Instruct personnel in all phases of operation and maintenance using operation and
maintenance manuals as the basis of instruction.

.3 Review contents of manual in detail to explain all aspects of operation and maintenance.

.4 Prepare and insert additional data in operations and maintenance manuals when the need
for additional data becomes apparent during instructions.

3.3 TRAINING REQUIREMENTS

.1 The Contractor shall conduct training sessions for the Citys operating and maintenance
staff to instruct on the proper operation, care and maintenance of the equipment and
systems installed under this contract. Training shall take place at the site of the work and
under the conditions as specified.

.2 Field training session shall take place at the site of the equipment.

.3 Formal written lesson plans shall be prepared for each training session. Lesson plans
shall contain an outline of the material to be presented along with a description of visual
aids to be utilized during the session. Each plan shall contain a time allocation for each
CITY OF OTTAWA SECTION 01820
COMBINED SEWAGE STORAGE TUNNEL DEMONSTRATION AND TRAINING
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

subject. One complete set of the originals of the lesson plans; training manuals,
handouts, visual aids and reference material shall be the property of the City and shall be
properly bound and organized for easy reproduction of any section as required. The
Contractor shall furnish fifteen (15) copies of training manuals, handouts, visual aids and
reference materials at least two (2) weeks prior for each training session.

.4 Each training session shall be comprised of time spent both in the classroom and training
session shall cover the following topics for each item of equipment or system:
.1 Familiarization
.2 Safety
.3 Operation
.4 Troubleshooting
.5 Preventive maintenance
.6 Corrective maintenance
.7 Parts
.8 Local representatives
.9 Operation and maintenance manuals

.5 Refer to individual specification sections for other detailed training requirements.

3.4 CLASSROOM EQUIPMENT TRAINING

.1 As a minimum, the Contractor shall provide classroom equipment training for operating
and maintenance staff and shall include the following:
.1 Videos, slides and or drawings, for discussion of the specific equipment, its
location in the facility and an operation overview.
.2 Description and function of the equipment.
.3 A working knowledge of the operating theory of the equipment.
.4 Start-up, shutdown, normal operation, and emergency operation procedures,
including a discussion on system integration and electrical interlocks, if any.
.5 Identify and discuss safety items and procedures.
.6 Routine preventative maintenance, including specific details on lubrications,
corrosive protection of the equipment and ancillary components, normal
maintenance such as belt, seal, and bearing replacement; and up to major repairs
such as replacement of major equipment part(s) with the use of special tools.
.7 Normal and major repair procedures.
.8 Operator detection, without test instruments, of specific equipment trouble
symptoms.
.9 Equipment inspection and troubleshooting procedure including the use of
applicable test instruments and the pass and no pass test instrument
readings.
.10 Required equipment exercise procedures and intervals.
CITY OF OTTAWA SECTION 01820
COMBINED SEWAGE STORAGE TUNNEL DEMONSTRATION AND TRAINING
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

.11 Routine disassembly and assembly of equipment, if applicable, (as judged by the
City on a case-by-case basis) for purposes such as operator inspection of
equipment.

3.5 HANDS ON EQUIPMENT TRAINING

.1 Hands-on training of equipment shall include:


.1 Locate and identify the equipment in the facility and review its function and
theory of operation.
.2 Identify piping and flow options.
.3 Identify valves and its function.
.4 Identify field instrumentation, particularly with respect to:
.1 Location of primary element.
.2 Location of instrument readout.
.3 Discuss purpose, basic operation and interpretation of operating data.
.5 Discuss, demonstrate, and perform standard operating procedures and routine
checks.
.6 Discuss and perform the preventative maintenance activities.
.7 Discuss and perform start-up and shutdown procedure.
.8 Perform routine equipment exercise procedure.
.9 Perform disassembly and assembly of equipment if applicable.
.10 Review normal repair procedures.
.11 Identify and review hazardous operation and demonstrate safety procedures,
where applicable.
.12 Review and use equipment manufacturers manual in the hands-on training.

END OF SECTION

CITY OF OTTAWA SECTION 02072
COMBINED SEWAGE STORAGE TUNNEL GEOTEXTILES
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

PART 1 - GENERAL

1.1 RELATED SECTIONS


.1 Section 01330 - Submittal Procedures
.2 Section 01355 Disposal of Excess Material

1.2 REFERENCES
.1 ASTM International (ASTM)
.1 ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles
by Permittivity.
.2 ASTM D4595-86(2001), Standard Test Method for Tensile Properties of
Geotextiles by the Wide-Width Strip Method.
.3 ASTM D4751-99a, Standard Test Method for Determining Apparent Opening
Size of a Geotextile.
.2 Ontario Provincial Standard Specifications (OPSS)
.1 OPSS 1860-March 1998, Material Specification for Geotextiles.

1.3 SUBMITTALS
.1 Submit samples in accordance with Section 01330 - Submittal Procedures.
.2 Submit to Consultant following samples at least 2 weeks prior to beginning Work.
.1 Minimum length of 2 m of roll width of geotextile.

1.4 DELIVERY, STORAGE AND HANDLING


.1 During delivery and storage, protect geotextiles from direct sunlight, ultraviolet rays,
excessive heat, mud, dirt, dust, debris and rodents.

1.5 WASTE MANAGEMENT AND DISPOSAL


.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Disposal of Excess Material.

PART 2 - PRODUCTS

2.1 MATERIAL
.1 Woven Geotextile: woven synthetic fibre fabric, supplied in rolls.
.1 Width: 3.0 m (3) minimum.
.2 Length: 15 m (50) minimum.
.3 Composed of: minimum 85% by mass of polypropylene with inhibitors added to
base plastic to resist deterioration by ultra-violet and heat exposure for 60 days.
.4 Physical properties:
.1 Thickness: to CAN/CGSB-148.1, No.3, minimum 6 mm.
.2 Mass per unit area: to CAN/CGSB-148.1, No.2, minimum 3 oz/sq.yd.
CITY OF OTTAWA SECTION 02072
COMBINED SEWAGE STORAGE TUNNEL GEOTEXTILES
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

.3 Tensile strength and elongation (in any principal direction): to ASTM


D4632.
.1 Tensile strength: minimum 60 #, wet condition.
.5 Hydraulic properties:
.1 Apparent opening size (AOS): to ASTM D4491, 60 gal/min/sq. ft..
.2 Filtration opening size (FOS): to OPSS 1860.
.6 Acceptable Product: Terratrack Woven Geotextile # 24-15 or approved
equivalent.
.7 Securing pins and washers: to CAN/CSA-G40.21, Grade 300W, hot-dipped
galvanized with minimum zinc coating of 600 g/m2to CAN/CSA G164.
.8 Factory seams: sewn in accordance with manufacturer's recommendations.
.9 Thread for sewn seams: equal or better resistance to chemical and biological
degradation than geotextile.

.2 Non-Woven Geotextile: AASHTO M288, Class 3..8 Turf Reinforcement Mat: North
American Green C350 (or approved equal) permanent turf reinforcement mat. Mat shall
consist of evenly distributed 100 percent coconut fiber matrix weighing 0.50 lbs per SY
(0.27 kg/sq m) encapsulated in a 3-D matting structure consisting of two, top and
bottom, heavyweight UV stabilized polypropylene nets, with a nominal weight of 8
lbs/1000 SF (0.04 kg/sq m) and a corrugated high strength center net with an nominal
weight of 24 lbs/1000 SF (0.12 kg/sq m). The three nets shall be stitched together on
1.50 inch (38 mm) centers with UV stabilized polypropylene thread to form a permanent
three-dimensional turf reinforcement mat with a minimum thickness of 0.5 inches (13
mm).

PART 3- EXECUTION

3.1 INSTALLATION
.1 Place geotextile material by unrolling onto graded surface in orientation, manner and
locations indicated and retain in position with gradient.
.2 Place geotextile material smooth and free of tension stress, folds, wrinkles and creases.
.3 Place geotextile material on sloping surfaces in one continuous length from toe of slope
to upper extent of geotextile.
.4 Overlap each successive strip of geotextile 600 mm over previously laid strip.
.5 Pin successive strips of geotextile with securing pins at 1220 mm interval at mid point of
lap.
.6 Protect installed geotextile material from displacement, damage or deterioration before,
during and after placement of material layers.
.7 After installation, cover with overlying layer within 4 h of placement.
.8 Replace damaged or deteriorated geotextile to approval of Consultant.
.9 Place and compact soil layers in accordance with Section 02315 Excavating, Trenching
and Backfilling.
CITY OF OTTAWA SECTION 02072
COMBINED SEWAGE STORAGE TUNNEL GEOTEXTILES
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

3.2 CLEANING
.1 Remove construction debris from Project site and dispose of debris in an environmentally
responsible and legal manner.

3.3 PROTECTION
.1 Vehicular traffic not permitted directly on geotextile.

END OF SECTION

CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 DESCRIPTION
.1 Requirements for work generally referred to as control of water, including designing,
furnishing, delivering, installing, maintaining, operating, monitoring and removing
temporary systems to provide unwatering of tunnel, shaft and all other project
excavations, or otherwise controlling groundwater and surface water, as described in this
section, to maintain stable, undisturbed subgrades, and permit work to be performed
under dry and stable ground conditions. It is Contractors responsibility to design all
groundwater control systems and determine the combination of systems or methods to be
used in accordance with restrictions stated herein.

.2 Requirements for designing, furnishing, installing, maintaining, operating, monitoring


and removing temporary systems installed to remove, treat and discharge construction
water. The method(s) of removing, treating and discharging construction water shall be
by means determined by the Contractor that are compatible with Contractors means and
methods for the construction of tunnels, shafts and all other project excavations and that
are consistent with applicable permit or regulatory requirements and other restrictions
stated herein.

.3 Contractor may control groundwater by designing and implementing a passive


groundwater control system such as sumping from within the excavation(s), activities
generally referred to as unwatering, by using excavation support systems that provide a
watertight excavation(s), or by using ground improvement methods such as grouting to
reduce the amount of groundwater infiltration to excavations. The selected approach
shall be consistent with Contractors means and methods of excavation and support and
shall conform to any applicable permit or regulatory requirements and other restrictions
stated herein. Contractor should note that excavations at certain project sites are
specified to be sealed, while others may be unsealed. The terms sealed and unsealed
are defined in Section 02150, Excavation Support System. The contractor shall design
handling and treatment systems to be capable of handling inflows anticipated during
construction. Design flows for each system shall be determined by the Contractor taking
into account groundwater conditions as described in the Geotechnical Baseline Report
(GBR), restrictions as stated in the Contract Documents and the proposed means and
methods for water inflow control and pre-excavation grouting.

.4 Active dewatering systems, such as those using methods that include, but are not limited
to, deep gravity wells, vacuum well points, vacuum lances, eductor wells, and any
combinations thereof, are not allowed at any shaft or structure site or at any location
along the tunnel alignment.

.5 Work to be performed as part of unwatering includes providing, installing and operating


all pumps, piping, sumps, tanks, valves, power supply and any other appurtenances
necessary for collecting, conveying, and removing tunnel construction water from the
construction of tunnels and shafts or all other project excavations.

.6 Work to be performed as part of controlling surface water is specified in Section 01160,


Erosion and Sediment Control Plan, and includes procedures that are primarily intended
to protect tunnels, shafts and associated project excavations against surface-water runoff.
All work under this Section shall conform to the requirements of Section 01160, Erosion
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

and Sediment Control Plan. In the event of any conflict between the requirements stated
in this Section and those stated in Section 01160, Erosion and Sediment Control Plan, the
more stringent requirements shall take precedence.

.7 Dispose of removed water in a manner that conforms to all applicable laws and
regulations, and any required agreements or permits.

.8 Permits:
.1 Permit to Take Water: Comply with the requirements of the permit to be
obtained by the Contractor for the project. Refer to Article 1.5 of this
Specification for Contractor responsibilities and requirements regarding the
Permit to Take Water (PTTW).
.2 Discharge permit(s): Conform to requirements stated elsewhere in this
Specification and in Section 01060, Regulatory Requirements.

.9 All work and costs relating to obtaining the final PTTW; compliance with the PTTW,
including sampling, metering / measuring, reporting and treatment of construction water;
as well as all work and costs related to control of water for construction purposes,
including treating and discharging construction water, except as may be identified
elsewhere in the Contract Documents, are deemed to be incidental to the work and costs
associated with each respective bid item for those contract elements for which control of
water and compliance with the PTTW are required.

1.2 RELATED SECTIONS

.1 Section 01025 - Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01355 - Disposal of Excess Material

.4 Section 02150 - Excavation Support System

.5 Section 02400 - Shaft Construction

.6 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.7 Section 02980 - Restoration

1.3 REFERENCE STANDARD


.1 Ontario Provincial Standard Specifications (OPSS)
.1 OPSS 517 Construction Specification for Dewatering of Pipeline, Utility, and
Associated Structure for Excavation.
.2 OPSS 518 Construction Specification for Control of Water from Dewatering
Operations.

.2 City of Ottawa Sewer Use Bylaw (Bylaw No. 2003-514).


CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

1.4 DEFINITIONS

.1 Construction Water: The combination of service water used by the Contractor to


facilitate its excavation and construction operations (in tunnels, shafts, structure
excavations and other associated excavations), groundwater removed using dewatering
systems, and groundwater and surface water that infiltrates or flows into those
excavations during construction and is pumped from the excavations for treatment and
disposal. Construction water includes tunnel construction water, as defined following,
and all other groundwater or surface water removed or diverted from all other project
excavations by unwatering systems or other control measures as described herein.

.2 Tunnel Construction Water: All water, whatever the source, pumped from shaft and
tunnel excavations.

.3 Control of Surface Drainage: The diversion of surface water away from excavations by
earth barriers, ditches or other means stated in Section 01160, Erosion and Sediment
Control Plan.

.4 Dewatering: Using active measures to lower the groundwater table and intercept seepage
that would otherwise emerge from excavation perimeters or bases, or into tunnels and
shafts. As stated in Paragraph 1.1.4 of this Specification, dewatering is not permitted on
this Contract.

.5 Depressurization: Reduction in piezometric pressure within soil or rock strata.

.6 Groundwater control: Includes unwatering activities, which are those activities that
exclude groundwater from infiltrating excavations, and those activities that involve
collecting and discharging groundwater that has infiltrated tunnels, shafts or other
excavations. Groundwater control also includes grouting or ground improvement
activities that are intended to reduce permeability of the subsurface materials around an
excavation to exclude or limit the rate of groundwater infiltration, or the use of
watertight excavation support systems.

.7 Sumping or Sump Pumping: The provision of sumps in excavations, along with all
necessary piping, ditches, pumps and other equipment necessary to collect and convey
construction water outside the excavation area according to the Construction Water
Discharge Plan prepared by the Contractor and accepted by the Engineer.

1.5 SUBMITTALS
.1 Control of Construction Water Plan
.1 Submit a Construction Water Control Plan a minimum of 30 days prior to
commencement of any tunnel, shaft or all other project excavations. Contractors
submittal shall include the following as a minimum:
.1 Shop drawings, descriptions, process diagram, manufacturer's technical
operation and maintenance instruction literature, and a work plan
narrative of the proposed construction water control facilities including,
but not limited to, equipment, methods, standby equipment and power
supply; instrumentation layouts; provisions for measuring pumped water
volume as required; provision for measuring service water volume as
required; provisions for treating construction water prior to discharge,
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

discharge methods & location(s) and monitoring procedures. A


contingency plan and options shall also be submitted. Submittal may
take into consideration that staged expansion of pumping facilities is
reasonable. Resubmit as appropriate if the system is modified during
installation or operation.
.2 Copies of any agreements or permits obtained by Contractor that are
required by the City or other agency for discharge of treated construction
water into Citys or agencys facilities.
.3 Shop drawings of temporary tunnel and shaft sump locations, and pump
and discharge piping layouts.
.4 Groundwater level monitoring plan and details, consistent with the
requirements of Section 02480, Geotechnical and Structural
Instrumentation and Monitoring. This information is not required as part
of the Construction Water Control Plan if it is submitted as required by
Section 02480.
.5 Details of erosion and sedimentation control and surface water control
(runoff) measures, consistent with the requirements of Section 01160,
Erosion and Sediment Control Plan. This information is not required as
part of the Construction Water Control Plan if it is submitted as required
by Section 01160.
.6 Design calculations to demonstrate the adequacy of the proposed
groundwater control system and components and ensure the protection
of adjacent structures against uplift or heave.
.7 The plan is to be provided to the NCC and PWGSC at least 10 working
days prior to commencement of work.
.2 Plan should consider that pre-excavation grouting may be required for
excavations in rock, including those for shafts, deaeration chambers, connecting
tunnels and other structures, as specified elsewhere in the Contract Documents,
and should describe how construction water control will be integrated with
concrete or grouting operations. Plan shall describe how the Contractor will
handle flows, should the maximum groundwater infiltration rates occur that are
allowed by the PTTW or described in the GBR.
.2 Construction Water Discharge Plan
.1 Submit a Construction Water Discharge Plan a minimum of 30 days prior to
commencement of any tunnel, shaft and any other project excavation.
Contractors submittal shall include the following as a minimum:
.1 Details of water treatment provisions to remove possible contaminants
prior to discharge. The Contractor is to refer to the Phase II ESA report
for guidance on possible areas of existing contamination as detailed in
Section 3.4 below. Submit calculations detailing the treatment system
detention times in the treatment facility. Include in the calculations, the
required reaction time for sedimentation for each applied chemical
dosage. Treatment shall include screening, filtration and removal of
suspended solids, oil, grease and other contaminants introduced by or
resulting from or encountered during construction operations including
but not limited to the following:
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

.1 Contaminants derived from cementitious materials


.2 Chemical grouts
.3 Contaminants generated by the excavation process and muck
handling systems
.4 Oil, grease, and other hydrocarbons from equipment
.2 Testing method that will be used to demonstrate water has been treated
in accordance with this Specification, agreements or permits obtained by
the Contractor and applicable regulations prior to disposal
.3 Details of methods and equipment used to convey construction water to
treatment facilities and from treatment facilities to discharge locations.
Identify discharge locations selected by Contractor.
.4 Details of methods and equipment to be used to measure the volume of
construction water discharged from treatment facilities. Conform to
requirements for monitoring volumes of tunnel construction water
removed from tunnel and shaft excavations, for monitoring volumes of
service water introduced to tunnel and shaft excavations as required
herein and for monitoring volumes of construction water removed from
other project excavations.
.5 The Contractor shall not introduce additional contamination as part of
their works and shall treat any contaminant release as per the above plan.
.6 The plan is to be provided to the NCC and PWGSC at least 10 working
days prior to commencement of work.
.2 Demonstrate conformance to the requirements of applicable agreements and
permits obtained for discharge of construction water and requirements of
applicable laws and regulations.
.3 Submit weekly unwatering monitoring records.

1.6 PERMITS

.1 The Contractor acknowledges that it is aware that the awarding of this Contract, and/or
release of the Commence Work Order, are subject to obtaining the following approvals:
.1 MOECC Draft Permits to take Water (PTTW)
.2 MOECC Environmental Compliance Approval (ECA)
.2 The Contractor shall not make any claims for additional costs or expenses due to delays
in the commencement of work (or portions thereof). The Contract Substantial
Performance and Project Completion dates will be adjusted to account for delays to
release of the Commence Work Order.

.3 The Contractor is made aware that the City has applied for an ECA for the construction
and operation of the system. A copy of the ECA will be provided to the NCC and
PWGSC at least 10 working days prior to commencement of work.

.4 The Contractor is made aware that the City has applied for a draft Permits to Take Water
(PTTW) for the works. The application for the draft PTTW was developed with
consideration for the baseline infiltration rates discussed in the GBR and requirements
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

for watertight excavation methodologies for certain project components as specified in


other Specification Sections. Following receipt of the draft permit from the MOECC, the
final PTTW will be issued by the MOECC to the Contractor, contingent on the
Contractor's submission of the following information to, and to the satisfaction of, the
MOECCs PTTW Director:
.1 A letter signed by a person in authority with the Contractor that is undertaking
the project stating the Contractors intention to assume responsibility for the
project, quoting the draft PTTW reference number,
.2 Completed Parts 3, 4, 5 and 6 of the PTTW application form, including proof of
the legal name of the contracting firm undertaking the project as required by Part
3,
.3 Confirmation of the Contractors passive unwatering water taking (pumping)
rates as indicated in Section 9 of the PTTW application form, and
.4 A completed Section 11 of the PTTW application form: the statement of the
Contractor.

.5 Upon receipt and satisfaction with the information provided by the Contractor, the
PTTW Director will append the Contractor submissions to the PTTW application and
will issue the PTTW to the Contractor. If the Contractor significantly changes the
assumptions used as a basis for the draft PTTW, a new application will be required as
detailed below under Contractor's Responsibilities and Limitations.

.6 Upon receipt of the PTTW, the Contractor shall provide to the Engineer a copy of the
PTTW issued in its name.

.7 The PTTW is to be provided to the NCC and PWGSC at least 10 working days prior to
commencement of work. The PTTW will be provided to the NCC and the PWGSC by
the Contract Administrator.

.8 The Contractor shall submit to the MOECC, with a copy to the Engineer, any monitoring
results, including records of water takings, or other information as required by the PTTW
at the frequency specified by the PTTW.

.9 The PTTW Director will only issue a Permit to the Contractor to authorize water-taking
in accordance with the application submitted by the City to obtain the draft PTTW. Any
request for increased water taking or any change in the management of water taking and
return flows that cannot be reconciled against the PTTW Director's technical evaluation
of the City-submitted application submission will require a new application and shall be
the sole responsibility of the Contractor.

.10 The Contractor acknowledges and agrees that it will not seek additional compensation
for time delay or cost associated with preparing and submitting a new application to the
PTTW Director, inclusive of any resulting time delay to commencement of work.

1.7 PROTECTION
.1 Take all necessary precautions consistent with restrictions stated in this Section to
prevent uplift of any structure or pipeline prior to completion and backfilling of the
structure or pipeline.
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 7 OF 12

.2 Protect all excavations against flooding and damage due to surface run-off.

1.8 PERFORMANCE REQUIREMENTS


.1 The Geotechnical Baseline Report (GBR) describes the groundwater conditions that the
Contractor should expect for tunnels and shafts during construction, and more
particularly states baseline groundwater infiltration rates that the Contractor should
anticipate. The volumes and infiltration rates discussed in the GBR do not include
service water introduced into the tunnel, shafts and other excavations as a result of the
Contractors activities nor any surface water or precipitation that may enter tunnel, shaft
or other excavations. The Contractor shall allow for all such water flows in sizing
pumps, piping and all other elements of systems to control construction water, and be
prepared to remove water and prevent water from entering shafts and tunnels.

.2 Develop tunnel construction water control systems as necessary to control all tunnel
construction water, including baselined infiltration rates for specifically identified
excavations, with consideration for limits set in the PTTW.

.3 Provide means to control drainage of seepage water, surface water and precipitation in
shafts and tunnels, as well as water from any other source entering the excavation to
prevent impact to construction operations due to water inflow. Excavation drainage may
include placement of drainage materials, such as crushed stone, together with sump
pumping.

.4 Implement groundwater control systems so as to conform to the requirements of Section


02480, Geotechnical and Structural Instrumentation and Monitoring with regard to limits
on lowering groundwater levels.

.5 Minimum Discharge Water Quality Requirements: Except as may be amended or


modified by applicable permits, the following minimum water quality requirements shall
be complied with at all times:
.1 pH: between 6.5 and 8.5
.2 Temperature: Increase no more than 3 degrees Celsius above natural receiving
water temperature
.3 Free of coloration that causes nuisance or adversely affects beneficial uses.
.4 Free of floating materials, including solids, liquids, foams in concentrations that
cause nuisance or adversely affect beneficial uses.
.5 Free of toxic substances in concentrations that are harmful to aquatic organisms.

.6 No discharge of untreated runoff or groundwater to existing watercourses will be


permitted. No overland discharge of water is permitted on NCC or PWGSC property.

1.9 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to control groundwater as specified
herein and no separate payment shall be made.
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 8 OF 12

1.10 QUALITY ASSURANCE


.1 Qualifications
.1 The Contractor shall engage the services of a professional unwatering and
groundwater control specialist (Professional Engineer or Professional
Geoscientist licensed in the Province of Ontario) with minimum 10 years
experience of design and construction of unwatering and groundwater
controlsystems for the project of similar size and complexity. This professional
unwatering and groundwater control specialist shall prepare and stamp the
Control of Construction Water Plan and Construction Water Discharge Plan as
required in this section.

Part 2 Products

2.1 EQUIPMENT AND MATERIALS


.1 Equipment, materials and facilities are at the option of the Contractor as necessary to
achieve desired and required results, unless specified otherwise in the Contract
Documents.

.2 Maintain equipment and facilities in good repair and operating order.

.3 Arrange for standby equipment and materials where necessary or required in this
Specification.

.4 Generators and other equipment shall have effective muffling devices as required to keep
noise levels within limits specified in City regulations or as otherwise specified in the
Contract Documents.

.5 Flow meters:
.1 Provide a totalizing flow meter on each tunnel construction water discharge line
and on each service water influent line.
.2 Provide a totalizing flow meter on each shaft or excavation construction water
discharge line and on each service water influent line.
.3 Flow meters shall be designed to measure water flows with an accuracy of 0.5
per cent across the full measuring range of the meter. Flow meters shall be
installed according to manufacturers instructions.
.6 Geotechnical Instrumentation and monitoring equipment: refer to Section 02480 for
more detailed requirements.

Part 3 Execution

3.1 GENERAL
.1 Adequacy of operations: Ensure that water control operations are adequate to protect the
integrity of the work in progress and the finished product, to protect adjacent structures
and facilities, and to satisfy discharge water quality required for the project.
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 9 OF 12

.2 Discontinue open pumping from sumps and ditches, if such pumping is resulting in boils,
loss of fines, softening of the ground, or instability of excavation perimeter walls or
excavation base. Modify the relevant control of water plan and submit to the Engineer at
no additional cost to the City.

.3 Monitoring Devices and Records:


.1 Install, maintain, monitor and take readings from flow meters or other flow
measuring devices set to measure the volumes of construction water pumped
from the tunnels, shafts and other project excavations. Provide separate
measurements for each tunnel drive, each shaft and each excavation. Tunnel
construction water may be aggregated for measurement purposes at the time that
shaft excavations are connected to tunnel excavations or that tunnel segments are
connected to each other via shaft or chamber excavations. However, the
Engineer reserves the right to subsequently require separate measurements if
necessary for permit compliance or as otherwise may be required by the MOECC
to demonstrate compliance with the PTTW. Contractor shall record readings for
each meter on a daily basis and submit records of daily readings to the Engineer
on a weekly basis.
.2 Install, maintain, monitor and take readings from flow meters or other flow
measuring devices set to measure the volumes of service water introduced into
the tunnel and shaft excavations. Provide separate measurements for each tunnel
drive and each shaft. Contractor shall record readings for each meter on a daily
basis and submit records of daily readings to the Engineer on a weekly basis.
Records shall also be submitted to the MOECC as required by the PTTW.
.3 Conform to requirements for monitoring groundwater and piezometric levels as
specified in Section 02480, Geotechnical and Structural Instrumentation and
Monitoring.
.4 Conform to the requirements for settlement monitoring as specified in Section
02480, Geotechnical and Structural Instrumentation and Monitoring.
.4 Maintenance
.1 Conduct daily maintenance of the construction water and surface water control
systems.
.2 Maintain groundwater and piezometric level monitoring devices as specified in
Section 02480, Geotechnical and Structural Instrumentation and Monitoring.
.3 Replace inoperable or damaged system components as necessary to maintain
operation.
.4 Conform to the requirements of Section 01355, Waste Management and
Disposal.

3.2 INSTALLATION OF GROUNDWATER CONTROL SYSTEMS


.1 Install unwatering equipment and use equipment to control water to allow for installation
of works to the specified contract requirements.

.2 Insulate piping and fittings and provide shelter and heating as necessary to maintain
unwatering system in operation.

.3 Perform groundwater control in a manner so that disturbance of adjacent structures


and/or pipelines and utilities is avoided.
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 10 OF 12

.4 Flotation of Structures:
.1 Control groundwater to prevent damage or displacement of structures by
groundwater pressures.
.2 Protect completed structures or part of completed structures which would suffer
displacement or other damage as a result of unwatering equipment failure by
providing:
.1 Standby unwatering equipment, connected directly to electrical
generators, engaging automatically in case of power failure.
.2 A positive means by which the structures may be flooded with water to
neutralize exterior hydraulic pressures.
.3 A combination of the two alternatives above.

.5 Design and Operate Unwatering Systems:


.1 To prevent loss of ground and ensure stability of excavations as water is
removed.
.2 To conform to requirements stated in Section 02480, Geotechnical and Structural
Instrumentation and Monitoring regarding settlement and groundwater lowering
limits so as to avoid damage to existing facilities, completed Work, or adjacent
property.
.3 To ensure installation of contract works to meet contract requirements, including
compaction requirements where specified.

.6 Standby Power and Equipment:


.1 Provide sufficient redundancy in each system to maintain unwatering system in
event of component failure.
.2 Provide 100 percent emergency power backup with automatic startup and
switchover in event of electrical power failure.

3.3 UNWATERING AND SURFACE WATER CONTROL


.1 Conform to requirements of Section 01160, Erosion and Sediment Control Plan.
Intercept and divert precipitation and surface water away from excavations through the
use of dikes, ditches, drains, pipes, sumps, or other methods as necessary to conform to
the requirements of Section 01160.

.2 The Contractor shall promptly and continuously control construction water associated
with tunnels, shafts and other project excavations and dispose of all water from any
source that may accumulate in the tunnel or any shaft or other project excavation. This
shall include all necessary sumping, pumping, bailing, draining, sedimentation and
Treatment prior to discharge.

.3 Sumps, ditches, settlement ponds and similar facilities shall be lined or otherwise
protected from degradation and shall be periodically inspected and maintained and
cleaned, where necessary, in order to maintain normal control of water operations.
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 11 OF 12

3.4 CONSTRUCTION WATER TREATMENT


.1 The Contractor is made aware that the Phase II ESA Report and Contaminated Materials
Management Strategy Report outline the anticipated groundwater quality conditions,
which may require the use of pre-treatment onsite in order to meet the sewer use bylaw
requirements. The Contractor shall form its base bid price based on the groundwater
conditions identified in the Contaminated Materials Management Strategy Report and
Geotechnical Baseline Report. Refer to Section 01355, Waste Management and
Disposal, for further information.

.2 Treat construction water as necessary to remove sediments, oil, grease, and other
contaminants prior to discharge to levels as established in permits issued by the City of
Ottawa and Ministry of Environment for specific discharge locations. Treated
construction water may be discharged to the nearest sanitary or storm sewer, as approved
by the City, after the Contractor has obtained necessary discharge permits, provided that
the Contractor demonstrates that the treated water is in conformance with the limits set
in any Discharge Permit issued by the City and the Permit to Take Water.

.3 No contaminated construction water shall be discharged into storm sewers unless treated
as required by the applicable permit for the receiving discharge location.

.4 Treatment facilities shall be designed, furnished, and operated to permit discharging into
storm sewers or sanitary sewers as shown on the Contract Drawings and in accordance
with all applicable federal, provincial and local codes, laws, regulations and ordinances,
permits and the following:
.1 Discharge must comply with substance or parameter concentration limits as
stated in sewer system by-laws of the City of Ottawa, as applicable to the
specific receiving source and as required by the applicable discharge permit(s),
the Permit to Take Water and other applicable laws or regulations.
.2 The discharge of hazardous substances or oil from any construction site is
prohibited.
.3 Test for discharge water quality and submit results to the Engineer as required
elsewhere in this Section. The City and Engineer reserve the right to sample and
test discharge water at any time.

.5 Alternatively the Contractor may store and dispose of construction water using a licensed
Contractor and facility to accept the water in accordance with all applicable regulations
and the Control of Construction Water Plan.

3.5 DISPOSAL OF WATER


.1 Potential locations for disposal of construction water (i.e. sanitary sewer system, storm
sewer system, local water body, etc.) are shown on the Drawings. However, the
Contractor is responsible for determining specific disposal locations. The Contractor
shall be responsible for providing the necessary methodology, equipment, materials, and
labour needed to ensure that the water being discharged meets the applicable
requirements of the necessary agreements, permits and approvals of the discharge
receiver (City or Agency with authority) for the discharge location.

.2 Irrespective of the discharge receiver and any permit requirements, the Contractor shall
complete the necessary sampling at a minimum frequency of once per week for each
CITY OF OTTAWA SECTION 02140
COMBINED SEWAGE STORAGE TUNNEL GROUNDWATER CONTROL
CONTRACT NO. ISD14-2036 PAGE 12 OF 12

discharge location to demonstrate that before and during discharge the discharged
construction water meets the applicable requirements.

.3 Conform to requirements as stated in Section 01060, Regulatory Requirements and


requirements stated herein regarding selection of discharge locations, paying for and
obtaining any required agreement from the City or any other necessary permits and
meeting discharge requirements as stated in applicable regulations.

.4 Groundwater encountered at all locations must be sampled and tested if and as required
by any agreements or permits required for the work and any applicable regulations.

.5 Overland discharge of treated and untreated construction water is not permitted on NCC
or PWGSC property.

.6 Transport pumped or drained water to discharge location(s) without interference to other


work, damage to pavement, other surfaces, or property.

.7 Provide separately controllable discharge or pumping lines as necessary to monitor


discharge volumes or rates from differing source locations.

.8 Immediately notify the Engineer if suspected contaminated groundwater is encountered.


Do not pump water found to be contaminated with oil or other hazardous material to the
discharge locations. Discharge of untreated runoff or groundwater to the Rideau River,
Rideau Canal, or Ottawa River is not permitted.

3.6 REMOVAL AND CLOSEOUT


.1 Remove sumps, pumps, piping and other equipment from tunnel, shafts and other
excavations. Sumps in the tunnels, shafts and other excavations shall be cleaned of
settled sediments and filled with backfill concrete in accordance with requirements
specified elsewhere in the Contract Documents for backfill concrete.

.2 Remove construction water treatment and discharge facilities when no longer required.
Restore construction sites and staging areas affected by such equipment as specified in
Section 02980, Restoration.

.3 Abandon geotechnical instrumentation used to monitor groundwater and piezometric


levels upon completion of the work, as specified in Section 02480, Geotechnical and
Structural Instrumentation and Monitoring.

.4 Remove all measures required to divert and control surface water drainage from entering
tunnel, shaft and other excavations upon completion of the work, as specified in Section
01160, Erosion and Sediment Control Plan.

END OF SECTION
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 1 OF 7

Part 1 General

1.1 SCOPE OF WORK


.1 The work specified in this Section consists of the design and construction of shoring
systems required for non-sealed and sealed shafts and protection of the existing and new
facilities to permit construction of permanent structures shown on the Contract Drawings
and specified in the Contract Documents.
.2 As identified in Section 01015 Contractors Use of Premises, the Contractor shall take
over the existing shoring at Site 10 and shall assume full responsibility for the shoring
for the duration of the works. Details of the existing shoring system are indicated in the
Contract Drawings.

1.2 RELATED SECTIONS


.1 Section 01015 Contractors Use of Premises

.2 Section 01025 - Measurement and Payment

.3 Section 02140 - Groundwater Control

.4 Section 02400 - Shaft Construction

.5 Section 02405 - Steel Liner Plates

.6 Section 02407 - Shaft Secant Piles

.7 Section 02437 - Rock Reinforcement and Excavation

.8 Section 02439 - Pre-excavation Grouting from Surface

.9 Section 02440 - Pipe Jacking

.10 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.11 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

1.3 REFERNCES
.1 CAN/CSA-G40.20-M General Requirements for Rolled or Welded Structural Quality
Steel

.2 CAN/CSA-G40.21-M Structural Quality Steels

.3 CSA G279-M Steel for Prestressed Concrete Tendons

.4 CAN/CSA-S16.1 Limit States Design of Steel Structures

.5 CSA W47.1 Certification of Companies for Fusion Welding of Steel Structures

.6 CSA W59-M Welded Steel Construction (Metal Arc Welding)


CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 2 OF 7

.7 ASTM A29/A29M Specification for Steel Bars, Carbon and Alloy, Hot-Wrought and
Cold-Finished

.8 ASTM A322 Specification for Steel Bars, Alloy, Standard Grades

.9 Geotechnical Baseline Report (GBR)

.10 Geotechnical Data Report (GDR)

1.4 DEFINITIONS
.1 Sealed: Sealed, when used to define a type of shaft, shall mean a ground shoring system
designed to meet the design life of the Project, constructed and excavated without the use
of active dewatering and meeting the infiltration requirements specified herein, and
excluding the use of sheet piles, steel liner plates and gaskets or piles and lagging, but
may include secant piles, slurry walls or similar ground shoring system.

.2 Non-Sealed: Non-Sealed, when used to define a type of shaft, shall mean a ground
shoring system designed, constructed and excavated without the use of active dewatering
and may include the use of liner plates, piles and lagging or similar shoring system.

.3 Active Dewatering: Using active measures in advance of excavation to lower the


groundwater table and intercept seepage that would otherwise emerge from excavation
perimeters or bases, or into tunnels and shafts. Dewatering is not permitted on this
Contract.

1.5 SUBMITTALS
.1 Submit shop drawings of the excavation shoring and bracing systems for record purposes
at least 30 working days before commencement of shoring work.
.1 At least 30 days prior to starting any shaft construction, submit a narrative along
with shop and working drawings, signed and bearing the Professional
Engineering seal of Contractors excavation support system designer for review
by the Contract Administrator.
.2 The Contract Administrator will not review the submittal for adequacy of the
design of the excavation support system. Contract Administrators review will be
to determine conformance to requirements of the Contract Documents. Full
responsibility for the design, installation, and maintenance of the excavation
shoring and bracing systems rests with the Contractor. Comment or lack of
comment by the Contract Administrator regarding any aspect of the submittal
shall not be construed as approval or disapproval by the Contract Administrator
regarding any aspect of the excavation support system design.
.3 The submittal shall include, but not be limited to, detailed drawings, with all
pertinent descriptions, all materials including technical data, performance data,
and any calculations for:
.4 Indicate the following:
.1 General arrangement of shoring systems including plans, elevations and
all necessary details required for construction;
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 3 OF 7

.2 Codes and reference standards used as a basis for design, estimated


ground movements, system component design, arrangement of supports
and construction sequence for proposed support system(s). Provide
maximum allowable spacing between bracing points on compression
members to maintain stability and alignment. Show the elevations of
struts, braces, or other supports as related to the depth of excavation at
intermediate stages of construction
.3 Dimensions and elevations of the shoring system
.4 Design loadings and the basis for the loadings;
.5 Installation tolerances and estimates of likely deflections or
deformations tolerances of the support system;
.6 Material sizes, designations, and grades;
.7 Procedures to protect support systems from frost in winter.
.8 Drawings detailing shoring systems in relation to all new and existing
structures, services, and utilities;
.9 Method and details of the installation and removal of the shoring
systems including the location of any temporary struts and walers
relative to the permanent structure;
.10 Calculations shall also show the thrust block design and an adequate
structural factor of safety for the thrust block-wall system when
subjected to the anticipated maximum jacking forces during TBM
advance, where applicable;
.11 Method and details to protect the existing and new utilities, structures
and facilities.
.12 Sequence for the removal of any temporary struts and walers.
.13 Emergency response and corrective measures in the event that the
movement of the shoring system exceeds the allowable deflection
tolerances.

.2 At least 40 working days before commencement of shoring work submit Method


Statements for the construction of the sealed and non-sealed shafts giving the
description, sequence and duration of all main activities including any ground treatment
that may be required to construct the shafts without the use of Active Dewatering.

.3 At least 40 working days before commencement of shoring work submit certificates of:
.1 Steel producers mill test data and certification
.2 Welding certificate in accordance with CSA W47.1

.4 Submit a copy of the written records of any deflections of the excavation shoring system,
sewer support and bracing systems to the Contract Administrator within 48 hours of
taken the measurements.
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 4 OF 7

.5 Provide materials and methods for repair of damages caused by Contractor.

.6 Field Records: For each excavation support system member, maintain accurate records of
installation. Provide one copy of the field records, signed by Contractor's representative
within 48 hours. The following information, as a minimum, shall be included in the field
records:
.1 Type and make of equipment used
.2 Size, length and location
.3 Sequence of installation
.4 Final tip and cut-off elevations of vertical excavation supports and plan location
.5 Other pertinent information such as time, date, and duration of installation and
interruptions, if any
.6 Obstructions encountered, recording depth, size, removal methods, and removal
time
.7 Horizontal restraint preloading
.8 Excavation support system instrumentation installation data; type, location, date,
time, and initial base reading.

1.6 QUALIFICATIONS
.1 The Professional Engineer(s) responsible for the design of excavation shoring systems
and ground treatment to avoid Active Dewatering must have a minimum of ten years
experience in the design of similar shoring and ground treatment systems.

1.7 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to install the excavation support
systems as specified herein and no separate payment shall be made.

Part 2 Products

2.1 EQUIPMENT
.1 Select and design excavation support systems to meet the specified design criteria and
requirements on the Contract Documents, existing loads, and construction conditions,
and as set forth herein.

2.2 MATERIALS
.1 Provide and maintain minimum one-week supply of ground support materials at the
Work Site during excavation.
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 5 OF 7

.2 Provide and maintain an adequate supply of emergency ground support materials at the
Work Site, ready for immediate use.

.3 Concrete: Conform to requirements of Section 03300, Cast-in-Place Concrete (Shafts


and Underground Structures).

.4 All other support materials shall conform to their respective ASTM standards.

.5 Store all materials in accordance with the suppliers' specifications. Maintain materials in
a clean and undamaged condition. Replace damaged or destroyed materials.

Part 3 Execution

3.1 PREPARATION
.1 Geotechnical instrumentation (subsurface, surface and building): Before starting
excavation operations ensure geotechnical instrumentation has been installed and is in
good working order, with baseline readings taken in accordance with Section 02480,
Geotechnical and Structural Instrumentation and Monitoring and the reviewed
Contractors Work Plan and Shop Drawings.

.2 Before excavation for excavation support system, check utility locations by field
investigations and confirm no conflict between them and proposed position of vertical
excavation support/walls.

.3 Review the site conditions and restrictions with respect to roadway width, existing
facilities and overhead power lines etc.

3.2 GENERAL PERFORMANCE REQUIREMENTS


.1 Design, supply and install any ground treatment required to permit shaft construction
without Active Dewatering.

.2 Design, supply and install excavation shoring systems to meet the following
requirements:
.1 Shoring for sealed shafts shall provide resistance to ground and water loads for
the duration of construction and permanent resistance to ground loads for the
design life of the Project.
.2 Shoring for non-sealed shafts shall provide temporary resistance to ground and
water loads for the duration of construction.
.3 Design shall consider all live and dead loads, load combinations including the
lateral pressure from the soil and ground water and surcharge loads resulting
from the traffic and construction operations.

.3 Prevent the disturbance, destabilization, or failure of the sides and the bottom of
excavations.

.4 Protect all structures, services, utilities, roads, and embankments from disturbance,
displacement, settlement, or damage during construction activities.
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 6 OF 7

.5 The following permanent structures as shown on the Contract Drawings shall be


constructed within either sealed or non-sealed shafts:
.1 Shaft 2, Shaft 4, Shaft 5A, Shaft 5B, and Shaft 5C

.6 The following permanent structures as shown on the Contract Drawings shall be


constructed within sealed shafts:
.1 Shafts 3A, Shafts 3C, Shaft 8 drop and air vent, Shaft 9 and Shaft 10

.7 Pumps employed by the Contractor to remove water infiltrating through shaft shoring
shall be provided with flow meters to determine the volume and rate of water infiltration.

.8 Where excavation is near or adjacent to a building or other structure, the support shall be
started at such depth in relation to the foundation of each such structure as may be
necessary to prevent displacement of the soil that supports the structure.

.9 Ensure that any elements of excavation support system that are to remain in place upon
completion do not penetrate inside the limits of the permanent Work, or as indicated in
the Contract Documents. Protrusions inside the limits of the permanent Work shall be
removed by Contractor and supplemental measures shall be taken as necessary to ensure
safety of the excavation support system arising from such removal.

.10 All ground shall be fully supported during the last Work shift before weekends, holidays
not worked, and any shutdowns.

.11 Ensure that excavation support system is not disturbed or damaged during excavation
and construction.

.12 Coordinate the design of the excavation support system and groundwater control system
to meet the performance requirement as specified.

3.3 REQUIREMENTS FOR SEALED SHAFTS


.1 Active Dewatering is prohibited during construction.

.2 Liner plates or piles and lagging shall not be used as shoring for sealed shafts.

.3 The amount of infiltration groundwater through the shoring system at each shaft shall not
exceed 3000 litres per Day as measured by totalizing flow meters installed on discharge
lines.

3.4 REQUIREMENTS FOR NON-SEALED SHAFTS


.1 Active Dewatering is prohibited during construction.

.2 Groundwater inflow through the shoring system at each shaft shall be controlled as per
Section 02140, Groundwater Control.
CITY OF OTTAWA SECTION 02150
COMBINED SEWAGE STORAGE TUNNEL EXCAVATION SUPPORT SYSTEM
CONTRACT NO. ISD14-2036 PAGE 7 OF 7

3.5 REMOVAL OF EXCAVATION SUPPORT SYSTEM


.1 Excavation support system shall be removed to a minimum depth of 2 m below final
grade in accordance with reviewed Contractors Work Plan and Shop Drawings.
Removal of applicable elements is not required if any of the following apply:
.1 Removal is impractical, to the satisfaction of the Owner.
.2 Excavation support system is required to remain at completion of the Contract,
as indicated in the Contract Documents.
.3 Support system is used as foundation of building superstructure.
.4 When removing excavation support system, as applicable, do not disturb or
damage adjacent buildings, structures, membranes, construction, Railroad
infrastructure, or utility facilities. Fill voids immediately with lean concrete or
with approved backfill.
.5 Promptly repair all damage to property resulting from removal of excavation
support system. Submit for review the materials and methods for repair.

END OF SECTION

CITY OF OTTAWA SECTION 02200
COMBINED SEWAGE STORAGE TUNNEL SITE PREPARATION
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General

1.1 DESCRIPTION
This section describes requirements related to preparation of the sites prior to start of
major excavation/site works.

1.2 RELATED SECTIONS


.1 Section 01119 Preservation and Protection
.2 Section 01160 Erosion and Sediment Control Plan
.3 Section 01353 Special Procedures: Traffic Control
.4 Section 01355 Disposal of Excess Material
.5 Section 01561 Environmental Protection
.6 Section 01720 Preparation, Mobilization, Demobilization
.7 Section 02111 Topsoil
.8 Section 02226 Removal of Existing Asphalt Pavement
.9 Section 02231 Clearing and Grubbing
.10 Section 02232 Tree Pruning
.11 Section 02315 Excavating Trenching and Backfilling

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 GENERAL
.1 Implement traffic control and pedestrian protection measures prior to commencing any
work that will impact vehicular and pedestrian traffic in accordance with Section 01353
Special Procedures: Traffic Control.

.2 Implement erosion and sediment control measures prior to commencing any earthworks.
Inspect on a regular basis as per Section 01160 Erosion and Sediment Control Plan.

.3 Install tree protection measures as per Section 01561 Environmental Protection and
perform tree pruning as per Section 02232 Tree Pruning. Provide a Tree Management
Plan as per Section 01561.

.4 Install and maintain protection measures for existing structures and utilities as per
Section 01119 Preservation and Protection, and Section 02315 Excavating,
Trenching, and Backfilling.
CITY OF OTTAWA SECTION 02200
COMBINED SEWAGE STORAGE TUNNEL SITE PREPARATION
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

.5 Remove obstructions, ice and snow, from surfaces to be excavated within limits
indicated with the below special requirements:
.1 No storage or stockpiling of snow/ice is permitted on PWGSC property or within
Site 6 staging area.
.2 The PWGSC is responsible for winter clearing and maintaining Pit Road.
.6 Sawcut pavement neatly along limits of proposed excavation in order that surface may
break evenly and cleanly in accordance with Section 02226 Removal of Existing
Asphalt Pavement.

.7 Perform clearing and grubbing as per Section 02231 Clearing and Grubbing and topsoil
stripping as per Section 02315 Excavating, Trenching and Backfilling.

.8 Construct staging area and perform pre-construction surveying as per Section 01119
Preservation and Protection, and site mobilization as per Section 01720 Preparation,
Mobilization, Demobilization.

.9 Dispose of the debris in accordance with Section 01355 Disposal of Excess Material.

.10 No material stockpiling is permitted adjacent to Site 6.

.11 Relocate the RCMP CCTV camera within Site 6 as specified on the Site 6 contract
drawings.

END OF SECTION
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General
1.1 RELATED SECTIONS
.1 Section 01010 Summary of Work
.2 Section 01117 Construction Sequences and Constraints
.3 Section 01330 - Submittal Procedures
.4 Section 01355 Disposal of Excess Material
.5 Section 01705 Contract Work Health and Safety Clauses
.6 Section 02315 Excavating, Trenching and Backfilling
.7 Section 03300 Cast-in-Place Concrete (Shafts and Underground Structures)
.8 Section 03600 Grout and Miscellaneous Concrete Work
.9 Section 16070 Electrical Demolition

1.2 REFERENCES
.1 Canadian Standards Association (CSA International).
.1 CSA S350-M1980(R1998), Code of Practice for Safety in Demolition of
Structures.
.2 City of Ottawa Special Provision S.P F-4104

1.3 DEFINITIONS
.1 Hazardous Materials: dangerous substances, dangerous goods, hazardous commodities
and hazardous products, may include but not limited to: poisons, corrosive agents,
flammable substances, ammunition, explosives, radioactive substances, or other material
that can endanger human health or well being or environment if handled improperly.

1.4 EXISTING CONDITIONS


.1 Should material resembling spray or trowel applied asbestos or other designated
substance be encountered in course of demolition, stop work, take preventative measures,
and notify the Engineer and the Owner immediately. Do not proceed until written
instructions have been received.
.2 Parts of structures to be demolished to be based on their condition at time of examination
prior to tendering.

1.5 DEMOLITION DRAWINGS

.1 Where required by authorities having jurisdiction, submit for approval drawings,


diagram, or details showing sequence of demolition work and supporting structure, and
underpinning.

1.6 STORAGE AND PROTECTION

.1 Protect existing items designated to remain and items designated for salvage. In event of
damage to such, immediately replace or make good repair to the approval of the Engineer
and at no cost to the Owner.
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

1.7 QUALITY ASSURANCE

.1 Regulatory Requirements: Ensure Work is performed in compliance with applicable


Provincial and Municipal regulations.

1.8 WASTE MANAGEMENT AND DISPOSAL

.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Disposal of Excess Material.

1.9 ENVIRONMENTAL PROTECTION

.1 Fires and burning of waste or materials is not permitted on site.


.2 Do not bury rubbish waste materials.
.3 Cover or wet down dry materials and waste to prevent blowing dust and debris.
.4 Remove, protect and store salvaged items as directed by Engineer. Salvage items for
reuse as identified by the Engineer and noted on drawings. Deliver to the Engineer or
Owner as directed.
1.10 SCHEDULING
.1 Employ necessary means to meet project time lines without compromising specified
minimum rates of material diversion.
.1 In event of unforeseen delay notify the Owner in writing.

Part 2 Products

2.1 EQUIPMENT

.1 Use appropriate equipment and machinery that is in good working order.

Part 3 Execution

3.1 EXISTING CONDITIONS

.1 Take over existing structure, with selective demolition work based on existing condition
at time of examination prior to bidding. Carefully examine existing structure, equipment
and conditions.
.2 Protect existing, minimize damage to existing, make good damage.
.3 Make good existing finishes disturbed or otherwise damaged during selective demolition,
by qualified tradesmen. Match existing materials and finishes.
.4 Make good existing materials and finishes disturbed or otherwise damaged by alterations
to mechanical and electrical equipment and piping. Match existing materials and finishes.

3.2 PROTECTION

.1 Do Work in accordance with Health and Safety Requirements.


.2 Prevent movement, settlement or damage of adjacent services and parts of existing
structures to remain.
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

.1 Provide bracing as required.


.2 Repair damage caused by demolition as directed by Owner.
.3 Support affected structures and, if safety of structure being demolished or adjacent
structures or services appears to be endangered, take preventative measures, stop Work
and immediately notify Owner.
.4 Provide temporary dust screens, covers, railings, supports and other protection as
required.
.5 Prevent debris from collecting and blocking mechanical and electrical systems, which
will remain in operation.
.6 Prevent debris from entering operational sewer flow.
.7 Prevent dust from entering mechanical and electrical system. Maintain water and
electrical systems.
.8 Where openings are scheduled in existing masonry, remove sufficient existing masonry
units for toothing-in of new masonry units.
.9 Provide storage and protection for items which will be reclaimed and refinished for
installation.
.10 Protect interior of parts and items, which are not to be demolished, from exterior
elements at all times.
.1 Maintain water and airtight enclosures.
.2 Provide thermal barrier to meet existing exterior thermal barrier.
.3 Protect building systems, services and equipment from damage.
.11 Turn over to the Owner, dismantled items, which are in good condition, and store at
location and as directed by the Engineer.

3.3 PREPARATION

.1 Disconnect electrical and mechanical systems in areas of selective demolition to rules and
regulations of authorities having jurisdiction.
.2 Post warning signs on equipment, which will remain in operation in areas of selective
demolition.
.3 Disconnect and cap mechanical services in accordance with requirements of local
authority having jurisdiction or pay for having this work done by local authority.
.4 Do not disrupt active or energized utilities in area of selective demolition.

3.4 SAFETY CODE

.1 Do Work in accordance with Section 01705 Contract Work Health and Safety Clauses.
.2 Do demolition work in accordance with CSA-S350.

3.5 GENERAL DEMOLITION REQUIREMENTS

.1 Work of this Section is of selective nature. The work includes but not necessarily limited
to:
.1 Demolition and Removal
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.2 Removal and storage


.3 Relocation
.4 Cleaning
.5 Disposal
.2 The general area in which the demolition work is to be performed shall be left clean and
free of debris at the end of each shift; access routes must always be kept clear. If
required, the general area shall be graded as required to provide a uniform appearance.
.3 All backfilling required in the demolition area shall conform to the governing
requirements of Section 02315 Excavating, Trenching and Backfilling.
.4 Demolish existing work as indicated and as required to accommodate new work.
.5 Demolish work in a safe and systematic manner, from top to bottom.
.6 Do not throw or drop demolished materials from heights. Use chutes, conveyors or
hoisting equipment to lower materials.
.7 Demolish in a manner to minimize dusting. Keep dusty materials wetted but prevent
flooding or contaminated runoff.
.8 Demolish masonry and concrete elements in small sections. Carefully remove and lower
structural framing and other heavy and large objects.
.9 At all times leave work in safe condition, so that no part is in danger of uncontrolled
toppling or falling.
.10 Install temporary supports as required to prevent uncontrolled collapse of structures.
Design of support is to be completed by Professional Engineer. Submit certified drawings
for review.
.11 Security of the site and operation must always be provided.

3.6 CONCRETE SEWER AND MAINTENANCE HOLE ABANDONMENT

.1 Abandon sewers indicated on Contract Drawings following the requirements of City of


Ottawa S.P F-4104.
.2 Abandon maintenance holes and chambers indicated on Contract Drawings following the
requirements of City of Ottawa S.P F-4104.

3.7 CONCRETE STRUCTURES DEMOLITION

.1 Existing concrete structures, as noted, shall be removed to the limits indicated.


.2 Existing concrete to be removed shall be cut into fragments and reduced in size as
required to facilitate removal and disposal.
.3 Disassembly and removal of all structural elements shall be carried out under the
supervision of a professional structural engineer licensed to practice in Ontario hired by
the Contractor.

3.8 CONCRETE MODIFICATIONS

.1 Remove existing concrete where such removal is indicated on the drawings or directed by
the Engineer.
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

.2 Remove all dust, grease, curing compounds, impregnations, waxes, foreign particles, and
disintegrated material.
.3 If chipping is necessary, the edges shall be perpendicular to the surface or slightly
undercut. Feather edges will not be permitted.
.4 Remove all defective existing concrete down to sound concrete where indicated on the
drawings or as directed by the Engineer.
.5 Where existing concrete is to be removed, fill, repair, and finish the surfaces smooth and
flush with adjacent undisturbed surfaces.
.6 Unless otherwise indicated on the drawings or directed by the Engineer, clean and leave
in place existing reinforcing exposed during concrete removal operations.
.7 Where indicated on the drawings, extend existing reinforcing into the new construction
by mechanical connection to the existing reinforcement. Mechanical connections shall be
as specified in Division 15.
.8 Any reinforcement bars the Engineer allows to be cut shall be cut off not less than 25 mm
inside the finished and repaired surface. All anchor bolts, piping, and other hardware
projecting from concrete surfaces after piping and equipment have been removed shall be
cut 25 mm inside the finished or repaired surface. Reinforcement bars and other steel
construction to be removed may be flame-cut.
.9 Remove concrete bases of existing equipment that have been relocated or removed, down
to the reinforcing steel of the supporting slab. Initiate removal of curb base with a
concrete saw, cutting around the perimeter, taking care not to chip or spall the surface of
remaining structure. After existing materials have been removed, exposed reinforcing
steel and structural slab shall be cleaned and filled with new concrete, finished to match
the surrounding surface.
.10 Concrete materials and placement shall be in accordance with Section 03300 - Cast-in-
Place Concrete (Shafts and Underground Structures) and Section 03301 Cast-in-Place
Concrete (Odour And Control Structures).
.11 Provide dust control by water systems or vacuum system and tarping to limit any dust
migration during any concrete demolition work

3.9 PIPING AND EQUIPMENT DEMOLITION


.1 Be responsible for the removal of process equipment, pumps and associated motors,
piping and valves, and all other appurtenances associated with the item being removed.
.2 Existing piping shall be cut, removed, abandoned, disconnected, and/or salvaged as
indicated on the drawings or as required.
.3 Piping and equipment shall be disconnected, dismantled and removed as required and in
such a manner as to minimize disturbance or damage to adjacent construction.
.4 At any point or location where new work is to be connected or installed, the removal of
existing work shall be done so as to facilitate the new installation work to the maximum
possible extent.

3.10 SITE WORK DEMOLITION


.1 The demolition of existing drives, curbs, walks, dikes, and similar items shall be
scheduled and performed so as to minimize inconvenience to the Owner.
CITY OF OTTAWA SECTION 02222
COMBINED SEWAGE STORAGE TUNNEL DEMOLITION AND REMOVAL
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

.2 The attention of the Contractor is called to Section 01010 - Summary of Work and
Section 01117 Construction Sequences and Constraints pertaining to the construction
sequence guidelines that are recommended to maintain system operations.
.3 The demolition of existing in-ground services including piping and chambers shall be
coordinated so as to ensure the continual unhindered operation of the system, allow for
efficient changeovers from existing to new in-ground services and to minimize
inconvenience to the Owner.

3.11 REPAIR OF EXISTING CONSTRUCTION


.1 Where structures to be demolished are connected to structures to remain, remove the
existing construction in a careful manner so that adjacent construction, piping, or
facilities to be left in place are not cracked or otherwise damaged.
.2 The Contractor will be held responsible for any damage thereto because of his operations.
.3 Use temporary supports designed by a Professional Engineer Licensed in Ontario, where
and as required for the support of existing facilities.
.4 Holes and damage resulting from removal operations shall be filled, reconstructed,
repaired, and finished to match and conform to adjacent surfaces and construction as
determined by the Engineer.

3.12 ELECTRICAL/INSTRUMENTATION AND CONTROLS REMOVAL


.1 Refer to Section 16070 Electrical Demolition.

3.13 CLEANING
.1 After selective demolition clean existing substrates to sound, clean surface free from
extraneous matter. Use only non-ionic surfactants.
.2 Where openings are scheduled in existing masonry, remove sufficient existing masonry
units for footing in of new masonry units.
.3 Test clean area designated by the Engineer. Use accepted, cleaned area as the standard
for the remainder of the cleaning work.

3.14 DISPOSAL OF WASTE


.1 Dispose of removed materials, to appropriate recycling facilities except where specified
otherwise, in accordance with authority having jurisdiction.
.2 Do not use waste as fill.
.3 Refer to Section 01355 Disposal of Excess Material.

END OF SECTION
CITY OF OTTAWA SECTION 02226
COMBINED SEWAGE STORAGE TUNNEL REMOVAL OF EXISTING ASPHALT
PAVEMENT
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 SECTION INCLUDES


.1 Methods for removal of existing asphalt pavement.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01355 - Disposal of Excess Material

.3 Section 02362 - Dust Control

.4 Geotechnical Data Report

1.3 REFERENCES
.1 Ontario Provincial Standard Specification:
.1 OPSS.MUNI 510 Construction Specification for Removal
.2 City of Ottawa
.1 Special Provision S.P. No.: F-5103 Removal of Asphalt Pavement, Partial Depth.
.2 Special Provision S.P. No.: F-5104 Precision Milling

1.4 PAYMENT PROCEDURES


.1 Payment for all work completed in accordance with this Section will be paid as per
Section 01025, Measurement and Payment.

1.5 WASTE MANAGEMENT AND DISPOSAL


.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Disposal of Excess Material.

.2 Divert unused asphalt materials from landfill to local recycling facility approved by
Contract Administrator.

Part 2 Products

2.1 EQUIPMENT
.1 Use cold milling, planning or grinding equipment with automatic grade controls capable
of operating from stringline, and capable of removing part of pavement surface to depths
or grades indicated.
CITY OF OTTAWA SECTION 02226
COMBINED SEWAGE STORAGE TUNNEL REMOVAL OF EXISTING ASPHALT
PAVEMENT
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

Part 3 Execution

3.1 PREPARATION
.1 Prior to beginning removal operation, inspect and verify with Contract Administrator
areas, depths and lines of asphalt pavement to be removed and where milling will be
required.

3.2 PROTECTION
.1 Protect existing pavement not designated for removal, light units and structures from
damage. In event of damage, immediately replace or make repairs to approval of
Contract Administrator at no additional cost.

3.3 REMOVAL
.1 Remove existing asphalt pavement as per removal drawings and/or as required by
Contractor to accommodate construction activities and confirmed in field by the Contract
Administrator.

.2 Use equipment and methods of removal and hauling which do not damage or disturb
underlying pavement.

.3 Prevent contamination of removed asphalt pavement by topsoil, underlying gravel or


other materials.

.4 Provide for suppression of dust generated by removal process in accordance with Section
02362 - Dust Control.

3.4 SAW CUTTING AND PAVEMENT REMOVAL


.1 All excavations that will disturb asphalt or concrete pavement or structures shall be saw
cut. All saw cutting shall be completed wet. All sawcuts shall be made either parallel or
on angle to the direction of travel to prevent simultaneous contact between vehicle
wheels and the sawcut . Sawcuts shall be straight and vertical to the full depth of the
asphalt and concrete layers of pavement. The Contractor shall assume a minimum depth
of 300 mm for all saw cuts. Refer to the Geotechnical Data Report for the geotechnical
conditions.

.2 Saw cutting shall stop at, or just short of, corners to avoid overcutting. After saw cutting
the edges, removal of pavement materials shall be performed with care to avoid lifting or
breaking the road pavements beyond the sawcut borders.

.3 If during the course of the work additional asphalt or pavement has breakage beyond the
trench width, the Contractor shall saw cut completely around the breakage prior to
completing the restoration.

3.5 STOCKPILING OF MATERIAL


.1 Dispose of removed asphalt pavement by stock-piling in locations designated by
Contract Administrator.
CITY OF OTTAWA SECTION 02226
COMBINED SEWAGE STORAGE TUNNEL REMOVAL OF EXISTING ASPHALT
PAVEMENT
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.2 Removed asphalt pavement which is to be recycled in hot mix asphalt concrete under this
contract may be stockpiled at designated asphalt plant site.

3.6 SWEEPING
.1 Sweep remaining asphalt pavement surfaces clean of debris resulting from removal
operations using rotary power brooms and hand brooming as required.

END OF SECTION

CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 1 OF 9

PART 1 GENERAL

1.1 SUMMARY

.1 This Specification Section specifies procedures for blasting as a means to excavate


the tunnel, portals, shaft, Overflow Structure, pipelines, and other structures, as
required.

.2 Related Sections:
.1 Section 01060 Regulatory Requirements
.2 Section 01330 Submittal Procedures
.3 Section 01450 Quality Control
.4 Section 01561 Environmental Protection
.5 Section 02150 Excavation Support System
.6 Section 02315 Excavation, Trenching, and Backfilling
.7 Section 02316 Rock Removal and Excavation
.8 Section 02400 Shaft Construction
.9 Section 02430 Tunnel Excavation by Tunnel Boring Machine Pressurized
Face TBM
.10 Section 02436 Mined Cavern Excavation and Support
.11 Section 02437 Rock Reinforcement
.12 Section 02480 Geotechnical and Structural Instrumentation and Monitoring
.13 Section 02481 Tunnel Deformation Monitoring
.14 Section 02482 Noise and Vibration Monitoring

.3 Definitions:
.1 Controlled Blasting: Special blasting methods used to limit the effects of
blasting to within the final lines and grades of an excavation, and to regulate
charges of explosives detonated simultaneously, to control peak particle
velocities, noise levels, and air-blast overpressure to limits allowed for
specific projects and locations.
.2 Smooth-Wall Blasting: A blasting technique for controlling breakage of rock
to the drilled tunnel perimeter. Holes are drilled around the perimeter of the
tunnel and spaced more closely than the interior blast holes. These perimeter
holes are also loaded more lightly than the interior production holes and are fired
last in the blast sequencing of the round.
.3 Peak Particle Velocity (PPV): the maximum speed in millimetres per second that
ground particles move as a result of energy released from explosive detonations.

.4 Design Criteria:
.1 Comply with the requirements of Section 01060.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 2 OF 9

.2 Design drilling-and-blasting patterns to the following criteria:


.1 Do not exceed peak particle velocity and air-blast overpressure limitations,
as specified herein and in Section 02482.
.3 Use controlled blasting methods for all pipeline, portal, and structure
excavations.
.4 Use smooth-wall blasting methods in tunnel excavations.
.5 Do not use explosives as a means of transporting material outside the excavation
prism.
.6 Holes for blasting shall be 75 mm or less in diameter and shall not be sprung or
chambered.
.7 Control firing systems of general blast holes by the use of delay detonators.
Explosives used for a single period of delay shall be the minimum required.
.8 When water is present in blast drill holes, use a non-nitroglycerin explosive
product to prevent drill-hole to drill-hole propagation and to ensure that delay
patterns are effective.

.5 Performance Requirements:
.1 Tolerances: (Not Used)
.2 Peak Particle Velocity: As specified in Section 02482 and
.3 Maximum Air Blast Overpressure: 130 dB

1.2 SUBMITTALS

.1 General: Make submittals in accordance with Section 01330. All blasting related
submittals for Site 6 and PWGSC property shall be subject to PWGSC and Royal
Canadian Mounted Police (RCMP) review and approval and is subject to the
Communique Process outlined in Section 01117.

.2 Product Data: Manufacturer's data on explosives, blasting agents and detonators.

.3 Working Drawings and Methods Statements:


.1 Controlled Detonations Plan - Contractor shall prepare and submit a
Controlled Detonations (Blasting) Plan at least 30 days prior to the first blasting
operations.
.2 Submit a Blasting Safety Plan allowing time for approval in accordance with
Section 01330 and or use of explosives, blasting agents, primers, or initiators.
Include the following in the Blasting Safety Plan:
.1 Safety and health requirements of all governing legislation.
.2 Certificates from all regulating agencies and insurance companies.
.3 Outline of safety and health training and inspection program for all
personnel.
.4 Safety signage including audible warning system for blasting.
.5 Description of the pre-blast inspection procedure.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 3 OF 9

.6 Provisions to ensure that flyrock does not result from the blasting
operation.
.7 Manufacturer's data on equipment required to perform the blast.
.8 Seismic monitoring procedure: Description of the methods of monitoring
for blast-induced ground vibration and air blast overpressure.
.9 Proposed locations of explosives storage, consistent with The City of
Ottawas explosives storage regulations and project-specific explosives
storage and use permit. For Blasting Plan for works at Site 6, include
proposed locations of explosives storage, consistent with PWGSCs and
the RCMPs explosives storage regulations and project-specific explosives
storage and use permit.
.10 Explosives transport procedures.
.3 Submit a specific Blasting Plan before each blast, containing sufficient
information to describe the proposed blast, the material and equipment to be
utilized, and the safety and health precautions to be implemented. The plan shall
demonstrate conformance with this Section and applicable regulations. The
Blasting Plan shall include at a minimum the following information:
.1 Graphical and written descriptions of general location, orientation, number,
diameter, depth of blast holes and calculated powder factor.
.2 Total weight of explosive in the blast and maximum weight per hole
and charge weight per delay period.
.3 The sequencing, type, and manufacturer of the delays used.
.4 Proposed locations for blast monitors (both air blast overpressure
and vibration).
.4 Submit copies of all blast monitoring records to the City Representative within
6 hours of each blast.
.5 Contractor shall provide regular schedule updates such that City can notify
surrounding cities and residents of the blasting schedule.

.4 Quality Control:
.1 Qualifications:
.1 Resume(s) showing the experience and ability of the Blasting
Supervisor(s).
.2 Canadian Blaster's Certification for the Blasting Supervisor(s).
.2 Certifications:
.1 Blasting permits for use, handling and storage, as required by The
City of Ottawa, and any other applicable agency having jurisdiction.
.3 Recordkeeping: Prepare and maintain on-site reports and records, which shall
be accessible to the City Representative during normal working hours,
including the following:
.1 Blast reports for any blasting work within one day.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 4 OF 9

.2 Applicable health and safety reporting requirements.


.3 Records from blast monitoring.
.4 Notifications: Notify the City Representative at least 8 hours before every
blast.

1.3 QUALITY ASSURANCE

.1 Reference Standards:
.1 Federal Government Publication
.1 Explosives Act, RS. 1985, c. E-17
.2 Canadian Standards Association
.1 Procedure for Measurement of Sound and Vibration Due to Blasting
Operations Z107.54-M85 (R 1999)
.3 Ministry of Transportation Publication
.1 Ontario Traffic Manual, Book 7
.4 Department of Fisheries and Oceans (DFO) Publication
.1 Guidelines for the Use of Explosives in or Near Canadian Fisheries
Waters, 1998
.2 Qualifications:
.1 Blasting Supervisors: Employ experienced, competent Blasting Supervisors for
portal, shaft, and underground blasting operations.
.2 These persons shall be experienced in preparing blasting plans, handling of
explosives, blasting of rock for underground and above ground construction, and
monitoring of air blast and ground vibrations.
.3 The Blasting Supervisors shall be persons over the age of 21 having a minimum of
5 years of relevant experience and trained in blast monitoring.
.4 The design and execution of the blasting program shall be performed under the
supervision of Blasting Supervisors.
.5 Blasting Supervisors must possess a current Blasting Certification.

1.4 PRECONSTRUCTION MEETING

.1 Jointly with City Representative, Contractor shall convene a pre-blast meeting at least 5
days, but not more than 30 days prior to the first blast. The meeting shall discuss the
following
.1 Blasting procedures.
.2 Safety requirements.
.3 Monitoring criteria.
.4 Environmental considerations.
.5 Post-blast reporting requirements.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 5 OF 9

1.5 JOB CONDITIONS

.1 Blasting must satisfy all regulatory requirements, and the Performance Requirements
specified herein, and may then proceed under the Working Hour conditions prescribed
below.
.2 Controlled detonation shall be restricted to daylight hours, Monday through
Saturday.
.3 Blasting may proceed only during the hours permitted by the City of Ottawa Noise
Bylaw unless special approval is granted in writing by the City Representative.

1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING

.1 Explosives shall be handled, transported, used, controlled, stored, secured, and


monitored as prescribed by the most stringent rules promulgated by the provisions
specified in federal, provincial, and other applicable local codes and ordinances.
.2 Storage:

.1 The location, access, and construction of explosive storage magazines shall be in


accordance with applicable regulations and local permit requirements including
The City of Ottawas storage requirements and permits specified above.
.2 Explosives shall not be stored underground or within 100 meters of the tunnel
portal.
.3 Maintain an inventory record of storage and withdrawal of explosives.
.4 Provide such reasonable and adequate security and protective facilities, as
necessary, to prevent loss, theft or accidental detonation of explosives.
.3 Specific constraints that apply at Site 6 include:

.1 Storage of blasting materials is not permitted on PWGSC property.


.2 All blasting materials being transported onto PWGSC property shall be escorted
by RCMP and PWGSC security.
.3 All blasting, or blasting related activities shall be subject to the Communique
process for PWGSC outlined in Section 01117 and shall be reviewed and
approved by the RCMP and PWGSC.

PART 2 PRODUCTS

2.1 MATERIALS

.1 Use explosives and blasting agents that are:


.2 Water-resistant.

.1 With a fume class rating compatible with the ventilation system.


.2 Designed specifically for the underground smooth-wall blasting applications.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 6 OF 9

.3 Only cartridge type explosives prepared and packaged by explosive


manufacturing firms shall be used for blasting.
.3 Use explosives, blasting agents, and initiating devices that are less than one year old.

2.2 EQUIPMENT

.1 Equipment used for drilling of holes shall have positive means of dust control.
.2 The Contractor shall use seismographs with the following features to monitor each
blast, as specified in Section 02482, Vibration Monitoring.

PART 3 EXECUTION

3.1 GENERAL

.1 Drill-and-blast tunnel, portal, and shaft excavations shall be executed in


accordance with all applicable regulations and the requirements herein.
.2 Blasting will not be permitted when in the opinion of the City Representative it may
be detrimental to existing works, or result in unacceptable environmental impacts.
The City Representative's decision will be final.
.3 Due to the potential presence of Radio Frequency (RF) emitting devices in the vicinity,
only initiation systems that are not affected by stray current or RF energy shall be
utilized. Initiation systems consisting solely of cap and fuse shall not be used.
Procedures in the use of the initiation system selected shall conform to the system
manufacturer's recommendations. Regardless of other exclusions in this section, if
deemed safe by the Contractor, an electric detonator may be utilized to start the
initiation system. The electric cap or other starter shall not be brought onto the blast
site nor shall it be connected to the initiation system until the area has been cleared and
the blast is ready to be detonated.
.4 A lightning detector of a type approved by CanOSH shall be utilized to detect the
presence of lightning immediately prior to and during blast loading operations. Prior to
commencing loading operations, if an electrical storm is detected whose approach is
estimated to interfere with loading operations, loading shall not commence and the blast
shall be rescheduled. If an approaching electrical storm is detected during loading that
will present a hazard to loading operations, loading shall be discontinued and all
personnel moved to a safe area. All approaches to the blast site shall be guarded and no
one shall be allowed to return to the blast site until the storm has passed safely out of
range.
.5 Do not perform blasting closer than 5 m to existing water, gas, sewer, or other buried
utilities.
.6 The Contractor shall be responsible for damage to property or injury to persons
resulting from blasting and for accidental or premature explosions that may occur in
connection with Contractor's use of explosives.
.7 Control flyrock and debris to prevent injuries to persons or damage to structures. Use
blasting mats. Contain fly rock so that it shall not represent a hazard to people, vehicles,
existing improvements, nor vegetation.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 7 OF 9

.8 Blasting within 100 m of the Ottawa River, Rideau River or Rideau Canal will not be
conducted during Ministry of Natural Resources (MNR) and Department of Fisheries
and Oceans (DFO) in-water timing windows.
.9 Blasting shall not be performed closer than 30 m of any fresh concrete within 72 hours
after completion of the concrete pour or when approved by the Contract Administrator
in writing, after a 24 hour period during which the ambient temperature is continuously
greater than 20C.

3.2 BLASTING SUPERVISORS

.1 Blasting Supervisors with experience in the use of explosives for underground


excavation shall be assigned to the blasting operations and maintained on a full-
time basis during the period of blasting. The supervisors shall be physically
present to perform or direct and supervise all blasting operations.
.2 The Blasting Supervisors shall be responsible for:
.1 Planning, record keeping, and supervision of all blasting operations.
.2 Safety and health precautions and control measures during blasting
operations.
.3 Monitoring and reporting monitoring data from each blast to the
City Representative as specified herein

3.3 WARNING SYSTEMS

.1 Follow all warning requirements of local, Provincial, and federal agencies. Institute a
system of audible signals to warn of impending blasts.

.2 Erect signboards stating that blasting operations are taking place in the area. These
signs shall be clearly visible and legible from all points of access to the area, and shall
clearly describe the audible signal system for warning of impending blasts.
.3 Mark storage places with signs, in accordance with applicable regulations.

3.4 POST-BLAST SAFETY

.1 After each blast, follow applicable safety regulations prior to returning to the blasting
area. Personnel may then enter the blasting area with appropriate respiratory equipment or
wait until air quality meets acceptable standards.
.2 After a blast has been fired, make a careful inspection to determine that all charges have
exploded before anyone is allowed to return to the operation. Misfires shall be
corrected in accordance with the applicable portions of federal, province, and local
safety and health codes for blasting. Before drilling blast holes for a new round; clean the
face and thoroughly examine it for missed holes and unexploded explosives.
.3 Remove all loose and shattered rock that may endanger the structure or the workers.
Make the excavation safe before proceeding with the work. Removal of loose or
shattered rock or other loose material may enlarge the excavation beyond the required
limits but shall not relieve the Contractor of the responsibility for removal of such
material.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 8 OF 9

3.5 SUSPENSION OF BLASTING

.1 Blasting operations may be suspended by the City Representative for any of the
following:
.1 Non-compliance with the Blasting Plan, including specified noise limits.
.2 Inadequate safety and health precautions.
.3 Unacceptable air quality in tunnel or shaft.
.4 Ground vibration levels exceed peak particle velocity limits as specified
herein.
.5 Damage to existing structures or improvements as a result of blasting.
.6 Blasting methods that in the opinion of the City Representative endanger
the stability of intact rock outside of the prescribed limits of the excavation
in the tunnels and shafts and rock and soil slopes at portals.
.7 Skilled operators and/or the licensed Blasting Supervisor are not present.
.8 Audible warning system is not properly used.
.2 Blasting operations shall not be resumed until modifications have been made to
correct the conditions that resulted in the suspension.

.3 Suspension of blasting operations resulting from any of the reasons stated above shall
in no way relieve the Contractor of its responsibilities under the terms of this
Contract. The Contractor shall not be entitled to any extension in time, or to any claim
of damage or excess costs, by reason of any blasting suspension order resulting
from any of the reasons stated above.

3.6 INSTRUMENTATION AND MONITORING

.1 Refer to Section 02482 for monitoring equipment requirements.


.2 The Contractor shall measure peak particle velocity, frequency, and airblast
overpressure for each blast with at least two seismographs. Placement is subject to
the approval of the City Representative.
.1 Place one at structure subject to the highest ground vibration, and one at
the structure which will be subject to the highest airblast overpressure.
Access for monitoring at private residences shall be subject to property
owner approval. If access is not allowed, monitor at nearest property line.
.3 Monitoring by the Contractor does not preclude additional monitoring by the
City Representative, or independent monitoring through an independent contractor.

3.7 FIELD QUALITY CONTROL

.1 Verify pre-blast plans have been implemented.


.2 Confirm operation of warning systems.
.3 Monitor blast with instrumentation.
.4 Confirm completion of post-blast safety measures.
CITY OF OTTAWA SECTION 02228
COMBINED SEWAGE STORAGE TUNNEL BLASTING
CONTRACT NO. ISD14-2036 PAGE 9 OF 9

3.8 DAMAGE CAUSED BY BLASTING

.1 Damage to buildings, structures, facilities (above and below grade), and property
caused by blasting operations shall be repaired/replaced to the satisfaction of the
Owner, the property owner and property occupant at the Contractors sole and complete
expense.

END OF SECTION

CITY OF OTTAWA SECTION 02231
COMBINED SEWAGE STORAGE TUNNEL CLEARING AND GRUBBING
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

PART 1 GENERAL

1.1 RELATED SECTIONS

.1 Section 01025 - Measurement and Payment

.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Disposal of Excess Material

.4 Section 01450 Quality Control

.4 Section 01561 - Environmental Protection

.5 Section 01740 - Cleaning

1.3 REFERENCES

.1 U.S. Environmental Protection Agency (EPA)/Office of Water


.1 EPA 832R92005, Storm Water Management for Construction Activities:
Developing Pollution Prevention Plans and Best Management Practices.

1.4 DEFINITIONS

.1 Clearing consists of cutting off trees and brush vegetative growth to not more than
specified height above ground and disposing of felled trees, previously uprooted trees and
stumps, and surface debris.

.2 Close-cut clearing consists of cutting off standing trees, brush, scrub, roots, stumps and
embedded logs, removing at, or close to, existing grade and disposing of fallen timber
and surface debris.

.3 Clearing isolated trees consists of cutting off to not more than specified height above
ground of designated trees, and disposing of felled trees and debris.

.4 Underbrush clearing consists of removal from treed areas of undergrowth, deadwood, and
trees smaller than 50 mm trunk diameter and disposing of fallen timber and surface
debris.

.5 Grubbing consists of excavation and disposal of stumps and roots boulders and rock
fragments of specified size 200mm to not less than specified depth below existing ground
surface.

1.5 SUBMITTALS

.1 Provide submittals in accordance with Section 01330 - Submittal Procedures.

.2 Submit certificates signed by manufacturer certifying that materials comply with


specified performance characteristics and physical properties.
CITY OF OTTAWA SECTION 02231
COMBINED SEWAGE STORAGE TUNNEL CLEARING AND GRUBBING
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

.3 Submit manufacturer's installation instructions.

1.6 QUALITY ASSURANCE

.1 In compliance with Section 01450 Quality Control.

1.7 STORAGE AND PROTECTION

.1 Prevent damage to fencing, trees, landscaping, natural features, bench marks, existing
buildings existing pavement, utility lines, site appurtenances, water courses, root systems
of trees which are to remain.
.1 Repair damaged items to approval of Engineer.
.2 Replace trees designated to remain, if damaged, as directed by Engineer.

1.8 WASTE MANAGEMENT AND DISPOSAL

.1 Separate waste materials for reuse and recycling in accordance with Section 01335
Disposal of Excess Material.

.2 Consider felled timber from which saw logs, pulpwood, posts, poles, ties, or fuel wood
can be produced as saleable timber.
.1 Trim limbs and tops, and saw into saleable lengths of 1.2 m for saw logs.
.2 Stockpile adjacent to site.

PART 2 PRODUCTS

2.1 MATERIALS

.1 Bituminous based paint of standard manufacture specially formulated for tree wounds.

.2 Soil Material for Fill:


.1 Excavated soil material: free of debris, roots, wood, scrap material, vegetable
matter, refuse, soft unsound particles, deleterious, or objectionable materials.
.2 Remove and store soil material for reuse.

PART 3 EXECUTION

3.1 TEMPORARY EROSION AND SEDIMENTATION CONTROL

.1 Provide temporary erosion and sedimentation control measures to prevent soil erosion
and discharge of soil-bearing water runoff or airborne dust to adjacent properties and
walkways, according to requirements of Section 01160 - Erosion and Sediment Control
Plan.
CITY OF OTTAWA SECTION 02231
COMBINED SEWAGE STORAGE TUNNEL CLEARING AND GRUBBING
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

.2 Inspect, repair, and maintain erosion and sedimentation control measures during
construction until permanent vegetation has been established.

.3 Remove erosion and sedimentation controls and restore and stabilize areas disturbed
during removal.

3.2 PREPARATION

.1 Inspect site and verify with Engineer items designated to remain.

.2 Locate and protect utility lines: preserve in operating condition active utilities traversing
site.
.1 Notify Engineer immediately of damage to or when unknown existing utility
lines are encountered.
.2 When utility lines to be removed are encountered within area of operations,
notify Engineer to minimize interruption of service.

.3 Notify utility authorities before starting clearing and grubbing.

.4 Keep roads and walks free of dirt and debris.

3.3 APPLICATION

.1 Manufacturer's instructions: comply with manufacturer's written recommendations or


specifications, including product technical bulletins, handling, storage and installation
instructions, and datasheet.

3.4 CLEARING

.1 Clearing includes felling, trimming, and cutting of trees into sections and satisfactory
disposal of trees and other vegetation designated for removal, including downed timber,
snags, brush, and rubbish occurring within cleared areas.

.2 Clear as indicated or directed by Engineer, by cutting at height of not more than 300 mm
above ground. In areas to be subsequently grubbed, height of stumps left from clearing
operations to be not more than 1000 mm above ground surface.

.3 Cut off branches and cut down trees overhanging area cleared as directed by Engineer.

.4 Cut off unsound branches on trees designated to remain as directed by Engineer.

3.5 CLOSE CUT CLEARING

.1 Close cut clearing to ground level of ground surface.

.2 Cut off branches or down trees overhanging area cleared as directed by Engineer.

.3 Cut off unsound branches on trees designated to remain as directed by Engineer.


CITY OF OTTAWA SECTION 02231
COMBINED SEWAGE STORAGE TUNNEL CLEARING AND GRUBBING
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

3.6 ISOLATED TREES

.1 Cut off isolated trees as indicated Engineer at height of not more than 300 mm above
ground surface.

.2 Grub out isolated tree stumps.

.3 Prune individual trees as indicated.

.4 Trim trees designated to be left standing within cleared areas of dead branches 4 cm or
more in diameter; and trim branches to heights as indicated.

.5 Cut limbs and branches to be trimmed close to bole of tree or main branches.

.6 Paint cuts more than 3 cm in diameter with approved tree wound paint.

3.7 UNDERBRUSH CLEARING

.1 Clear underbrush from areas as indicated at ground level.

3.8 GRUBBING

.1 Remove and dispose of roots larger than 7.5 cm in diameter, matted roots, and designated
stumps from indicated grubbing areas.

.2 Grub out stumps and roots to not less than 200 mm below ground surface.

.3 Grub out visible rock fragments and boulders, greater than 300 mm in greatest
dimension, but less than 0.25 m.

.4 Fill depressions made by grubbing with suitable material and to make new surface
conform with existing adjacent surface of ground.

3.9 REMOVAL AND DISPOSAL

.1 Remove cleared and grubbed materials off site as indicated in Section 01355 Disposal of
Excess Material.

.2 Cut timber greater than 125 mm diameter to1200 mm lengths and stockpile as indicated
in Section 01355 Disposal of Excess Material.

.3 Chip or mulch and stockpile spread cleared and grubbed vegetative material on site as
indicated in Section 01355 Disposal of Excess Material.

.4 Remove diseased trees identified by Engineer and dispose of this material to approval of
Engineer.
CITY OF OTTAWA SECTION 02231
COMBINED SEWAGE STORAGE TUNNEL CLEARING AND GRUBBING
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

3.10 FINISHED SURFACE

1 Leave ground surface in condition suitable for immediate grading operations or stripping
of topsoil to approval of Engineer.

3.11 CLEANING

.1 Proceed in accordance with Section 01740 - Cleaning.

.2 On completion and verification of performance of installation, remove surplus materials,


excess materials, rubbish, tools and equipment.

END OF SECTION

CITY OF OTTAWA SECTION 02232
COMBINED SEWAGE STORAGE TUNNEL TREE PRUNING
CONTRACT NO. ISD14-2036 PAGE 1 OF 5

PART 1 GENERAL

1.1 RELATED SECTIONS


.1 Section 02906 - Trees, Shrubs and Ground Cover Planting

1.3 REFERENCES

.1 American National Standard Institute (ANSI)


.1 ANSI A300 (Part 1)-2001, Tree Care Operations - Tree, Shrub and
Other Woody Plant Maintenance - Standard Practices (revision and re-
designation of ANSI A300-1995) (includes supplements).
.2 ANSI A300 (Part 2)-1998, Tree Care Operations - Tree, Shrub, and
Other Woody Plant Maintenance - Standard Practices - Part 2 -
Fertilization.
.3 ANSI A300 (Part 3)-2000, Tree Care Operations - Tree, Shrub and Other
Woody Plant Maintenance: Standard Practices - Part 3 - Tree Support Systems
(a. Cabling, Bracing, and Guying) (supplement to ANSI A300-1995).

.2 Canadian Nursery Landscape Association (CNLA)

.3 International Society of Arboriculture (ISA)

.4 Ontario Ministry of Agriculture, Food and Rural Affairs

.1 Publication 483-2004,Pruning Ornamentals.

1.4 DEFINITIONS

.1 Crown Cleaning: consists of selective removal of one or more of following


items: dead, dying or diseased branches, weak branches and water sprouts.

.2 Crown Thinning: consists of selective removal of branches to increase light


penetration, air movement and reduce weight.

.3 Crown Raising: consists of removal of lower tree branches to provide


clearance.

.4 Crown Reduction or Crown Shaping: decreases tree height and/or spread.

.5 Vista Pruning: is selective thinning of framework limbs or specific crown


areas to improve views.

.6 Crown Restoration: improves structure, form and appearance of trees that have
been severely headed or vandalized.
CITY OF OTTAWA SECTION 02232
COMBINED SEWAGE STORAGE TUNNEL TREE PRUNING
CONTRACT NO. ISD14-2036 PAGE 2 OF 5

1.5 QUALITY ASSURANCE

.1 Certification: provide Canadian Nursery Landscape Association certification.

.2 Regulatory requirements: provide safety certificate as approved by local hydro


utility.

.3 Field Samples: do sample pruning in manner to enable Engineer to identify:

.1 Knowledge of target areas including branch bark ridge and branch


collars.

.2 Technique for selection process and pruning used to establish desired


form and shape for each species.

.4 Acceptance of Work will be determined by Engineer from field sample.

.5 Health and Safety Requirements: do construction occupational health and safety in


accordance with Section 01705 Contract Work Health and Safety Clauses

1.6 WASTE MANAGEMENT AND DISPOSAL

.1 Separate waste materials for reuse and recycling in accordance with Section
01355 Disposal of Excess Material.

2 Place materials defined as hazardous or toxic in designated containers.

.3 Dispose of unused disinfectant at official hazardous material collections site


approved by Engineer.

.4 Ensure emptied containers are sealed and stored safely.

.5 Divert wood materials from landfill to facility for recycling, composting as


directed by Engineer.

1.7 TOOL MAINTENANCE

.1 Ensure that tools are clean and sharp throughout pruning operation: do not use
tools that crush or tear bark.

.2 Disinfect tools before each tree is pruned.

.3 Disinfect tools before each cut on diseased plant material.


CITY OF OTTAWA SECTION 02232
COMBINED SEWAGE STORAGE TUNNEL TREE PRUNING
CONTRACT NO. ISD14-2036 PAGE 3 OF 5

PART 2 PRODUCTS

2.1 DISINFECTANT

.1 20% solution of sodium hypochlorite or 70% solution of ethyl alcohol.

PART 3 EXECUTION

3.1 APPLICATION

.1 Manufacturer's instructions: comply with manufacturer's written recommendations or


specifications, including product technical bulletins, handling, storage and installation
instructions, and datasheet.

3.2 GENERAL

.1 Prune in accordance with Pruning Ornamentals ANSI A300, and as directed by


Engineer. Where discrepancies occur between standard and specifications,
specifications govern.

.2 Notify immediately Engineer conditions detrimental to health of plant material


or operations.

.3 Prune during plant dormant period or after leaves have matured. Avoid
pruning during leaf formation, at time of leaf fall, or when seasonal
temperature drops below minus 10 degrees C.

.4 Prune each species when in full leaf.

.5 Retain natural form and shape of plant species.

.6 Do not:

.1 Flush cut branches.

.2 Crush or tear bark.

.3 Cut behind branch bark ridge.

.4 Damage branch collars.

.5 Damage branches to remain.

3.3 PRUNING

.1 Remove dead, dying, diseased and weak growth from plant material to provide
crown cleaning, crown thinning, crown raising, crown reduction, vista pruning,
CITY OF OTTAWA SECTION 02232
COMBINED SEWAGE STORAGE TUNNEL TREE PRUNING
CONTRACT NO. ISD14-2036 PAGE 4 OF 5

crown restoration as designated by Engineer in order to promote healthy


growth.

.2 Remove live branches that:

.1 Interfere with healthy development and structural strength including


branches crossed or rubbing more important branches.

.2 Are of weak structure including narrow crotches.

.3 Obstruct development of more important branches.

.4 Are broken.

.3 Remove live branches to re-establish natural species form including:

.1 One or more developing leaders.

.2 Multiple growth due to previous topping.

.3 Branches extending outward from natural form.

.4 Undesirable sucker growth.

.4 Remove loose branches, twigs and other debris lodged in tree.

.5 Remove vines.

.6 For branches under 50 mm in diameter:

.1 Locate branch bark ridge and make cuts smooth and flush with outer
edge of branch collar to ensure retention of branch collar. Cut target
area to bottom of branch collar at angle equal to that formed by line
opposite to branch bark ridge.

.2 Make cuts on dead branches smooth and flush with swollen callus
collar. Do not injure or remove callus collar.

.3 Do not cut lead branches unless directed by Engineer.

.7 For branches greater than 50 mm in diameter:

.1 Make first cut on lower side of branch 300 mm from trunk, one third
diameter of branch.

.2 Make second cut on upper side of branch 500 mm from trunk until
branch falls off.

.3 Make final cut adjacent to and outside branch collar.


CITY OF OTTAWA SECTION 02232
COMBINED SEWAGE STORAGE TUNNEL TREE PRUNING
CONTRACT NO. ISD14-2036 PAGE 5 OF 5

.8 Ensure that trunk bark and branch collar are not damaged or torn during limb
removal.

.1 Repair areas which are damaged, or remove damaged area back to


next branch collar.

.9 Remove additional growth designated by Engineer.

3.4 ROOT GIRDLING

.1 For girdling roots one-quarter size of trunk diameter or larger, V-cut girdling
root one-half way through at point where root is crossing.

.2 Remove exposed portion of girdling root as directed by Engineer after cleanly


cutting root flush with grade on each side of parent root. Do not injure bark or
parent root.

3.5 CARE OF WOUNDS

.1 Shape bark around wound to oblong configuration ensuring minimal increase


in wound size. Retain peninsulas of existing live bark.

3.6 CLEAN-UP

.1 Proceed in accordance with Section 01740 - Cleaning.

.2 Collect and dispose of compost/recycle whenever applicable pruned material


daily and remove from site.

.3 On completion and verification of performance of installation, remove surplus materials,


excess materials, rubbish, tools and equipment.

END OF SECTION

CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 1 OF 7

PART 1 GENERAL

1.1 SECTION INCLUDES


.1 Mechanically stabilized earth (MSE) steep slope system with high-density polyethylene
and polypropylene reinforcing geogrids at Site 6.

.2 Face Fill and Backfill.

.3 Turf Reinforcement Mat.

1.2 RELATED SECTIONS


.1 Section 01117 Construction Sequences and Constraints

.2 Section 01330 - Submittal Procedures

.3 Section 01355 Disposal of Excess Material

.4 Section 01450 Quality Control

.5 Section 02072 - Geotextiles

.6 Section 02315 Excavation, Trenching, and Backfilling.

1.3 REFERENCES
.1 ASTM D 6637 - Determining Tensile Properties of Geogrids by the Single or Multi-Rib
Test Method; 2001.
.2 ASTM F 904 - Standard Test Method for Comparison of Bond Strength or Ply Adhesion
of Similar Laminates Made from Flexible Materials; 1991.
.3 ASTM D7737 - Standard Test Method for Individual Geogrid Junction Strength.
.4 Tensar International Corporation SierraSlope Retention System Installation Guide.

1.4 SUBMITTALS
.1 Submit as per Section 01300 - Submittals
.2 Product Data: Manufacturer's data sheets on each product to be used, including:
.1 Preparation instructions and recommendations.
.2 Storage and handling requirements and recommendations.
.3 Installation methods.
.3 Shop Drawings: Engineering drawings, elevations, and large-scale details of elevations,
typical sections, details, and connections.
.1 Include design calculations sealed by Professional Engineer licensed in the Province of
Ontario
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 2 OF 7

.2 Manufacturer's certifications that the ultimate tensile strength and junction strength of
the geogrid are equal to or greater than those specified.
.4 Samples: Two samples of each wall system component including:
.1 Geogrids: 100 mm by 500 mm piece.
.2 Turf Reinforcement Mat: 100 mm by 200 mm piece.
.5 Manufacturer's Certificate: Certify Products meet or exceed specified requirements.

1.5 QUALITY ASSURANCE


.1 Qualification Statement: submit proof of insurance coverage for professional liability.
.2 Submit design and supporting data at least 2 weeks prior to commencing Work.
.3 Design and supporting data submitted to bear stamp and signature of qualified
professional engineer registered or licensed in the Province of Ontario.
.4 Keep design and supporting data on site.
.5 Engage services of qualified professional engineer who is registered or licensed in the
Province of Ontario in which Work is to be carried out to design and inspect the works
associated with mechanically stabilized earthen slopes.

1.6 DELIVERY, STORAGE, AND HANDLING


.1 Store products in manufacturer's unopened packaging until ready for installation.
.2 Prevent excessive mud, fluid concrete, epoxy, or other deleterious materials from coming
in contact with and affixing to materials.
.3 Polymeric Materials: Store at temperatures above minus 29 degrees C; rolled materials
may be laid flat or stood on end.
.4 Do not place backfill when subgrade is wet or frozen.
.5 Do not place backfill during wet or freezing weather that prevents conformance with
specified compaction requirements.
1.7 WASTE MANAGEMENT AND DISPOSAL
.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Disposal of Excess Material.

PART 2 PRODUCTS

1.1 MANUFACTURERS
.1 Tensar Structural Geogrids Manufactured by: Tensar International Corporation or
approved equal.
.2 Turf Reinforcement Mat Manufactured by: North American Green
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 3 OF 7

1.2 MATERIALS
.1 System Description: SierraSlope Retention (or approved equal) of a mechanically
stabilized earth slope of engineered backfill reinforced with high-density polyethylene
or polypropylene geogrids
.2 Structural Geogrid - The required physical and mechanical properties of geogrid
reinforcement shall be determined in accordance with the following performance
requirements.
.3 Primary Geogrid - The primary geogrids long-term design strength shall be determined
in accordance with the following:
Where: T ULT
Ta =
RF CR x RF ID x RF D

TULT - Ultimate Tensile Strength shall be the minimum average roll value ultimate tensile
strength as tested per ASTM D6637. This test shall be conducted without artificially
deforming test materials under load before measuring such resistance or employing an
artificial secant or offset tangent basis of measurement so as to overstate tensile
properties.
RFCR The Reduction Factor for Creep is the ratio of TULT divided by the creep rupture
strength determined in accordance with ASTM D5262-07. Long-term creep rupture of the
reinforcement shall be determined from controlled laboratory testing conducted for a range of
load levels and durations in accordance to ASTM D5262 adequate for extrapolation to the
design life. Elevated temperature can be used to accelerate creep rupture test for the purpose
of extrapolation. A minimum total of 12 rupture data points with a minimum of 4 data points
at each temperature and at least one test having a rupture time over 10,000 hours or more are
required to establish a rupture envelope. The requirement for the minimum creep test may be
waived for a new product if it can be demonstrated that is sufficiently similar to a proven
creep tested product of a similar nature. When these conditions are met, creep testing shall be
conducted for at least 1,000 hours before time shifting, with adequate elevated temperature
data to permit to 50,000 hours or more. The limited test results of the new product are
compared to the results of the previously conducted full testing program. The 1,000 hour
creep curves must pattern very closely to the 1,000 hour porting of the similar product to
demonstrate equivalency. Creep testing is required on representative samples of the finished
product and not a single component of the geogrid (e.g., fiber and/or yarn). The ultimate
strength used in this calculation shall be that of the roll used in the testing and not the MARV
for the product.
In no event shall the minimum value of RFCR be less than:

HDPE Uniaxial geogrid 2.56

PP biaxial geogrid 4.00

RFID The Reduction Factor for Installation Damage is the ratio of the virgin reinforcement
TULT divided by the TULT of a sample of the same material recovered from an installation
damage test. Tests shall be conducted using the actual backfill from the project in accordance
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 4 OF 7

with GRI-GG4. However, in lieu of such testing, the Manufacturer may supply test results
from other backfill soils if such soils can be shown to result in more severe construction
damage than the proposed backfill. TULT shall be determined in accordance with ASTM
D6637-01 and sample recovery shall be consistent with ASTM D5818-06.
In no event shall the minimum value of RFID be less than:

HDPE Uniaxial geogrid 1.05

PP Biaxial geogrid 1.05

RFD - Reduction Factor for Durability/Aging is the combined partial factor for potential
chemical and biological degradation. RFD shall be determined from polymer specific (HDPE
and PP as identified by their mechanical properties, and PET as identified by CEG number
and number average molecular weight, Mn) durability testing covering the range of expected
soil environments. Polyolefin geogrids can be used in a pH range from 3 to 12, and polyester
geogrids can be used within a pH range of greater than 3 and less than 9. The minimum
Reduction Factor for Durability/Aging for HDPE and PP shall be 1.0.
For soils of potential concern, as presented below (modified soil shall include lime stabilized
soil, cement stabilized soil, or concrete), only polymers listed as YES shall be used within
or adjacent to (3 feet shortest measurable distance) these soil environments (Reference: Table
8, FHWA NHI-00-044).

SOIL ENVIRONMENT HDPE PP

Acid Sulfate Soils YES NO

Organic Soils YES YES

Saline Soils, pH < 9 YES YES

Calcareous Soils YES YES

Modified Soils/Lime, Cement YES YES

Alkaline Soils, pH > 9 YES YES

Acidic Soils, pH < 3 YES YES

Soils with Transition Metals YES NO

Ci - Soil Interaction Coefficient value shall be determined from long-term effective stress
pullout tests per ASTM D6706-01. The Ci value is determined as follows:
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 5 OF 7

Ci = F

2 L N tan

Where: F = Pullout force (lb/ft), per ASTM D6706-01

L = Geogrid Embedment Length in Test (ft)

N = Effective Normal Stress (psf)

= Effective Soil Friction Angle, Degrees

Secondary and Slope Face Wrapping Geogrid: Tensar BX1120: Polymeric grid formed by
regular network of integrally connected tensile elements with apertures of sufficient size to
retain a 25-mm to 50-mm Stone Face Fill.
Aperture Size: 25 mm by 33 mm.

Carbon Black Content: 2.0 percent.

.4 Backfill outside of geogrid reinforced zone: Select Subgrade Material (as per Section
02315 Excavating, Trenching, and Backfilling)
.5 Soil within geogrid reinforced zone: OPSS Granular B Type I (as per Section 02315
Excavating, Trenching, and Backfilling) with the below modifications:
100% passing 50mm sieve
75% to 100% passing 19mm sieve
.6 Plantable Fill: as per Section 02702 Aggregates: Landscaping when not within
geogrid reinforced zone.
.7 Turf Reinforcement Mat: North American Green C350 (or approved equal) permanent
turf reinforcement mat. Mat shall consist of evenly distributed 100 percent coconut
fiber matrix weighing 0.27 kg/sq m encapsulated in a 3-D matting structure consisting
of two, top and bottom, heavyweight UV stabilized polypropylene nets, with a nominal
weight of 0.04 kg/sq m and a corrugated high strength center net with an nominal
weight of 0.12 kg/sq m. The three nets shall be stitched together on 38 mm centers
with UV stabilized polypropylene thread to form a permanent three-dimensional turf
reinforcement mat with a minimum thickness of 13 mm.

PART 3 EXECUTION

3.1 PREPARATION
.1 Notify Engineer of schedule and plan for works as per Section 01117 Construction Sequences
and Constraints.
.2 Do not begin reinforced slope construction until excavation to subgrade as approved by Engineer
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 6 OF 7

has been completed and the foundation for the reinforced fill has been properly prepared.
.3 Excavation:
.1 Excavate subgrade vertically to plan elevation and horizontally to designed geogrid
lengths.
.2 Remove soils not meeting required strength and replace with approved materials as per
Section 02315 Excavating, Trenching, and Backfill and as specified in this section.
.3 Compaction: Compact foundation materials as per Section 02315 Excavating,
Trenching and Backfilling.

3.2 CONSTRUCTION
.1 Construct slope system in accordance with approved shop drawings and manufacturer's
instructions.
.2 Geogrid placement:
Unroll the structural geogrid on the compacted backfill and cut to the length indicated on the
shop drawings.
Unroll and place uniaxial geogrids perpendicular to the slope face.
Cut uniaxial geogrids within 50mm from the thick transverse bar and place that end of the
strip at the slope face or to the position near the slope face shown on shop drawings.
Unroll and place biaxial geogrid parallel to the slope face unless otherwise shown on shop
drawings. Biaxial geogrids may be cut to the required width prior to unrolling.
Extend the geogrid and turf reinforcement mat beyond the slope face by the amount required
for the wrapped face and for anchorage at the top of the wrap.
Pull the geogrid taut to remove slack.
Stake or pin the geogrid near the ends as required to maintain alignment and tension during
filling.
Place a minimum of 75 mm of fill between any overlapping layers of geogrid where
overlapping occurs behind curves and corners of the slope.
Rubber tired vehicles may travel on the geogrid at low speeds, less than 10 km/hr. Turning of
vehicles should be avoided to prevent dislocation or damage to the geogrid.
Tracked vehicles shall not be operated directly on the geogrid. A minimum of 200 mm of fill
cover over the geogrid is required for operation of tracked construction vehicles in the
reinforced zone.
.3 Fill:
Place reinforced backfill material and compact to a maximum 225 mm deep lifts. Compact to
minimum of 95 percent Standard Proctor Dry Density in accordance with ASTM D 698 to
within 1 m of the slope face. Compact the near-face zone using a minimum of three passes.
Use only hand operated compaction equipment within 1 m of the slope face.
Do not perform soil density testing within 1 m of the slope face.
CITY OF OTTAWA SECTION 02260
COMBINED SEWAGE STORAGE TUNNEL MECHANICALLY STABILIZED
EARTHEN SLOPES
CONTRACT NO. ISD14-2036 PAGE 7 OF 7

Place geotextile separator and stone or plantable face fill in the zone designated on the shop
drawings and compact with hand operated equipment.
Place and compact subsequent lifts of fill to the level of the next layer of geogrid
reinforcement. Smooth and level (or slope as shown on drawings) to ensure geogrid lays flat.
Shape the slope face above the lower level of geogrid reinforcement.
Pull any required slope wrapping geogrid and turf reinforcement mat up the slope and over the
compacted fill to the distance shown on the shop drawings and stake or anchor as required to
maintain alignment and tension.
Repeat geogrid and fill placement procedures to top of slope.
Place, stake and anchor turf reinforcement mat on slope face as shown on shop drawing.
Notify Engineer immediately if changes are required to the slope design or backfill material.
Notify Engineer immediately if excessive groundwater is noted which may require changes to
the installation method or backfill material.
.4 Landscaping:
Trim and cut geogrid to accommodate landscaping as per shop drawings and Section 02906
Trees and Shrub Planting. Do not exceed maximum trimming and cutting size necessary to
perform plantings or modify location and spacing of cutting of the geogrid without approval of
Engineer.
.5 Turf Reinforcement Mat:
Install turf reinforcement mat as per manufacturers specifications. Coordinate with geogrid
placement and landscaping works.
.6 Coordination with Other Works:
Coordinate with other specification sections and requirements to avoid duplication of work.

3.3 FIELD QUALITY CONTROL


Perform quality control as per manufacturers requirements and Section 01450 Quality
Control.

3.4 PROTECTION
A. Protect installed products until completion of project.

END OF SECTION

CITY OF OTTAWA SECTION 02311
COMBINED SEWAGE STORAGE TUNNEL SITE GRADING
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 RELATED SECTIONS


.1 Section 01160 Erosion and Sediment Control Plan

.2 Section 01450 Quality Control

.3 Section 02140 - Groundwater Control

.4 Section 02231 - Clearing and Grubbing

.5 Section 02315 - Excavation, Trenching and Backfilling

.6 Geotechnical Baseline Report

.7 Geotechnical Data Report

1.2 REFERENCES
.1 ASTM International (ASTM)
.1 ASTM D698-12, Test Method for Laboratory Compaction Characteristics of Soil
Using Standard Effort (600 kN-m/m 3).
.2 Ontario Provincial Standard Specification (OPSS)
.1 OPSS.MUNI 206 Construction Specification for Grading

1.3 EXISTING CONDITIONS


.1 For existing geotechnical conditions, refer to the Geotechnical Baseline Report and
Geotechnical Data Report.
.2 Known underground and surface utility lines and buried objects are as indicated on
Contract Drawings based on information provided by utility companies and taken from
as-built documents and utility drawings. They are shown for scoping purposes as
reported but their exact location and depth must be confirmed by the contractor prior to
commencing any site excavation or grading work. Any discrepancy in findings must be
reported to the Contract Administrator.
.3 For groundwater control measures, refer to Section 02140, Groundwater Control.

1.4 PROTECTION
.1 Protect and/or transplant existing fencing, trees, landscaping, natural features, bench
marks, buildings, posts, pavement, surface or underground utility lines which are to
remain as directed by Contract Administrator. If damaged, restore to original or better
condition unless directed otherwise.
.2 Maintain access roads to prevent accumulation of construction related debris on roads.
CITY OF OTTAWA SECTION 02311
COMBINED SEWAGE STORAGE TUNNEL SITE GRADING
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

Part 2 Products

2.1 MATERIALS
.1 Fill material: in accordance with Section 02315, Excavating, Trenching and Backfilling.

.2 Excavated or graded material existing on site may be suitable to use as fill for grading
work only if approved by Contract Administrator.

Part 3 Execution

3.1 STRIPPING OF TOPSOIL


.1 Refer to Section 02315, Excavating, Trenching, and Backfilling

3.2 GRADING
.1 Unless indicated otherwise by a grading plan, the contractor shall reinstate all sites to
pre-construction conditions and grades. The contractor shall conduct a comprehensive
photographic and topographic survey of each site in order to be able to reinstate as per
pre-construction conditions. Inadequacies in pre-construction grading discovered by the
contractor shall be reported to the Contract Administrator.
.2 Use Granular B Type II to rough grade the sites. Make up shortfall with imported fill
material or rock spoils excavated from the tunnels if it has been approved for use as
select subgrade material. Place a geotextile fabric underneath granular fill material in all
locations where preconstruction grading is to be reinstated. Place fill in lifts of 300 mm
compacted to 95% SPMDD.
.3 Make adjustments in lines or grades as necessary in order to obtain satisfactory
construction.
.4 Provide well drained grades.
.5 Slope rough grade away from building 1:50 minimum or as indicated on Contract
Drawings.
.6 Remove and dispose of stones or rock fragments larger than 75 mm nominal diameter
from the top of finished grade.
.7 Handle excavated material so that selected topsoil material is placed on top surface.
.8 Raising or lowering of the grade to avoid haulage is not permitted.

3.3 EROSION AND SEDIMENT CONTROL


.1 Prior to commencing any work erosion and sediment control measures shall be in place
in accordance with Section 01160, Erosion and Sediment Control Plan.

3.4 TESTING
.1 Inspection and testing of compaction will be carried out by testing laboratory in
accordance with Section 01450, Quality Control. Costs of tests will be paid by
Contractor as part of the lump sum prices.
CITY OF OTTAWA SECTION 02311
COMBINED SEWAGE STORAGE TUNNEL SITE GRADING
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.2 Submit testing procedure and frequency of tests to Contract Administrator for review, in
accordance with Section 01450, Quality Control.

3.5 SURPLUS MATERIAL


.1 Remove surplus material and material unsuitable for fill, grading or landscaping off site.

END OF SECTION

CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 1 OF 13

Part 1 General

1.1 RELATED SECTIONS


.1 Section 01119 Preservation and Protection

.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Disposal of Excess Material

.4 Section 01450 Quality Control

.5 Section 01560 Temporary Barriers and Enclosures

.6 Section 02140 Groundwater Control

.7 Section 02226 - Removal of Existing Asphalt Pavement

.8 Section 02311 - Site Grading

.9 Section 02316 Rock Removal

.10 Section 02400 Shaft Construction

.11 Section 02511 Water Mains

.12 Section 02530 - Sanitary Sewers and Odour Control Ducts

.13 Section 02630 Storm Sewers

.14 Geotechnical Baseline Report

.15 Geotechnical Data Report

1.2 REFERENCES

.1 ASTM International (ASTM)


.1 ASTM C117-04, Standard Test Method for Material Finer Than 0.075 mm
(No.200) Sieve in Mineral Aggregates by Washing.
.2 ASTM C136-05, Standard Test Method for Sieve Analysis of Fine and Coarse
Aggregates.
.3 ASTM D422-63(2002), Standard Test Method for Particle-Size Analysis of
Soils.
.4 ASTM D4318-00, Standard Test Methods for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils.

.2 Canadian Standards Association (CSA)


.1 CAN/CSA-A3000-03-A5-03, Portland Cement.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 2 OF 13

.2 CAN/CSA-A23.1-04, Concrete Materials and Methods of Concrete


Construction.

.3 Ministry of Transportation, Ontario (MTO)


.1 Laboratory Testing Manual LS-602, Sieve Analysis of Aggregates.

.4 Ontario Provincial Standard Specifications


.1 OPSS 405 Construction Specification for Pipe Subdrains
.2 OPSS 501 Construction Specification for Compaction.
.3 OPSS.PROV 539 Temporary Protection Systems.

.5 City of Ottawa
.1 Special Provision S.P. No.: F-2120 Select Subgrade Material for Trench
Backfill
.2 Special Provision S.P. No.: F-3147 Granular Material
.3 Special Provision S.P. No. F-4050 Pipe Subdrain
.4 Standard Drawing S6 Single Trench (Sewer)
.5 Standard Drawing S7 Combined Trench (Sewer)
.6 Standard Drawing S8 Clay Seal for Pipe Trenches
.7 Standard Drawing W17 Standard Trench Detail

1.3 DEFINITIONS

.1 Excavation classes: two classes of excavation will be recognized; common excavation


and rock excavation.
.1 Rock: any solid material in excess of 1 m and which cannot be removed by
means of heavy duty mechanical excavating equipment. Frozen material not
classified as rock.
.2 Common excavation: excavation of materials of whatever nature, which are not
included under definitions of rock excavation.

.2 Topsoil: material capable of supporting good vegetative growth and suitable for use in
top dressing, landscaping and seeding.

.3 Waste material: excavated material unsuitable for use in Work or surplus to


requirements.

.4 Borrow material: material obtained from locations outside area to be graded, and
required for construction of fill areas or for other portions of Work.

.5 Unsuitable materials:
.1 Weak and compressible materials under excavated areas.
.2 Frost susceptible materials under excavated areas.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 3 OF 13

.6 Frost susceptible materials, as directed by Engineer.

.7 Unshrinkable fill: very weak mixture of Portland cement, concrete aggregates and water
that resists settlement when placed in utility trenches, and capable of being readily
excavated.

1.4 SUBMITTALS

.1 Samples:
.1 Submit samples in accordance with Section 01330 - Submittal Procedures.
.2 Inform Engineer at least 4 weeks prior to commencing Work, of proposed
source of fill materials and fill specifications and provide access for sampling.
.3 Submit samples of type of fill specified in S.P. No: F-3147.
.4 Ship samples prepaid to Engineer, in tightly closed containers to prevent
contamination.

.2 Pre-Construction Inspection
.1 Perform pre-construction inspection as per Section 01119 Preservation and
Protection.

1.5 QUALITY ASSURANCE

.1 Where a third party Engineer is the employee of Contractor for the purpose of trenching
support design, submit proof that Work by this Engineer is included in Contractor's
insurance coverage.

.2 Qualification Statement: submit proof of insurance coverage for professional liability.

.3 Submit design and supporting data at least 2 weeks prior to commencing Work.

.4 Design and supporting data submitted to bear stamp and signature of qualified
professional engineer registered or licensed in the Province of Ontario.

.5 Keep design and supporting data on site.

.6 Engage services of qualified professional engineer who is registered or licensed in the


Province of Ontario in which Work is to be carried out to design and inspect cofferdams,
shoring, bracing and underpinning required for Work.

1.6 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials in accordance with Section 01355 - Disposal of
Excess Material.

.2 Collect and separate plastic, paper packaging and corrugated cardboard in accordance
with Waste Management Plan.

.3 Place materials defined as hazardous or toxic in designated containers.


CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 4 OF 13

.4 Ensure emptied containers are sealed and stored safely.

1.7 PROTECTION OF EXISTING FEATURES

.1 Protect existing features in accordance with applicable local regulations.

.2 Existing buried utilities and structures:


.1 Size, depth, and location of utilities and structures shown on the Contract
Drawings are approximate only and completeness and accuracy are not
guaranteed. Prior to commencing excavation work, the Contractor shall be
responsible to notify applicable Owner or authorities having jurisdiction,
establish location and state of use of buried utilities and structures using an
outside locating firm. The locating firm shall have Secret clearance if access
is required to PWGSC facilities and for PWGSC utility information to be
provided to the locating firm as specified in Section 01117.. The Contractor
shall co-ordinate his work with the Utility Company concerned should there be
any bracing, removal or relocation of utilities.
.2 Confirm locations of buried utilities by careful test excavations.
.3 Maintain and protect from damage, water, sewer, gas, electric, telephone and
other utilities and structures encountered as indicated.
.4 Where utility lines or structures exist in area of excavation, obtain direction of
Engineer before removing or re-routing. Re-route utilities shown as per
Contract Drawings and utility requirements.
.5 Record location of maintained, re-routed and abandoned underground lines.
.6 Confirm locations of recent excavations adjacent to area of excavation.
.7 A Hydro One duct runs immediately north of the proposed odour control
facility at Site 3a. This duct must not be damaged due to the works and must be
protected and supported with the use of engineered shoring or other trench
support method during construction of the utility crossings and odour control
facility. Incorporate this shoring into shop drawings and design for shoring
required in other sections.

.3 Existing surface features:


.1 Conduct, with Engineer, condition survey of existing trees and other plants,
fencing, service poles, wires, pavement, survey bench marks and monuments
which may be affected by Work.
.2 Protect surface features from damage while Work is in progress. In event of
damage, immediately make repair to approval of Engineer.

.4 Refer to Section 01119 Preservation and Protection for more requirements

1.8 SITE 10 PROTECTION SYSTEM


.1 An existing protection system is installed adjacent to the Highway 417 installed by
Ministry of Transportation (MTO) as part of the Kent Street Bridge Replacement works.
The engineered shop drawings for this protection system will be provided when
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 5 OF 13

available; the Contract drawings show the conceptual protection system. The protection
system is Performance Level 2 as detailed in OPSS.PROV 539.

.2 The Contractor will be permitted to utilize the staging area at Site 10 adjacent to the
protection system within the timelines specified in Section 01117 Construction
Sequences and Constraints.

.3 The Contractor shall immediately report to the Contract Administrator any observed
movement or cracking/deformation of the protection system.

1.9 STABILITY OF EXCAVATION

.1 Employ such construction methods, plant, procedures and precautions to ensure that
excavations are stable, free from disturbance and, reasonably dry.

.2 Such construction methods could include, but are not limited to:
.1 Trench boxes, soldier pile and wood lagging, interlocking sheet piling, concrete
secant, or concrete diaphragm wall. Do not utilize trench boxes when
excavations are greater than 4 m in depth. Any engineered support system other
than a trench box must have a design drawing stamped and signed by a
qualified professional engineer registered or licensed in the Province of
Ontario.
.2 Groundwater control systems as required to control groundwater infiltration,
system type dependant on the shoring system chosen.
.3 Surface water or free water control systems employing ditches, stone drains,
pipes and/or pumps.

.4 Temporary excavation protection required.

.3 Employ such construction methods, plant and materials to ensure that migration of fine
soil material into pipe bedding or sub-bedding from adjacent ground shall not take place.

.4 Remove boulders larger than 0.3m in size from the walls of the excavations for work
safety.

.5 Do not use clear stone or other material with high approportion of voids for bedding or
sub-bedding unless specified or ordered in writing by Engineer for specific locations.

.6 Follow procedures for trimming of sheeting, staging of excavation and ground water
control to ensure the stability of excavation and existing structures.

.7 Refer to Section 02140 Groundwater Control for additional requirements.

Part 2 Products

2.1 MATERIALS

.1 Type 1 and Type 2 fill: properties to the City of Ottawa S.P. No: F-3147, S.P. No. F-
2120and the following requirements:
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 6 OF 13

.1 Crushed, pit run or screened stone, gravel or sand.


.2 Gradations to be within limits specified when tested to ASTM C136 and ASTM
C117. Sieve sizes in accordance with LS-602.
.3 As per the below table:

% Passing by Mass

Type 1 Type 2 Type 3


Sieve
Designation
Granular B Select Subgrade
Granular A Material
Type I Type II

150 mm - 100 - 100

106 mm - - 100 -

37.5 mm - - - -

26.5 mm 100 50-100 50-100 50-100

19 mm 85-100 - - -

13.2 mm 65-90 - - -

9.5 mm 50-73 - - -

4.75 mm 35-55 20-100 20-55 20-100

1.18 mm 15-40 10-100 10-40 10-100

0.300 mm 10-22 2-65 5-22 5-95

0.150 mm - - - 2-65

0.075 mm 2-8 0-8 0-10 0-25


Notes:
1. When RAP is blended with Granular B Type I, 100% of the RAP shall pass the 75 mm sieve.
Conditions in Note 1 supersede this requirement.
2. When the aggregate is obtained from an air-cooled blast furnace slag source.
3. When the aggregate is obtained from a quarry or an air-cooled blast furnace slag or nickel slag source.

.2 Type 3 fill: approved by Engineer for use intended, clean non-clay excavated soil
material, unfrozen, free from roots, weeds, soil, topsoil, tree or shrub material, foreign or
building debris, rocks larger than 75 mm, and having a moisture content not greater than
10% by weight.

.3 Type 4 fill: Clay fill intended for construction of berm core. Clay fill should meet the
classification of Fat Clay (CH) in accordance with the Unified Soil Classification
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 7 OF 13

System. Moisture content of Clay Fill should be within 5% of the optimum moisture
content.

Part 3 Type 5 fill: Clear stone for pipe subdrains where specified on drawings: 19mm
Type I or Type II Clear Stone as per OPSS 1004 and OPSS 405.Execution

3.1 SITE PREPARATION

.1 Remove obstructions, ice and snow, from surfaces to be excavated within limits
indicated.

.2 Sawcut pavement neatly along limits of proposed excavation in order that surface may
break evenly and cleanly in accordance with Section 02226 Removal of Existing
Asphalt Pavement.

.3 Rubbish and waste material shall not be buried on site and shall be disposed of at an
MOECC approved landfill as per Section 01355 Disposal of Excess Material.

3.2 STRIPPING OF TOPSOIL

.1 Do not handle topsoil while in wet or frozen condition or in any manner in which soil
structure is adversely affected as determined by Contract Administrator.

.2 Commence topsoil stripping of areas as indicated by Engineer after area has been cleared
of brush, weeds and grasses and removed from site.

.3 Strip topsoil to depths as indicated by Engineer. Do not mix topsoil with subsoil.

.4 Stockpile in locations as indicated by Engineer. Topsoil stockpile height not to exceed 2


m.

.5 Protect stockpiles from contamination and compaction.

.6 Dispose of unused topsoil off site.

3.3 STOCKPILING

.1 Stockpile fill materials within staging areas designated on drawings and in compliance
with the Staging Planfor each site. Stockpile granular materials in manner to prevent
segregation. If the Contractor does not have sufficient space in staging areas to stockpile
excavated material, the Contractor shall arrange for, and include in their Tender Price,
the cost for offsite stockpiling/hauling or disposal and subsequent importation of suitable
backfill material. Refer to Section 01355 - Disposal of Excess Material for waste
management, testing and disposal requirements.

.2 Do not stockpile excavation materials adjacent to the trenches and other excavations
unless the constructed excavation site slope and excavation support system are designed
by the Contractor for the stockpile loads.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 8 OF 13

.3 Only inert materials can be placed within 30m of the watercourse near Site 5 (Rideau
River) and Site 6 (Ottawa River). No stockpiling of soils/aggregate is permitted within
30m of the watercourse at Site 5 (Rideau River).

.4 Protect fill materials from contamination.

.5 The height and grade of stockpiles must be controlled to safe levels to prevent collapse.
The height of the stockpile shall not exceed 3.5m.

.6 Minimize dust generation by ensuring stockpile stability, and cover as required.

.7 Refer to Section 02150 for more requirements about the excavation support system.

3.4 COFFERDAMS, SHORING, BRACING AND UNDERPINNING

.1 Engineered shoring, bracing and underpinning if required to support excavations that are
not permanent shafts shall be signed and stamped by an engineer licenced in the Province
of Ontario.

3.5 UNWATERING AND HEAVE PREVENTION

.1 Complete unwatering in accordance with Section 02140 Groundwater Control.

.2 Keep excavations free of water while Work is in progress.

.3 Dispose of water in accordance with Section 02140 Groundwater Control and in


manner not detrimental to public and private property, or any portion of Work completed
or under construction.

.4 Submit for Engineer's review details of proposed unwatering and heave prevention
methods.

.5 Protect open excavations against flooding and damage due to surface run-off.

3.6 REMOVAL OF FROZEN GROUND

.1 Do not use backhoe bucket or drop weight to break frozen ground.

.2 Adopt method of removal of frozen ground that will not cause excessive noise, ground
vibration, or damage to adjacent structures and utilities.

3.7 EXCAVATION

.1 Excavate to lines, grades, elevations and dimensions as indicated by Engineer and shown
on the contract drawings.

.2 Remove paving encountered during excavation in accordance with Section 02226 -


Removal of Existing Asphalt Pavement.

.3 In general, rock excavation defined in 1.3.1.1 shall be in accordance with Section 02316
Rock Removal.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 9 OF 13

.4 Do not disturb soil within branch spread of trees or shrubs that are to remain. If
excavating through roots, excavate by hand and cut roots with sharp axe or saw and
follow the related guidelines.

.5 Notify Contract Administrator if bottom of excavation appears to be unsuitable for


foundation. Excavate unsuitable material as directed or agreed to by Engineer until
satisfactory foundation is attained. Backfill with approved granular material or concrete
as directed.

.6 Stockpile excavated materials suitable for backfill.

.7 Separate materials that are unsuitable for backfill.

.8 Keep excavated and stockpiled materials a safe distance away from edge of trench as
directed by Engineer.

.9 Restrict vehicle operations directly adjacent to open trenches.

.10 Dispose of surplus and unsuitable excavated material off site at an appropriate location.

.11 Do not obstruct flow of surface drainage.

.12 Do not use trenching box if soil conditions or method of use are such that disturbance of
soil, bedding or pipe occurs.

.13 Earth bottoms of excavations to be undisturbed soil, level, free from loose, soft or
organic matter.

.14 Notify Engineer when bottom of excavation is reached.

.15 Obtain Engineer approval of completed excavation.

.16 Remove unsuitable material from trench bottom to extent and depth as indicated by
Engineer.

.17 Correct unauthorized over-excavation as follows:


.1 Backfill excess excavation beyond grades indicated under footings or structures
to required grade with Class "C" 15 MPa concrete.
.2 Remove and replace weakened or disturbed soil with 15 MPa concrete where
excavated surface below or beside proposed structure is disturbed or weakened
by unsuitable construction methods or procedures which may include
inadequate control of ground water or free water or action of workmen at no
extra cost.
.3 Remove and replace weakened or disturbed soil with approved granular material
compacted to 98% maximum dry density in accordance with standard Proctor
maximum dry density (SPMDD) where excavated surface below or beside
proposed utility is disturbed or weakened by unsuitable construction methods or
procedures which may include inadequate control of ground water or free water or
action of workmen.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 10 OF 13

.4 All other areas fill with Granular B Type II placed in maximum 300 mm thick
loose lifts and compacted to not less than 95% SPMDD.

.18 Hand trim, make firm and remove loose material and debris from excavations. Where
material at bottom of excavation is disturbed, compact foundation soil to density at least
equal to undisturbed soil. Clean out rock seams and fill with concrete mortar or grout to
approval of Engineer.

.19 Division 2 shall include required excavation, trenching and backfilling for all other
divisions.

3.8 FILL TYPES AND COMPACTION

.1 Use fill of types as indicated in 2.1 and specified below and granular materials shall be in
accordance with the City of Ottawa Special Provision No. F-3147. Compaction densities
are as per OPSS 501 and to be tested as per Section 01450 Quality Control.:
.1 Grading within footprints of structures (but outside zones of influence of
footings) and under paved areas: Granular A (crushed stone) or Granular B
Type II material placed in lifts no greater than 300 mm and compacted to 95%
SPMDD.
.2 Zones of influence of footings: Granular B Type II material placed in lifts no
greater than 300 mm and compacted to 98% SPMDD.
.3 Foundation walls: Granular B Type I material placed in thick loose lifts no
greater than 225 mm and compacted to 95% SPMDD.
.4 Trench backfill: existing inorganic fill or native inorganic soils (upon approval
by Engineer and not including silt, clay, or organic materials), or OPSS
Granular B Type I or Select Subgrade Material as per S.P. F-2120, placed in
300mm thick lifts and compacted to 95% SPMDD.
.5 Landscaped areas (where settlement of ground surface is of minor concern):
Type 3 fill spread in thin lifts and at least compacted using the wheels/tracks of
the spreading equipment.
.6 If Type 3 fill is used to build up subgrade level for areas to be paved, then it is
to be placed in thin lifts and compacted to 95% SPMDD.
.7 Defective Fills: If, during progress of work, tests indicate fills do not meet
specified requirements or compaction, remove defective fills, replace, compact
and retest at no extra cost. Contractor to pay cost of retest.
.8 Where the walls of chambers are constructed using formwork, the narrow
gallery between the shoring face and the outside of the walls shall be backfilled
with 6mm clear stone chip, placed by stone slinger or chute. The stone shall
not be placed in direct contact with adjacent soil or backfill material; clear
stone shall be covered with geotextile.

.2 Backfill placed within the frost penetration depth (1.5m below finished grade) should be
compatible in nature to the soils in the exposed trench or excavation walls to minimize
differential frost heaving. Alternatively, free draining non-frost susceptible sand or sand
and gravel conforming to the requirements for OPSS Granular B Type I shall be used for
backfill in this area with 3H:1V frost tapers.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 11 OF 13

.3 Any existing inorganic fill or native inorganic soils, not including any silt, clay, or
organic content material, may be suitable for use as backfill. These materials may be
reused as backfill provided testing indicates that it meets the OPSS requirements for
Granular B Type I or Select Subgrade Material. Additional imported OPSS Select
Subgrade Material (SSM) may be imported for backfill and compacted to a minimum of
95% SPMDD.

3.9 BEDDING AND SURROUND OF UNDERGROUND SERVICES

.1 Place and compact granular material for bedding and surround of underground services
as indicated and as specified in Section 02530 Sanitary Sewer and Odour Control
Ducts, Section 02511 Water Mains, Section 02630 Storm Sewer, and as per utility
requirements for all utility relocations.

.2 Place bedding and surround material in unfrozen condition.

3.10 BACKFILLING

.1 Do not proceed with backfilling operations until Engineer has inspected and approved
installations.

.2 Areas to be backfilled to be free from debris, snow, ice, water and frozen ground.

.3 Do not use backfill material that is frozen or contains ice, snow or debris.

.4 Place backfill material in uniform layers as indicated in Clause 3.8 up to grades as


indicated. Compact each layer before placing succeeding layer.

.5 Backfilling around installations.


.1 Place bedding and surround material as specified elsewhere.
.2 Do not backfill around or over cast-in-place concrete within 24 hours after
placing of concrete.
.3 Place layers simultaneously on both sides of installed Work to equalize loading.
.4 Only small vibratory compaction equipment should be used within 0.5 m of
foundation walls.
.5 Where temporary unbalanced earth pressures are liable to develop on walls or
other structures:
.1 If approved by Engineer, erect bracing or shoring to counteract
unbalance, and leave in place until removal is approved by Engineer.

.6 Other requirements on backfilling are shown on the Contract Drawings.

.7 Imported soil for backfill of infrastructure on NCC land shall be subject to MOECC
Table 1 standards and Canadian Council of Ministers of Environment (CCME)
Guidelines for residential/parkland use.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 12 OF 13

3.11 SUPPORT AT STRUCTURES

.1 Where pipe is laid into a structure across an excavated area, provide one of the
following:
.1 Backfill excavation below pipe with controlled density fill or 15 MPa concrete
up to first pipe joint at undisturbed soil.
.2 Install reinforced concrete beam capable of supporting pipe and overburden
between structure and undisturbed soil. Place backfill to level of underside of
beam before placing beam.
.3 Provide a flexible pipe joint from outside face of structure unless indicated
otherwise on the drawings.

3.12 RESTORATION

.1 Upon completion of Work, remove waste materials and debris in accordance with
Section 01355 - Disposal of Excess Material, trim slopes, and correct defects as directed
by Engineer.

.2 Replace topsoil as indicated by Engineer.

.3 Reinstate lawns to elevation which existed before excavation.

.4 Clean and reinstate areas affected by Work as indicated by Engineer.

3.13 DECOMMISSIONING OF SITE 10 PROTECTION SYSTEM


.1 Unless otherwise directed by the Contract Administrator, the protection system may be
left in place with the top removed at least 1.2m below finished grade or ground level as
per OPSS.PROV 539. When the site is no longer required by the Contractor, the
Contractor shall backfill the staging area as per Contract Drawings and shall disconnect
protection system tie backs and remove walers and lagging.

3.14 INSPECTION AND TESTING

.1 Perform the following testing during construction:


.1 Sample proposed sources of fill and granular materials and advise as to
acceptability, maximum densities obtainable and compaction procedures.
.2 Examine the bearing surface prior to placing of concrete footings or fill
materials.
.3 Carry out the internal compaction tests to ensure that the required density is
achieved, and report the results of such tests in writing.
.4 Determine the moisture content of the fill materials to ensure optimum
compaction.

.2 The Contractor shall provide proper and sufficient samples, ample opportunity and
access at all times for the testing company to inspect materials, operations and completed
works carried out under this Section.
CITY OF OTTAWA SECTION 02315
COMBINED SEWAGE STORAGE TUNNEL EXCAVATING, TRENCHING AND
BACKFILLING
CONTRACT NO. ISD14-2036 PAGE 13 OF 13

.3 Testing of material to be performed by Contractor as per the requirements of City of


Ottawa Special Provision S.P. No.: D-029.

.4 Other inspection and testing requirements shall be in accordance with Section 01450
Quality Control.

END OF SECTION

CITY OF OTTAWA SECTION 02316
COMBINED SEWAGE STORAGE TUNNEL ROCK REMOVAL
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 SCOPE OF WORK


.1 As per the Geotechnical Baseline Report (GBR) and Geotechnical Data Report (GDR),
the excavations will likely extend into bedrock. This section includes the requirements
for the rock excavation using mechanical means. The rock removal by blasting is
specified in Section 02228 Blasting.

1.2 RELATED SECTIONS


.1 Section 01119 Preservation and Protection

.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Disposal of Excess Material

.4 Section 01560 Temporary Barriers and Enclosures

.5 Section 01561 - Environmental Protection

.6 Section 01705 - Contract Work Health and Safety Clauses

.7 Section 02140 - Groundwater Control

.8 Section 02150 - Excavation Support System

.9 Section 02228 - Blasting

.10 Section 02315 - Excavating, Trenching and Backfilling

.11 Section 02400 - Shaft Construction

.12 Section 02407 - Shaft Secant Piles

.13 Section 02482 Noise and Vibration Monitoring

.14 Geotechnical Baseline Report

.15 Geotechnical Data Report

1.3 REFERENCES

.1 Ontario Provincial Specification Standards (OPSS)


.1 OPSS 120: General Specification for the Use of Explosives

1.4 DEFINITION
CITY OF OTTAWA SECTION 02316
COMBINED SEWAGE STORAGE TUNNEL ROCK REMOVAL
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.1 Rock: any solid sedimentary material which is integral with its parent mass, and boulders
or rock fragments having an individual volume greater than 1.0 m3 and which cannot be
removed by means of mechanical excavating equipment. Frozen material is not classified
as rock.

.2 Rock removal by mechanical means: rock not removed by blasting; work consists of
drilling of holes 0.30 to 0.60 m apart horizontally (as required) and 0.10 m deeper than
the bottom of the trench, and breaking rock with a hammer.

1.5 SITE CONDITIONS


.1 As per the GBR and GDR, the excavations at several locations are expected to extend
into the bedrock. Some structures will be constructed directly over the existing sewers; at
these locations the bedrock should be removed using mechanical methods (i.e., hoe-
ramming) which will likely be slow and tedious. Blasting is permitted for rock
excavation on this project in areas not within 5m of existing sewers and other utilities.
Refer to Section 02228 Blasting for requirements of blasting.

.2 For work within 5m of existing sewers and within bedrock, it should be planned to line
drill the bedrock along the perimeter of the excavation at a close spacing in advance hoe-
ramming to provide a clean rock face and to reduce the potential for damage to existing
infrastructure. Line drilling shall include 75 millimetre diameter holes drilled at a
maximum spacing of 300 millimetres or closer as required by the rock conditions.

1.6 MEASUREMENT PROCEDURES


.1 The rock removal consists of rock excavation within the sewer, shafts, trenches, and
associated structures and disposal of excess materials off site. See 1.9 below for
additional disposal details.

.2 The payment under this section shall be included as a unit rate pricing as described in
Section 01025 Measurement and Payment.

.3 Measurement for Payment sections and Basis of Payment sections of OPSS references
are deleted in their entirety.

1.7 SUBMITTALS
.1 Submit to Engineer and local authorities having jurisdiction for approval, written
proposal of operations for removal of rock, as per Section 01330 - Submittal Procedures.
All submittals for rock removal at Site 6 shall be subject to review by PWGSC.
.1 Perform pre-construction surveys of properties within the vicinity of rock
removal operations and Section 01119 Preservation and Protection; coordinate
with vibration monitoring in Section 02482 Noise and Vibration Monitoring.
.2 Indicate proposed method of carrying out work, hoe ramming and line drilling
equipment. Incorporate plan with blasting if blasting is proposed as per Section
02228 - Blasting.
.3 Submit rock removal records to Engineer at end of each shift. Maintain complete
and accurate record of rock removal.
CITY OF OTTAWA SECTION 02316
COMBINED SEWAGE STORAGE TUNNEL ROCK REMOVAL
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

1.8 QUALIFICATIONS
.1 Retain other qualified rock removal experts to design and implement rock removal
techniques and measures.

1.9 WASTE MANAGEMENT AND DISPOSAL


.1 Separate, dispose, or recycle waste materials off site in accordance with Section 01355 -
Disposal of Excess Material. Test materials as specified in Section 01355 Disposal of
Excess Material.

.2 Collect and separate plastic, paper packaging, and corrugated cardboard in accordance
with Waste Management Plan.

.3 Place materials defined as hazardous or toxic in designated containers.

.4 Ensure emptied containers are sealed and stored safely.

1.10 ROCK EXCAVATION SURVEY AND MONITORING


.1 Refer to Section 02482 Noise and Vibration Monitoring and Section 02228 Blasting
for rock excavation survey and monitoring requirements.

1.11 ROCK EXCAVATION AND VIBRATION CONTROL


.1 Refer to Section 02482 Noise and Vibration Monitoring for noise and vibration control
requirements.

Part 2 Products

2.1 NOT USED

Part 3 Execution

3.1 PROTECTION
.1 Prevent damage to surroundings and injury to persons in accordance with Section 01560
- Temporary Barriers and Enclosures.

3.2 ROCK REMOVAL


.1 Coordinate this section with Section 01705 Contract Work Health and Safety Clauses.

.2 Perform all work according to OPSS 120 when blasting and as discussed below unless
otherwise noted.

.3 Remove rock to alignments, profiles, and cross sections as indicated.

.4 Use rock removal procedures to produce uniform and stable excavation surfaces.
Minimize overbreak, and avoid damage to adjacent structures.
CITY OF OTTAWA SECTION 02316
COMBINED SEWAGE STORAGE TUNNEL ROCK REMOVAL
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.5 Scale, pressure wash and broom clean rock surfaces, which are to bond to concrete.

.6 Excavate trenches to lines and grades to minimum of 300 mm below pipe invert
indicated. Provide recesses for bell and spigot pipe to ensure bearing will occur
uniformly along barrel of pipe.

.7 Excavate shafts to design elevations and dimensions.

.8 Cut trenches to widths as indicated on drawings.

.9 Use pre-shearing, or other smooth wall drilling and blasting techniques unless specified
otherwise or directed by Engineer.

.10 Remove boulders and fragments that may slide or roll into excavated areas.

.11 Correct unauthorized rock removal at no extra cost, in accordance with backfilling
requirements specified in Section 02315 Excavating, Trenching and Backfilling.

.12 Perform pre- and post rock removal survey to the approval of the Engineer to determine
rock removal quantities for payment.

3.3 ROCK DISPOSAL


.1 Dispose of surplus removed rock under the direction of Contract Administrator and in
accordance of Section 01355 Disposal of Excess Material.

END OF SECTION
CITY OF OTTAWA SECTION 02362
COMBINED SEWAGE STORAGE TUNNEL DUST CONTROL
CONTRACT NO. ISD14-2036 PAGE 1 OF 2

Part 1 General

1.1 RELATED SECTIONS


.1 Section 01355 - Disposal of Excess Material

.2 Section 01561 - Environmental Protection

1.2 REFERENCES
.1 Canadian General Standards Board (CGSB)
.1 CAN/CGSB-15.1-92, Calcium Chloride.

1.3 DELIVERY STORAGE AND HANDLING


.1 Supply calcium chloride in adequate quantities and at times as directed by Consultant.

.2 Deliver calcium chloride to site in moisture-proof bags. Indicate name of manufacturer,


name of product, net weight or mass, and percentage of calcium chloride guaranteed by
manufacturer.

.3 Store bags of calcium chloride in weather-proof enclosures.

.4 Supply calcium chloride as 35% aqueous solution.

.5 Supply stockpile cover products as required and store according to manufacturers


specifications until needed.

1.4 WASTE MANAGEMENT AND DISPOSAL


.1 Separate and recycle waste materials in accordance with Section 01355 - Disposal of
Excess Material.

.2 Collect and separate package in accordance with Waste Management Plan.

.3 Place materials defined as hazardous or toxic in designated containers.

.4 Fold up metal banding, flatten and place in designated area for recycling.

Part 2 Products

2.1 MATERIALS
.1 Calcium chloride, Type I: to CAN/CGSB-15.1, 35% aqueous solution.

.2 Water: to Contract Administrator's approval.

.3 Use of petroleum products for dust control is not allowed at any time.
CITY OF OTTAWA SECTION 02362
COMBINED SEWAGE STORAGE TUNNEL DUST CONTROL
CONTRACT NO. ISD14-2036 PAGE 2 OF 2

Part 3 Execution

3.1 APPLICATION
.1 Apply calcium chloride and/or water to City roads, recreational pathways, sidewalks and
Contractors access road(s) with equipment approved by Contract Administrator at least
3 times per week generally with a 4-hour minimum each time.

.2 Apply water and/or aqueous calcium chloride with distributors equipped with means of
shut-off and with spray system to ensure uniform application.

.3 Utilize vehicle wash stations at each site to minimize mud tracking for the duration of the
works. Use flushers if required and upon request by Contract Administrator to minimize
mud tracking.

.4 Daily application of water and/or calcium chloride is required.

END OF SECTION
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 1 OF 14

Part 1 General

1.1 SCOPE

.1 This Section addresses the provisions and responsibilities to be considered by the


Contractor and its excavation support system design engineer in meeting requirements to
design, furnish and install, and remove when applicable, the excavation support for
shafts associated with the tunnel construction for the CSST project and associated
structure excavations and chambers.

.2 This Section delineates the requirements for shaft excavation in soil and rock and
includes:
.1 Design by the Contractor of the excavation support systems for shafts in soil
overburden, transition zones and bedrock.
.2 Shaft excavation and installation of excavation support systems and removal of
excavated material;
.3 The control of construction water in and around shafts;
.4 Protection and relocation of utilities as required and as shown on Contract
Drawings;
.5 Provision for temporary shaft covers during periods of inactivity, in accordance
with requirements elsewhere in the Contract Documents;
.6 Provision, operation and maintenance of ventilation and other services required
during shaft excavation and construction;
.7 Construction, removal and replacement of surface improvements as necessary,
including, but not limited to items such as sidewalks, pavements, driveways,
curb and gutter, base and sub-base.

1.2 RELATED SECTIONS

.1 Section 01025 - Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01119 - Preservation and Protection

.4 Section 01355 Disposal Excess Material

.5 Section 01560 - Temporary Barriers and Enclosures

.6 Section 01710 - Tunnel and Shaft Safety

.7 Section 02140 - Groundwater Control

.8 Section 02150 - Excavation Support System

.9 Section 02228 - Blasting


CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 2 OF 14

.10 Section 02412 - Shaft Backfill

.11 Section 02415 - Steel Sheet Piling

.12 Section 02437 - Rock Reinforcement and Excavation

.13 Section 02439 - Pre-excavation Grouting from Surface

.14 Section 02444 - Tunnel and Shaft Ventilation and Utilities

.15 Section 02455 - Contact Grouting

.16 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.17 Section 02482 - Noise and Vibration Monitoring

.18 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

.19 Section 03410 - Precast Concrete Structures

1.3 REFERENCES
.1 Perform all shaft work in accordance with all applicable provincial and local regulations,
codes, and standards.

.2 Applicable standards include, but are not limited to:


.1 CSA A3001 Cementitous Materials for use in Concrete.
.2 CSA A3003 Chemical Test Methods for Cementitious Materials for Use in
Concrete and Masonry
.3 CSA A23.1, Concrete Materials and Methods of Concrete Construction.
.4 CSA A23.2, Methods of Test for Concrete.
.5 CSA A23.3, Design of Concrete Structures
.6 CAN/CSA-G40.20-04 (R 2009) General Requirements for Rolled or Welded
Structural Quality Steel.
.7 CAN/CSA-G40.21-04 (R 2009) Structural Quality Steels.
.8 CAN/CSA-S16-09 (Update No. 2 Feb. 2012) Design of Steel Structures.
.9 CSA W47.1-09 (Update No. 5 June 2012) Certification of Companies for Fusion
Welding of Steel Structures.
.10 CSA W59-03 (R 2008) Welded Steel Construction (Metal Arc Welding).
.11 ASTM A29/A29M-12 Standard Specification for Steel Bars, Carbon and Alloy,
Hot-Wrought, General Requirement for.
.12 ASTM A322-07 Standard Specification for Steel Bars, Alloy, Standard Grades.

.3 Ontario Provincial Standard Specifications (OPSS), including, but not limited to:
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 3 OF 14

.1 OPSS 403 Rock Excavation for Pipelines, Utilities, and Associated Structures in
Open Cut
.2 OPSS 404 Support Systems
.3 OPSS 415 Construction Specification for Pipeline and Utility Installation by
Tunnelling.
.4 OPSS 416 Pipeline and Utility Installation by Jacking & Boring
.5 OPSS 491 Preservation, Protection, and Reconstruction of Existing Facilities

.4 Occupational Health and Safety Act (OHSA), O. Reg. 632/05;

.5 Occupational Health and Safety Act (OHSA), O. Reg. 213/91;

.6 Environmental Protection Act, R.S.O. 1990, c. E.19. R.R.O. Reg. 347: General - Waste
Management, as amended;

.7 Environmental Protection Act, R.S.O. 1990, c. E. 19, Ontario Regulation 153/04,


Records of Site Conditions - Part XV.I of the Act, as amended;

.8 Management of Excess Soil A Guide for Best Management Practices, prepared by the
MOECC, dated January 2014.

1.4 RESPONSIBILITY
.1 As stated on the Contract Drawings, the Contractor is responsible for determining the
excavated diameter for each of the shafts consistent with its selected means and methods
of construction, required minimum diameters for construction of permanent structures,
and other requirements and tolerances as stated in the Specifications and shown on the
Contract Drawings. Any overexcavation or overbreak relative to Contractors established
excavation limits shall be supported and backfilled with shotcrete or concrete as
required. Any additional costs related to such overexcavation or overbreak shall be
considered to be incidental and Contractor shall be due no additional compensation. In
addition, if the Contractor employs a subcontractor to complete shaft excavation and
support, the Contractor shall coordinate with the subcontractor to confirm who is
responsible for any additional costs associated with the overexcavation or overbreak,
including additional volumes of shotcrete or concrete.

.2 The Contractor shall be responsible for design of excavation support systems for all
excavations required for the work, including associated excavations not specified herein
or shown on the Contract Drawings; and excavation support systems to accommodate
enlargements and other Contractor conveniences such as tail tunnel, switch locations,
and thrust blocks. Contractor designed elements shall be in accordance with the Contract
Documents, referring to all of the Contract Drawings, Specifications, and shop drawings
submitted to provide details of support systems, attachments, embedments, finishes and
other construction that affects the work covered under this Section.

.3 It is the responsibility of the Contractor and its excavation support system designer to
review the Contract Drawings, Specifications, and existing site conditions prior to
bidding to ascertain the extent of the work requiring excavation support systems.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 4 OF 14

.4 The designing, furnishing of materials for, installing, monitoring and removing


excavation support systems as per Section 02150, Excavation Support System is the sole
responsibility of the Contractor. Excavation support system and safety elements
necessary for protection of adjacent property, excavation stability and safety of workmen
during construction are not shown on the Contract Drawings but shall be designed,
furnished and installed by the Contractor.

.5 Existing utilities will be either within or adjacent to some of the shafts. For utilities that
are shown on the Contract Drawings, the Contractor is responsible for the protection and
relocation of existing utilities, and the removal of abandoned utilities, as required for the
construction of the shafts as shown on the Contract Drawings or indicated in the
Contract Documents. If existing utilities shown on the Contract Drawings are damaged
as the result of the Contractors construction activities, the Contractor is responsible for
the cost of repairing damaged utilities. Unless otherwise shown, inside diameters of the
utilities are shown on the Contract Drawings. The Contractor should field verify all
utilities within 5 metres of the shafts prior to excavation. If the Contractor finds other
utilities not shown on the Contract Drawings, the Contractor shall notify the Contract
Administrator and will be compensated for reasonable time and materials required for
relocating these utilities by a Contract Modification.

1.5 DEFINITIONS
.1 Excavation Support (Shoring) System: the support system provided to maintain stability
of an excavation made for any purpose and to be occupied by Contractor, and
construction activity, until the permanent structure is complete in place or piping and
backfill is in place, the excavation is closed, and the structure is backfilled. Excavation
support may be installed prior to or concurrent with excavation, depending on ground
conditions and type of support. In the context of this Specification, excavation support
includes support for both soil and rock excavations.

.2 Shaft or Workshaft: The terms shaft or "workshaft" shall mean the temporary ground
excavation requiring an excavation support system until the shaft structure or permanent
facilities to be constructed within the excavation are complete and the excavation around
and over the structure is backfilled.

.3 Rock Reinforcement: Specified in Section 02437, Rock Reinforcement and Excavation.

.4 Rock Bolt: Specified in Section 02437, Rock Reinforcement and Excavation.

.5 Rock Dowel: Specified in Section 02437, Rock Reinforcement and Excavation.

.6 Spiles: Specified in Section 02437, Rock Reinforcement and Excavation.

1.6 EXISTING CONDITIONS


.1 Contractor shall comply with all restrictions set as conditions under which easements,
agreements or permission (permits) were granted to the City or to the Contractor to
perform the work of this Contract.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 5 OF 14

.2 Contractor shall inspect the locations where the shafts are to be built to identify the
conditions under which the work will be performed and with all necessary detail as to the
orderly prosecution of the work.

.3 A description of expected soil, rock and groundwater conditions is provided in the


Geotechnical Data Report (GDR) included as part of the Contract Documents. A
summary description of subsurface conditions and statements of applicable contractual
baselines are provided in the Geotechnical Baseline Report (GBR) included as part of the
Contract Documents.

1.7 SUBMITTALS
.1 Excavation Support System Designer:
.1 At least 30 days prior to beginning any shaft excavation, Contractor shall submit
the name of its excavation support system designer. If the excavation support
system designer is a firm, Contractor shall identify the individual employee of
the identified firm who will prepare and assume professional responsibility for
the excavation support system designs. In accordance with the Ontario
Professional Engineers Act (R.S.O 1990, C. P.28), this individual must be a
Professional Engineer licensed in the Province of Ontario.
.2 Submit documentation for the identified excavation support system designer to
demonstrate his or her experience with design of excavation support systems for
shafts and excavations similar to those on this project in terms of ground
conditions and dimensions.

.2 Shaft Construction Plan:


.1 At least 30 days prior to starting any shaft construction, submit a narrative along
with shop and working drawings, the Contractor proposes method of
construction and excavation intended in performing the work in this Section. The
submittal shall include, but not be limited to:
.1 Location of shafts by station, and limits of working sites;
.2 Description of site security arrangements in conformance with the
requirements of the Contract Documents;
.3 Methods and equipment proposed for the excavation and removal of
excavation spoil for the shaft;
.4 If mechanical excavation equipment is used, such as vertical boring
machines, include details of cutters, cutter arrangement, spoil removal
arrangement, power, means of controlling the verticality and level,
method of steering and precise survey, rating of all electrical equipment
to be used in the shaft, means of access/egress during operation, and
means for probing and shutdown of equipment if gas is encountered;
.5 Provide details of bottom slab, drains, and sump construction;
.6 Installation of permanent structures, where applicable, including the
timing and sequencing in relation to excavation plan, and methods for
controlling seepage from shaft walls to allow placement of permanent
lining and backfill as well as to meet groundwater control criteria;
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 6 OF 14

.7 All proposed equipment, facilities, and methods of construction,


including hoisting plant, excavation supports, and any other pertinent
details; and groundwater control methods, ventilation, lighting, cuts,
ramps and breakouts, temporary supports for excavations for structures
adjacent to shafts;
.8 Personnel transport systems in the shaft with a minimum of two means
of egress;
.9 Ventilation plan;
.10 Compressed air, water supply, lighting, communication, and electrical
distribution plans;
.11 Proposed plan of muck disposal and transfer provisions at top and
bottom of shaft;
.12 Plans and procedures for protecting adjacent structures, utilities and
facilities including: excavation, control of water, ground improvement,
underpinning, monitoring and restoration of any damage;
.13 A site plan for each shaft indicating utilities, use of access roads, site
grading and site development details for the excavation and all work
areas, and the proposed limits of disturbance surrounding each
excavation;
.14 Quality Control Procedures: address materials testing requirements and
excavation monitoring provisions;
.15 Shaft abandonment plans, including backfilling and removal of support
elements;
.16 Flood contingency plans for shafts and methods for preventing ingress of
water inflow from surface.

.3 Submit the following data and reports during the work:


.1 Summary of soil/rock and groundwater conditions encountered;
.2 As-built record of abandoned excavation support system;
.3 Any excavation monitoring analysis, including: horizontal and vertical
deflections of supports, horizontal and vertical movements of adjacent ground
and facilities, and measurements of strut loads being collected by the Contractor
as specified by the excavation support design engineer;
.4 Monthly reports from Contractors excavation support design engineer on
performance of ground support system elements and associated adjacent ground
movements and protection of adjacent property.
.5 Conform to the requirements of Section 02480, Geotechnical and Structural
Instrumentation and Monitoring regarding submission of monitoring data.

.4 No less than 30 days prior to start of any excavation for which rock bolts or rock dowels
are to be used, provide the submittal regarding rock dowels and rock bolts required under
Section 02437, Rock Reinforcement and Excavation. Contractor is not required to
provide a duplicate submittal under this Section.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 7 OF 14

.5 No less than 30 days prior to start of any excavation for which welded wire mesh, steel
straps, or rolled steel are to be used, provide the submittal regarding welded wire mesh,
steel straps, or rolled steel channels required under Section 02437, Rock Reinforcement
and Excavation. Contractor is not required to provide a duplicate submittal under this
Section.

.6 Conform to any additional applicable submittal requirements that are stated in Section
02150, Excavation Support System.

1.8 PERFORMANCE REQUIREMENTS


.1 Excavation support systems are not designed, and are shown only conceptually on the
Contract Drawings. It is the Contractors responsibility to select and design the
excavation support systems for shaft excavations through the soil overburden and rock
consistent with its means, methods and equipment for completing the work.

.2 Comply with Section 02439, Pre-excavation Grouting from Surface for sealed shafts.

.3 Based on expected soil overburden conditions as described in the GDR and any baseline
statements provided in the GBR, expected impacts on groundwater head in the rock and
soil, and resulting impacts on the Champlain Sea Clay that exists in the subsurface along
and adjacent to the tunnel alignment, the Contractor is required to use in overburden
sealed excavation support system as defined in Section 02150, Excavation Support
System, for the shafts identified in Section 02150.

.4 The excavation support systems for the rock portions of the shafts or other excavations
shall be designed based on ground conditions described in the GDR and shall consider
statements regarding anticipated ground behaviour in the GBR, as well as baseline
statements in the GBR. It shall be the responsibility of the Contractor in all instances to
assess ground conditions prior to start of excavation, and design excavation support
elements as Contractor determines to be necessary to adequately and safely carry any and
all loads that may be applied to the excavation support system. Contractors excavation
support system designer shall review rock mass conditions as shaft and other excavations
proceed and design any necessary modifications to the support system. The Contractor
shall design the excavation support system to be compatible with its choice of
construction means and methods. Any approvals or comments given by the Contract
Administrator to any procedure, operation, or construction method do not relieve the
Contractor from full responsibility for the adequacy and safety of the proposed
excavation method or the Contractors proposed design of excavation supports and
construction of the supports.

.5 Design of the excavation support systems for the rock portions of the shafts shall
consider the need to limit or prevent groundwater infiltration to minimize the potential
for impacts on the Champlain Sea Clay as defined in Section 02140, Groundwater
Control. Groundwater control methods, which could utilize methods such as pre-
excavation grouting or grouting from within the excavation or sprayed linings or
membranes, shall be used as necessary. Refer to Section 02480, Geotechnical and
Structural Instrumentation and Monitoring for limits on allowable groundwater level
drawdowns or ground movements in areas underlain by Champlain Sea Clay as described
in the GBR.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 8 OF 14

.6 The design shall provide groundwater control or isolation, bottom stability and system
stiffness sufficient to meet the Contract requirements for control of water and for
protection of adjacent work and property as specified herein. The design shall provide
for placement of excavation support systems and removal of excavation support systems
where required and feasible. The design shall provide for construction of the permanent
work, and all other construction operations and requirements.

.7 Design shaft excavation support systems and working slabs to withstand earth pressures,
groundwater pressures, frost loads, bottom heave, equipment loads, thrust block loads
from launching the TBM, loads from making a portal for tunneling, applicable traffic and
construction loads, buildings and other surcharge loads to allow the safe construction of
the tunnel without movement or settlement of the ground, and to prevent damage to or
movement of adjacent structures, streets, and utilities. Design excavation support
systems to be compatible with the geologic conditions described in the GDR and any
applicable baselines as stated in the GBR and in accordance with CISC and CSA code
provisions, as applicable.
.1 Design the support system to minimize horizontal and vertical movements, and
to protect adjacent utilities from damage. The type and stiffness of each ground
support system and the methods of ground support installation shall be designed
and constructed in order to meet the ground movement limits and adjacent
property protection requirements specified herein and in Section 02480,
Geotechnical and Structural Instrumentation and Monitoring.
.2 Provide a minimum factor of safety against hydrostatic uplift pressures or
upward seepage pressures.
.3 Employ slurry diaphragm walls or secant piles in combination with tie-back
anchors and internal beams for bracing and lateral support, or other methods of
ground support, as designed by the contractors design engineer, to support
excavation faces and control groundwater and prevent loss of ground. Provide
struts with intermediate vertical and horizontal supports as required to prevent
buckling. Provide dowels or bolts with full covering of mesh, steel ribs and
lagging, or steel liner plate as required to retain rock between supports.
.4 Locate shafts as shown on the Contract Drawings.
.5 Install excavation support in accordance with Contractors design and design
engineer recommendations, including constraints on maximum excavation limits
relative to support installation steps; tolerances for size and position of
excavation support elements; required preloading of excavation support
elements; restrictions on surcharge loads and other loads that may act on the
excavation support system such as jacking forces and grouting, and groundwater
pressures; excavation support system and adjacent ground movement limits;
provisions for subgrade stability and protection; and constraints on removal of
support system elements as the permanent work is constructed and backfilling is
completed.
.6 Tolerances- Variation from Plumb:
.1 Excavation / Excavation Support 12 mm in any 3-metre-length and
75 mm in any 30-metre-length;
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 9 OF 14

.2 Final Cast-in-Place Linings for Shafts: conform to tolerances as stated in


Section 03300, Cast-in-Place Concrete (Shafts and Underground
Structures);
.3 Final Precast Linings for Shafts and other Permanent Structures -
conform to tolerances specified in Section 03410, Precast Concrete
Structures.

.8 Tolerances- Variation in Plan Diameter.


.1 Excavation / Excavation Support: Plus 2 per cent.
.2 Final Cast-In-Place or Precast Linings: conform to tolerances specified in
Section 03300, Cast-in-Place Concrete (Shafts and Underground Structures) or
Section 03410, Precast Concrete Structures.

1.9 STORAGE AND PROTECTION


.1 Store and protect all rock reinforcement materials, including steel elements, accessories,
resin grout, cement and any additives, in accordance with the manufacturer's
recommendations and in a manner that prevents damage or deterioration.

1.10 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to construct the shafts and associated
structure excavations and chambers as specified herein and no separate payment shall be
made.

Part 2 Products

2.1 MATERIALS
.1 Rock Dowels, Rock Bolts and Spiles
.1 Standard deformed reinforcing steel bars conforming to the requirements of
ASTM A615M, Grade 420, or continuous upset threaded bars, such as Dywidag
or equivalent, also meeting the mechanical and chemical requirements of ASTM
A615. Minimum bar size 25 mm diameter (number eight rebar). For resin-
grouted dowels, shape dowel tips as recommended by the resin manufacturer. If
no shape is recommended, square cut ends. Formed ends of dowels to facilitate
spinning the dowel during placement. Single length dowels of deformed steel
bars except where construction limitations require the use of shorter lengths
suitably connected with couplings.
.2 Polyester Resin Grout
.1 Resin used as grout for rock dowels, rock bolts, or spiles shall be the product of
an established manufacturer who has been regularly engaged in production of
these products for at least 5 years, capable of developing the minimum yield
strength of the dowel. Resin cartridges shall have diameter and length
compatible with the work. Cartridge casing shall be constructed of a saturated
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 10 OF 14

polyester providing optimum resistance to moisture with a high frangibility for


complete mixing during installation. No resin shall be used after the expiration
date stated by the manufacturer.
.2 Contents shall be of two distinct fractions of unsaturated polyester resin and
catalyst. High-strength polyester resin, highly filled with non-reactive inorganic
aggregate. Peroxide catalyst, highly filled with a non-reactive inorganic filler.
Resin system having thixotropic properties with viscosity such that resin will not
flow from the hole before adequate gel and cure is achieved. Mixed and cured
resin compressive strength of at least 97 MPa when tested in accordance with
ASTM C39M.
.3 Inspect cartridges prior to insertion to determine that the polyester resin
compounds have not hardened and that they meet the specified requirements.
Store cartridges to ensure maximum protection until their use. Provide facilities
to store the cartridges within the temperature range recommended by the
manufacturer.

.3 Cement grout for rock dowels and rock bolts


.1 Cement grout for encapsulating rock dowels and bolts shall be shrinkage-
compensating grout specifically designed for encapsulation of rock dowels and
rock bolts, and the standard product of a recognized manufacturer of such grouts.
.2 Grout shall achieve a minimum compressive strength of 40 MPa at seven days as
determined by cube strength tests in conformance with ASTM C 109M.
.3 Grout shall be delivered and stored in the manufacturer's original containers.
Each container shall be marked with its expiration date. Once grout materials
have reached the expiration date they shall not be used and shall be removed
from the work site.

.4 Friction bolts: Shall be commercially manufactured, such as International Rollforms, Inc.


"Split Set Rock Stabilizers", Dywidag-Systems International "Friction Stabilizers", Atlas
Copco Swellex expandable rock bolts, or equal. Bolts shall be of length and gauge to
suit the rock conditions and be capable of reinforcing the rock mass and supporting the
load of the welded wire mesh and potential rock fallout.

.5 Welded Wire Mesh: Non-galvanized, for rock reinforcement, conforming to ASTM


A185. Wire size and mesh opening as determined by Contractor or Contractors design
engineer to function properly as part of the excavation support system. However, wire
spacing shall be no closer than 50 mm and no farther than 152 mm. Welded wire mesh
shall be supplied in flat sheets, not rolls.

.6 Miscellaneous Steel Elements


.1 Steel straps and rolled steel channels: Used to support the rock surface between
dowels or bolts. Conform to ASTM A36 and be compatible with dowels or bolts,
and with the intended function.
.2 Miscellaneous steel elements shall be products of a recognized manufacturer,
comprising mine straps and rolled steel channels, in various gauges and hot and
cold rolled shapes with punched or cut bolt holes to allow attachment to the rock
surface by means of rock dowels or rock bolts.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 11 OF 14

.3 Bearing plates: Conform to ASTM A36, and meet the load/deflection criteria of
ASTM F432. Bearing plates against rock shall be a minimum of 9.5-mm thick
and have a minimum bearing area of 0.0232 square metres. Holes in plate shall
be reamed and beveled on the rock side and shall be large enough to permit 30
degree rock dowel or rock bolt skew in all directions from normal centerline.
.4 Nuts: Shall be hex nuts of the heavy-duty type, shall be compatible with rock
bolts and rock dowels, and shall develop at least 125 percent of the minimum
yield strength of the element.
.5 Washers: Beveled, flat, and spherical conforming to the requirements of ASTM
F432. Flat or beveled washers shall be 50-mm minimum round or square and 3
mm thick, with the center hole 3 mm larger in diameter than the rock bolt or rock
dowel with which they will be used.

Part 3 Execution

3.1 GENERAL
.1 All shafts shall be enclosed with a security fence as detailed in the Contract Drawings
and conforming to requirements stated in Section 01560, Temporary Barriers and
Enclosures, which shall be secure at any time the Site is unattended by Contractors
personnel. The fence shall have all necessary gates and entrances with keys furnished to
the Contract Administrator for all locking devices. In addition, the Contractor shall
provide barricades and covers at the top of shafts in accordance with these specifications.

.2 Provide lights, signage, and safety protection of shafts as per Section 01705 - Contract
Work Health and Safety Clauses, Section 01710 - Tunnel and Shaft Safety, and Section
01560 Temporary Barriers and Enclosures.

.3 During shaft construction in winter months, Contractor shall be cognizant of ice


accumulation on shaft perimeter walls. Inspect walls and remove ice accumulations daily
to address the potential for ice falls that might endanger personnel working within any
shaft.

.4 Perform shaft construction activities in conformance with vibration and noise limitations
and monitoring requirements as stated in Section 02482, Noise and Vibration
Monitoring.

3.2 EXCAVATION
.1 Provide necessary control and drainage of all construction water in accordance with
Section 02140, Groundwater Control and Section 01160, Erosion and Sediment Control
Plan.

.2 The methods of constructing the shafts are at the option of the Contractor, subject to
restrictions as stated in this and other Specification sections and subject to review by the
Contract Administrator. Excavations shall be made to the lines, grades, and dimensions
shown on the Contract Drawings or established by the Contractors design engineer.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 12 OF 14

.3 All shafts shall be suitably supported as determined by the Contractor, subject to


restrictions as stated in this and other Specification sections and subject to review by the
Contract Administrator. The shafts shall be plumb, of strong and safe construction, and
shall be equipped with stairways, ladders, or elevators conforming to applicable
regulations and requirements stated elsewhere in the Contract Documents.

.4 Excavated soil that meets the geotechnical requirements and Standards in O. Regulation
153/04 as amended, can be considered suitable for reuse on site within the Project site
bounds. Material that meets Table 1 Standards can be reused within the Project site
bounds. Material that meets Table 2 Standards can only be reused on-site at locations
which generated the material and similarly, material that meets Table 3 Standards can
only be reused on-site at locations which generated the material. Permission for material
reuse must be provided by the Contract Administrator in advance.

.5 Excavation shall be confined to within the limits of the shaft and as required for the type
of construction to be used and in such manner as to minimize any settlement of the
ground near the shaft.

.6 Shaft excavation shall be done in manner to minimize the occurrence of overbreak


beyond the excavation limits established by Contractor.

.7 Shaft excavation shall be done in such manner as to provide adequate support at all times
to adjacent or nearby conduits, structures, or roads, including sidewalks, so as to offer no
hazard to pedestrians, train, truck or automobile operations. Excavation support shall be
substantial and safe, and all work shall be done in full conformity and subject to the
inspection of all affected parties. If and when required, and to the degree necessary, the
Contractor shall provide additional support as may be necessary.

.8 Monitor for explosive and toxic gasses and ventilate in accordance with requirements
stated in Section 01710, Tunnel and Shaft Safety and Section 02444, Tunnel and Shaft
Ventilation and Utilities.

.9 Blasting shall be performed in accordance with requirements stated in Section 02228,


Blasting.

3.3 DISPOSAL OF EXCESS MATERIAL


.1 All material that will not be reused on site shall be removed from site immediately.

.2 All excess material resulted from shafts excavation that is to be removed from site shall
comply with Section 01355, Disposal Excess Material.

.3 Load all excavated material identified as contaminated or as waste into required haulage
trucks and dispose off-site at an approved disposal sites licensed to receive the waste.
Pay for all haulage and disposal fees for contaminated excavated material.

3.4 INSTALLATION OF EXCAVATION SUPPORT SYSTEMS IN SOIL


.1 Excavation support systems for shaft and structure excavations in soil shall consist of
secant pile walls, slurry diaphragm walls or comparable systems that provide positive
ground support ahead of the excavation, and act as watertight excavation systems for the
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 13 OF 14

shafts designated as sealed, and otherwise satisfy the requirements of the Contract and
are compatible with ground and groundwater conditions as described in the GDR and are
consistent with applicable baselines as stated in the GBR.

.2 Support systems shall be installed to permit the safe execution of the work, and to ensure
that no ground loading or other loading will be placed on the new work prior to
completion and until design strength of the structure being constructed has been reached.

.3 Excavation support systems in soil shall be installed in a manner to limit, control or


prevent groundwater infiltration into the shaft excavations; minimize loss of soil into
excavations; minimize ground movements outside the excavations; maintain stability of
the excavations; and preserve the in situ strength of surrounding soils.

.4 During periods of shutdown, fully support the shaft base to maintain bottom stability,
prevent lost ground and limit the potential for groundwater movement through the shaft
base.

.5 Install excavation support systems in a manner to limit vibrations on the ground adjacent
to the nearest structure to a peak particle velocity that conforms to limits stated in
Section 01119 Preservation and Protection and Section 02482, Noise and Vibration
Monitoring.

.6 During excavation, if more than 25 mm of void space develops outside of the support
system in soil, contact grouting shall be performed behind excavation support systems
specified herein. Contact grouting shall be performed to provide firm and uniform
contact between the support system and the ground, limit or prevent ground movement
into the excavation and to control groundwater infiltration. Grout holes shall be located
as necessary to fill all voids.

3.5 INSTALLATION OF EXCAVATION SUPPORT SYSTEMS IN ROCK


.1 Comply with Section 02437, Rock Reinforcement.

.2 Unless the Contractors design engineer design the shotcrete and rock dowels to
withstand groundwater load, groundwater infiltration shall be controlled by installing
drain pipes, or other means so that shotcrete will be unaffected by the action of the
water.

.3 Vary support systems as necessary to suit the rock conditions encountered in the
excavation.

.4 Install excavation support around tunnel eyes as determined to be necessary before the
excavation liner or any rock reinforcement at the penetration is cut or removed. Install
any special framing, or additional bracing or shoring determined necessary by Contractor
or Contractors excavation support system designer before the excavation liner or any
rock reinforcement at the penetration is cut or removed.

3.6 CONTACT GROUTING


.1 Conform to Section 02455, Contact Grouting.
CITY OF OTTAWA SECTION 02400
COMBINED SEWAGE STORAGE TUNNEL SHAFT CONSTRUCTION
CONTRACT NO. ISD14-2036 PAGE 14 OF 14

3.7 SHAFT BACKFILL


.1 Depending on shaft construction methodology, any required backfill shall be placed in
accordance with Section 02412, Shaft Backfill.

3.8 REMOVAL OF EXCAVATION SUPPORT SYSTEMS


.1 Remove excavation support systems that are left in place following shaft construction to
a depth of at least 2 metres below the finished ground surface. Leave in place deeper
shaft excavation support system elements that cannot be removed safely and without
causing settlement or damage to the work or adjacent property. The Contractors
excavation support system designer shall be responsible for determining if excavation
support systems can be safely removed. Excavation support system elements that are left
in place shall be at the Contractors expense.

.2 The Contractor shall be responsible for repairing any settlement or damage to the Work
or to adjacent property as a result of removing excavation support systems. Excavation
support systems that cannot be safely removed and without causing settlement or damage
to the Work or adjacent property shall be left in place, at no additional cost to the City.
Restoration of any damage and the cost of remediating disturbed backfill or adjacent
property damage caused by removal of ground support systems shall be at the
Contractors expense.

END OF SECTION
CITY OF OTTAWA SECTION 02405
COMBINED SEWAGE STORAGE TUNNEL STEEL LINER PLATES
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General
1.1 SCOPE OF WORK

.1 This section includes minimum requirements for manufacturing, furnishing and


transporting Steel Liner Plates to be used for excavation support as installed by the
contractor as excavation support system in overburden.

1.2 RELATED SECTIONS

.1 Section 01025 - Measurement and Payment

.2 Section 01710 - Tunnel and Shaft Safety

.3 Section 02150 - Excavation Support System

.4 Section 02400 - Shaft Construction

.5 Section 02412 - Shaft Backfill

.6 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.7 Section 02437 - Rock Reinforcement and Excavation

.8 Section 02455 - Contact Grouting

.9 Section 02444 - Tunnel and Shaft Ventilation and Utilities

1.3 REFERENCES
.1 All shaft work shall be performed in accordance with all applicable provincial and local
regulations, codes, and standards.

.2 American Association of State Highway and Transportation Officials (AASHTO)


specification for highway Bridges, Section 16.

.3 Canadian Standard Association CAN/CSA-G40.21-04, General requirements for rolled


or welded structural quality steel (Grade 300W).

1.4 SUBMITTALS

.1 Conform to Section 02400, Shaft Construction and Section 02150, Excavation Support
System, as applicable.

.2 Submit calculations for the design of the Steel Liner Plate sealed and signed by a
Licensed Engineer in the Province of Ontario.

.3 Submit a detailed plan for grouting the void space on the exterior of the Steel Liner
Plate, including grout coupling location and spacing.
CITY OF OTTAWA SECTION 02405
COMBINED SEWAGE STORAGE TUNNEL STEEL LINER PLATES
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

1.5 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to providing and installing steel liner
plates as specified herein for excavation support of shafts where steel liner plates are
applicable and no separate payment shall be made.

Part 2 Products

2.1 General
.1 The Contractors excavation support system design engineer shall specify excavation
support system material requirements in accordance with the submitted designs. The
materials, however, shall meet the minimum requirements listed below.

Incorporation of used prefabricated elements into excavation support systems is


permitted, provided the strength and stability of used elements is verified prior to
incorporation, and allowances made for lost strengths, if any, due to existing damage or
deterioration.

2.2 Materials
.1 Materials used in construction of the shaft shall meet these requirements:
.1 All structural steel used for the supporting systems, whether new or used, shall
be sound and free from defects that may impair their strength.
.2 Structural Steel: Conform to CAN/CSA-G40.21-04, Grade 300W unless
approved otherwise.

Part 3 Execution

3.1 General
.1 General Procedures: Conform to Section 02400, Shaft Construction and Section 02430,
Tunnel Excavation by Tunnel Boring Machine (TBM) and Section 02150, Excavation
Support System, as applicable.

.2 Excavation: Conform to Section 02400, Shaft Construction.

3.2 Installation of Steel Liner Plates for Shafts


.1 Install liner plates for shaft installations in conformance with the plate manufacturer's
recommendations, and in a manner that will not deform or overstress the completed
rings. Prevent liner plate from deflecting more than 3 per cent of design diameter under
applied ground load.

.2 Install bolts and nuts specified in the liner plate design, and tighten in conformance with
manufacturer's recommendations. Flanges shall be clean and free from material that
could interfere with proper bearing. Stagger longitudinal joints in adjacent rings by one-
half plate or at least two bolt spaces.
CITY OF OTTAWA SECTION 02405
COMBINED SEWAGE STORAGE TUNNEL STEEL LINER PLATES
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.3 Contractors excavation support system designer shall determine the need for internal
steel rib supports for the liner plate system. Place steel rib supports as determined
necessary. Use tie rods and braces to secure ribs against distortion. Block ribs against
liner plate with hardwood wedges or blocks, and nail wedges as necessary to prevent
loosening.

.4 Liner plate shall be assembled in a true circle and to the lines and grades presented on
the excavation support system plans. Contractor shall use hog rods or other restraint as it
determines to maintain liner plate in a true circle until their grouting operations are
completed.

.5 Contact grout annular space behind liner plate to ensure firm and uniformly distributed
contact between the liner plate and the excavated surface. Contact grout as frequently as
necessary, but at least once per shift. Maintain liner plate ring in a true circle until
contact grout is placed and set, using steel ribs, tie rods, or other restraint as necessary

.6 For shaft installations, construct in a manner to allow drainage of groundwater from


behind the support system, unless the support system has been designed to support
hydrostatic loads.

.7 Prior to allowing excavation to stand overnight, advance the liner plate to within one
liner plate width of the excavation base, and contact grout.

3.3 Shaft Backfill


.1 Shafts to be backfilled shall be backfilled in accordance with Section 02412, Shaft
Backfill.

3.4 Removal of Shaft Ground Support Systems


.1 Conform to Section 02400, Shaft Construction.

END OF SECTION

CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 SCOPE OF WORK


.1 The Work for this Section includes design and construction of secant pile shafts for
excavation support for shafts designated as sealed shafts or where elected by the
Contractor.

1.2 RELATED SECTIONS


.1 Section 00400 - Form of Tender

.2 Section 01025 - Measurement and Payment

.3 Section 01355 - Waste Management and Disposal

.4 Section 01710 - Tunnel and Shaft Safety

.5 Section 02400 - Shaft Construction

.6 Section 02439 - Pre-Excavation Grouting from Surface

.7 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.8 Section 03200 - Concrete Reinforcement

.9 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

1.3 REFERENCES
.1 Except as otherwise indicated, the current editions of the following specifications and
standards apply to the Work of this Section.

.2 American Petroleum Institute (API):


.1 Spec 13 A, Specification for Drilling Fluid Materials
.2 RP 13B-1, Recommended Practice Standard Procedure for Field Testing Water-
Based Drilling Fluids

.3 ASTM
.1 ASTM D6760 Integrity Testing of Concrete Deep Foundations by Ultrasonic
Cross-Hole Testing.

.4 Other
.1 ADSC International association of Foundation Drilling (Association of Drilled
Shaft Contractors) Drill Shaft Inspectors Manual.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

1.4 DEFINITIONS
.1 Secant Pile Walls: Concrete walls that are formed with overlapping concrete piles that
are reinforced with steel beams or cages of steel reinforcing bars. The concrete is placed
using the tremie method, below existing grade in fluid-filled and cased bored holes
stabilized with bentonite slurry. Secant piled walls are placed prior to excavation in a
complete perimeter around the workshaft.

.2 Defect/Defective Pile: The following will be considered defects and require satisfactory
repair or replacement of defective piles:
.1 Exceeds vertical tolerance
.2 Less than minimum wall thickness/interlock between piles
.3 Exceeds specified leakage
.4 Voids/cavities
.5 Concrete contamination/ non-cemented materials/soil intrusion
.6 Honeycombing
.7 Failure of adjacent piles to interlock

1.5 SUBMITTALS
.1 Provide design calculations and drawings for secant pile walls and groundwater cut-off
that are prepared, stamped, and signed by a registered Professional Engineer licensed in
the Province of Ontario.

.2 Name and experience resume of the drilling superintendent in charge of secant pile wall
construction operations.

.3 Provide engineering calculations and design assumptions for loads, stresses and
deformation of the secant pile wall during intermediate construction stages as well as the
final stage.

.4 For concrete and reinforcing steel that is part of the Work of this Section, submit mix
designs, and other submittals specified in the requirements stated in Section 03300, Cast-
in-Place Concrete (Shafts and Underground Structures).

.5 Provide shop drawings as required to show design details.

.6 Show configuration and details of the completed secant pile walls, and proposed
equipment and method of construction, including the following:
.1 Reinforcing steel, including provision for lifting, stiffening, splicing, and
centralizing fabricated cages with respect to the pile.
.2 Beam and slab anchorage details.
.3 Details of plates, sleeves, pipes, and other embedded items, including freeze or
grout pipes, and requirements for instruments and utilities to be installed in or
through the wall.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

.4 Details of each utility service penetration, temporary relocation, type and


duration of interruption of service, provisions for non-interruptible services,
sequence of construction, and necessary permits.
.5 Details of block out material and block out locations.
.6 Manufacturer's product data.
.7 Sequence of construction of the various secant piles forming the shaft walls.
.8 Details of guidewalls to be used for positioning, surface collaring, and verticality
control during boring of secant piles.
.9 Methods of excavation through soil overburden and weathered rock.
.10 Method and locations of bentonite slurry preparation, site distribution,
reclamation, and disposal.
.11 Slurry mix composition, and methods of monitoring and testing to comply with
requirements specified herein.
.12 Method of maintaining stability of excavated pile holes in case of sudden loss of
bentonite suspension.
.13 Method of monitoring deviation from vertical of bored holes during excavation,
and details of proposed corrective measures to be implemented if necessary.
.14 Equipment and method of checking and proving the cleanliness of excavated
hole bottoms and soundness of foundation material, prior to concreting.
.15 Method of cleaning holes.
.16 Method of installing and securing steel reinforcing.
.17 Method of placing concrete and pumping and treating displaced slurry.
.18 Measures and repair methods to protect the public and surrounding property
from hazards inherent in the operations, including leakage and spillage of slurry.
.19 Location of truck cleaning stations and methods of ensuring that haul trucks are
clean and that no spillage of excavated material from haul trucks occur on
existing streets.
.20 Method of handling leakage between adjoining secant piles.
.21 Concrete mix design including strength at three days, seven days and 28 days.
Trial mix test results is to indicate strength at three days and slumps immediately
after mixing.
.22 Details of concrete placement including proposed operational procedures for
tremie and pumping methods.
.23 Two samples of proposed spacers (side and bottom) for maintaining reinforcing
steel in position.
.24 Method of protecting the piles construction from frost during winter

.7 During secant piled wall construction, submit:


.1 Excavation Report: Submit after pile boring has been completed.
.2 Verticality Verification Report: Submit after each pile boring is completed.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

.3 Bentonite Slurry Report: Submit after every pile is completed.


.4 Concrete Placement Report: Submit after each concrete placement.

.8 Maintain and submit as-built records of the Work including:


.1 Pile identification.
.2 Plan dimensions of the excavation and elevations of top and bottom of piles.
.3 Dates and times of pile borings, reinforcing steel placement and tremie concrete
placement. Indicate volume of excavation, and theoretical and actual volume of
concrete placed.
.4 Description of soils and rock encountered, obstructions, and excavation
problems, if any.
.5 Reference to steel reinforcing shop drawings, cutouts, and other devices in the
temporary support system. Indicated approved variations from shop drawings, if
any.
.6 Details of geotechnical instrumentation installed in pile, if any.
.7 Plumbness and deviation from plan location.

.9 Provide results of quality control tests performed on the bentonite slurry to the Contract
Administrator promptly after the test results are completed. Submit copies of job test
records to the Contract Administrator each week.

.10 Groundwater Cut-off:


.1 Design calculations for groundwater cut-off and invert stability.
.2 Refer to Section 02150, Excavation Support Systems for the allowable inflows.
.3 Work Plan to address methods to be used to monitor and verify bottom stability
of shaft during all phases of construction until the completed structure can safely
resist hydrostatic uplift loads.

.11 Shaft Excavation:


.1 Conform to the requirements of Section 02400, Shaft Construction.
.2 Contingency Plan setting forth steps that will be taken should deformation of the
shaft's secant pile wall exceed the values specified by the Contractor's excavation
support designer or cause movements of any monitored structures or
infrastructure that equal or exceed specified values. Include the remedial steps to
be utilized to arrest movement, and reinforce or improve the walls, such that
excavation may continue.

1.6 EXISTING CONDITIONS


.1 As stated in Section 02400, Shaft Construction.

1.7 SAFETY
.1 Conform to Section 01710, Tunnel and Shaft Safety.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

1.8 DESIGN CRITERIA


.1 In accordance with minimum criteria and information for design of lateral loading
conditions indicated in the GBR. These criteria are intended to serve as guides in the
design of the secant pile wall walls and are the minimum acceptable. Account for the
varying field and subsurface conditions, as well as any surcharge load imposed by
equipment and material in the design.

.2 The secant pile support of excavation system shall be designed to prove sufficient
rigidity to prevent damage to adjacent structures from the ground movements and
distortions resulting from excavations. As a minimum, the support of excavation systems
shall be designed to limit ground movement at adjacent structures to the tolerances and
in accordance with the following requirements:
.1 Secant piles vertical shall be within a tolerance of 1:200, or 0.5% of total high.
.2 Total horizontal displacement shall not exceed 25 mm
.3 Maximum Total Settlement 9.5 mm

.3 Support temporary loading conditions as required over the construction duration.

.4 Construct the inside face of the secant pile wall to be free from flaws and within the
tolerances indicated in this Section. Remove over poured concrete that encroaches within
the final lining if secant pile walls are used at workshaft locations where permanent
chambers will be constructed.

.5 Leakage: Completed secant piles shall be cleaned to bare concrete by pressure washing.
After cleaning, the exposed secant pile wall shall be free of all flowing water. Seal all
flowing leaks in the secant pile wall. Flowing leaks shall be defined as a leak from which
the water moves under the effects of wind or gravity. Moist patches that are not flowing
are acceptable.

.6 Minimum factor of safety for uplift resistance during construction is 1.1, using dead
weight only.

1.9 TOLERANCES
.1 Shaft excavation as stated in Section 02400, Shaft Construction.

.2 Construct the secant piles vertical, conforming to tolerances as stated in Section 02400,
Shaft Construction.

.3 Remove any protrusions, bulges, or cavities that compromise the wall design, interfere
with the means and methods or interfere with the final structure.

.4 Repair secant pile wall as necessary and prior to excavation advance below defective
location to ensure minimum contact between adjacent interlocking secant piles as per
designed by contractors design engineer and as not to exceed the leakage criteria
indicated in this Section.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

.5 Formed Recesses: Position formed recesses and other devices necessary for the
temporary support system and other appurtenant structure indicated within 75 mm of the
indicated location.

.6 Steel and Fiberglass Reinforcement Placement:


.1 Normal to wall: Plus or minus 25 mm, except to maintain minimum of 75 mm
cover.
.2 Longitudinal: Plus or minus 75 mm.
.3 Vertical: Plus or minus 25 mm.
.4 Dowels: 75 mm from indicated position with respect to any slab, beam or other
pertinent structure.
.5 Top of steel and bottom of steel elevations: As stated for vertical tolerance,
except maintain minimum of 75 mm of cover.

.7 Secant pile walls must not deflect laterally more than 25 mm during the excavation
process.

1.10 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 00400, Form of
Tender and Section 01025, Measurement and Payment for all work required to construct
shaft secant piles as shown on the Contract Drawings and excavate the EWT and NST
tunnels by TBM as specified herein and no separate payment shall be made.

Part 2 Products

2.1 EQUIPMENT
.1 Use equipment with capability to remove all material of whatever nature from the
excavation, so arranged as to permit the free vertical passage of slurry within the
excavation (when used) and to prevent development of suction or pressure, and such that
excavations do not exceed specified tolerances.

.2 Use boring equipment having adequate capacity including power, torque, and down
thrust to excavate a hole of both the maximum design diameter and to a depth minimum
of 5 m into bedrock.

.3 Slurry Mixing: Use equipment that produces a stable suspension of bentonite and water
along with necessary mechanical agitation. Transport slurry by means of a temporary
pipeline or other methods accepted by the Contract Administrator.

.4 Slurry Reclaiming: Use equipment that separates the bentonite from the excavated
material in a matter to clean the bentonite of soil particles before recirculation.

.5 Guidewalls: Use equipment that aids in the control of secant pile surface collaring,
positioning, and verticality during boring to meet the tolerances specified in this Section.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 7 OF 12

2.2 MATERIALS
.1 Bentonite Drilling Fluid Material: Selected from the substances described in API RP
13A as determined by the mud design engineer to produce slurry having the properties
and meeting the performance criteria specified below.

.2 Mix Design: Unless otherwise approved by the Contract Administrator, obtain slurry
(mud) design from a specialized drilling mud designer. Hydration time for bentonite
slurry is dependent on methods used for mixing, agitation, and storage, but a minimum of
six hours before use.

.3 Ingredients: Additives and chemicals may be added to the slurry, upon the approval of
the Contract Administrator, to maintain the necessary properties. Restrict the use of
polymers and additives, and their disposal to all applicable laws, rules, and regulations.

.4 Lost Circulation Material (LCM): As necessary to prevent loss of slurry through wall
and bottom of borings.

.5 Water: Clean, potable, and free of impurities detrimental to slurry, and compatible with
the slurry mix design.

.6 Proportions: As determined to produce slurry meeting the performance criteria specified


below.

.7 Performance Criteria:
.1 Hydrostatic Head Produced: Sufficient to prevent water and soil inflow to the
excavation. Maintain maximum head in pile excavation at all times.
.2 Gel Strength: Sufficient to seal weak and open soil formations.
.3 Stability and Flow: Ensure that the slurry will remain stable and fluid during
excavation and until concreting is completed and flows without gelling under
displacement by concrete.
.4 Slurry Properties:
.1 Density: 1,280 kg / cubic metre maximum. Densities that will prevent
excessive caking, provide adequate pile borehole support, and are readily
displaced by the tremie concrete.
.2 Viscosity: 70 seconds maximum by Marsh Cone Method.
.3 Fluid Loss: 25 cc maximum in 30 minutes, using a filter press.
.4 pH: 7.0 to 12.0
.5 Yield: 90 barrels per ton, minimum.
.6 Dwell time in the mixer: Minimum of 10 minutes.
.7 Storage time: six hours minimum hydration time prior to pile borehole
use.
.8 Sand Content: Maximum five per cent measured 305 mm from the
bottom of the pile, prior to concreting.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 8 OF 12

.8 Concrete for cast-in-place secant piles shall be in accordance with the requirements for
concrete as stated in Section 03300, Cast-in-Place Concrete (Shafts and Underground
Structures).

.9 Steel Reinforcing for secant piles shall be in accordance with the requirements stated in
Section 03200, Concrete Reinforcement.

.10 Grout shall be in accordance with the requirements for grout as stated in Section 02439,
Pre-Excavation Grouting from Surface.

Part 3 Execution

3.1 GENERAL
.1 Perform preparatory work to discover, protect, maintain, relocate and restore utility
service facilities. Conform to applicable requirements for site preparation, utility
identification and utility relocation as stated elsewhere in the Contract Documents.

.2 Perform construction that will allow a minimum elevation of slurry 0.6 m below ground
level.

.3 Conduct Work of this Section so as not to damage facilities or improvements that are to
remain in place.

.4 Employ construction methods that prevent the spillage of excavated materials, bentonite
slurry, or concrete into utilities, streets, sidewalks, or other facilities.

.5 Do not start secant pile wall excavation until geotechnical instrumentation for
monitoring shaft excavation other than that to be included with the secant piled wall is
installed. Instrumentation to be installed shall be in accordance with Section 02480,
Geotechnical and Structural Instrumentation and Monitoring.

3.2 DEMONSTRATION TESTING


.1 Demonstration testing shall be conducted on two piles that are separate from, and not
part of, the secant pile wall. Acoustic measuring devise measurements will need to be
performed on these piles. The slurry manufacturers technical representative shall be
onsite during the construction of the demonstration piles. Submit the results of the
acoustic measuring within a week of testing to the Owner for review.

3.3 BORINGS OF SECANT PILES


.1 Use excavation and boring equipment with the capacity specified in Part 2 in this
Section. The equipment shall further be able to meet the specified pile verticality
tolerances.

.2 Where caving occurs, install temporary casing as necessary to maintain the hole until
concrete is placed. Provide hole excavations with flat bottom. Remove temporary casing
while the concrete remains workable. Furnish at least 30 linear metres of ready-to-use
temporary casing at the project site.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 9 OF 12

.3 Use boring methods that will minimize over-excavation and loosening and caving of
material outside designed pile diameter. Anticipate that boulders and obstructions as
indicated by descriptions in the GDR and baseline statements in the GBR may be
encountered in excavating for piles and provide procedures and equipment for their
removal. Contain excavated spoil. Pump slurry to a central processing plant.

.4 Perform borings continuously from ground surface to the required depth. Excavate in a
manner that does not cause movement or loss of ground.

.5 Add slurry to the hole as necessary to prevent caving. Fill each boring and maintain with
a stable suspension of slurry. Advance hole through the slurry.

.6 Perform borings near existing structures and utilities that are to remain in place without
causing damage to, or movement of these facilities.

.7 Dispose of all excavated material in accordance with applicable permits, regulatory


requirements, and requirements as stated in Section 01355, Waste Management and
Disposal.

.8 Do not advance borings until concrete in adjacent secant pile has cured for a minimum of
24 hours. Limit tip elevation differences between the bottoms of adjacent piles to
600 mm, unless otherwise approved by the Contract Administrator to accommodate field
conditions.

.9 Advance secant pile borings using guidewall systems as required to maintain horizontal
positioning and verticality tolerances specified in this Section.

3.4 SECANT PILE INSTALLATION USING SLURRY


.1 Maintain slurry in the pile borehole as necessary to prevent caving.

.2 Prior to placing reinforcing steel and concrete in the pile borehole, clean the bottom of
the hole of all loose material, and inspect hole to determine that the required depth and
diameter had been achieved.

.3 Do not place reinforcing steel assemblies that are distorted. Accurately locate and secure
in place the reinforcing steel assemblies prior to and during the concrete placement. Use
suitable guides and spacers to maintain a minimum 125 mm cover between reinforcing
steel and the walls of the pile excavation as the reinforcing steel assembly is lowered into
the slurry-filled pile borehole. Protect and maintain the alignment of block out panels,
brace plates, and other specified connection during placement of the cage.

.4 Install outer casings for geotechnical instrumentation and grout pipes in secant pile as
required.

.5 Place concrete as soon as possible after completion of pile hole drilling, and reinforcing
steel components have been installed. Do not leave holes open longer than eight hours
after drilling is completed or overnight at any stage of excavation.

.6 Place concrete by tremie method, in such a manner that the concrete displaces the slurry
progressing from the bottom and rising uniformly level to the ground surface. The
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 10 OF 12

elapsed time from the beginning of concrete placement in the pile hole to the completion
of the placement is not to exceed two hours. Adjust admixtures in the concrete mix as
accepted by the Contract Administrator for the conditions encountered on the job so that
concrete remains in a workable plastic state throughout the two hour placement. Before
concrete placement, submit test results of both a trial mix and a slump loss test using
approved method to demonstrate the concrete meeting this two hour requirement.
Conduct the test using concrete and ambient temperatures appropriate for site conditions.

.7 Place reinforcing steel in accordance with the requirements as stated in Section 03200,
Concrete Reinforcement, and the following requirements specified in this Section:
.1 Completely assemble and place the reinforcing steel cage consisting of
longitudinal bars, spirals, caps, stiffener bars, spacers, and other necessary
appurtenances as a unit immediately after the pile hole excavation is inspected
and accepted by the Contract Administrator before concrete placement.
.2 If the bottom of the drilled pile hole elevation is lower than the design elevation,
extend all the longitudinal bars required in the upper portion of the hole to the
additional length. Continue spirals and stiffener bars for the extra depth. These
bars may be lap-spliced, or mechanically-spliced.
.3 Use concrete spacers or other approved spacing devices at sufficient intervals
(near the bottom and at intervals not exceeding 3 metres up the hole) to ensure
concentric spacing for the reinforcing cage. Provide approved cylindrical
concrete feet (bottom supports) to unsure that the bottom of the cage is
maintained at the proper distance above the base. Place concrete in accordance
with the requirements state in Section 03300, Cast-in-Place Concrete (Shafts and
Underground Structures).

3.5 SECANT INSTALLATION USING CASING


.1 Install temporary casing as necessary to maintain the hole open until concrete is placed.
Hole excavations shall have flat bottoms. Temporary casing shall be removed while the
concrete remains workable. At least 30 linear metres of ready to use temporary casing
shall be furnished at the project site.

.2 Conform to requirements of Article 3.3 of this Section for hole drilling and preparation,
placing of steel reinforcement and placing of concrete.

3.6 SECANT PILE FIELD INSPECTION


.1 Excavation Inspection: Perform inspection as boring for pile hole progresses.
Immediately inform Contract Administrator of over-excavation, obstructions, boulders,
or boring that is out of tolerance.

.2 Use inspection devices in the presence of the Contract Administrator before tremie
concreting, to demonstrate that the pile hole has been excavated to the specified
diameter, depth and verticality, the cleanliness of hole bottom; and to ensure that
overlapping of piles is maintained.

.3 After each pile is bored to required depth, verify exact X, Y, Z location of pile. Verify
using a Drilling Monitor, model DM-602, manufactured by Koden Electronics Company,
or equivalent. Correct piles exceeding the permissible tolerances by backfilling with lean
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 11 OF 12

concrete or cement stabilized sand, and re-excavate them to the required tolerance before
placement of reinforcement and final concreting proceeds.

.4 Bentonite Slurry in Pile Hole prior to Placing Concrete: Immediately prior to placing
concrete in any shaft wall pile borehole, take a sample of the slurry 300 mm from the
bottom of the hole, and test if for density and sand content. Modify or replace the slurry
in the hole if the density of the sample is found to exceed limit specified. Do not place
any concrete in the pile hole until the density of the slurry in the pile borehole is correct
and the sand content has been found to be five per cent or lower. Perform additional
tests, such as measurement of fluid loss, if requested by the Contract Administrator.

3.7 SHAFT EXCAVATION


.1 Conform to the requirements of Section 02400, Shaft Construction.

.2 Provide access, at all times to the Contract Administrator, for monitoring of secant pile
wall deformations during excavation using inclinometers in secant pile wall, if casings
are installed.

.3 If during excavation, readings on any geotechnical instrumentation within the shaft site
indicate that deformation have exceeded the values specified, immediately take remedial
steps to arrest movement in accordance with the requirements of Section 02480,
Geotechnical and Structural Instrumentation and Monitoring, this Section or as directed
by the Contract Administrator.

3.8 CORRECTION OF DEFECTIVE PILES/REMEDIAL REPAIRS


.1 For those piles determined to be defective, the drilled hole shall be filled with Controlled
Density Fill in order to permit the secant pile to be redrilled.

.2 For those piles determined to be defective, submit a remedial action plan for review.

.3 Remedial work shall not begin until the information has been reviewed and the remedial
action plan accepted.

3.9 FINISHING
.1 Remove all bentonite-contaminated concrete from areas where other construction is to
join the secant pile wall construction. Clean the exposed wall face to remove bentonite
caking and film materials and expose a clean concrete surface.

.2 Cut, patch, and repair structural defects.

.3 Repair of Leaks:
.1 Ensure the walls are free of all seeping water and meet leakage criteria before
acceptance of secant piled wall construction, subject to tolerances as specified.
.2 Stop leakage by proven techniques that are approved by the Contract
Administrator. Use materials that are permanent cementitious, resin, or polymer
materials with successful experience records in similar applications.
CITY OF OTTAWA SECTION 02407
COMBINED SEWAGE STORAGE TUNNEL SHAFT SECANT PILES
CONTRACT NO. ISD14-2036 PAGE 12 OF 12

3.10 GEOTECHNICAL INSTRUMENTATION MONITORING


.1 Conform to the requirements of Section 02480, Geotechnical and Structural
Instrumentation and Monitoring.

.2 Provide unrestricted and safe access to geotechnical instrument locations, allowing


measurement to be taken, as necessary.

END OF SECTION
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

Part 1 General

1.1 SCOPE OF WORK


.1 This work specify in this Section consist of the design of excavation and support of
drilled shafts in soil overburden and in rock as shown in the Contract Drawings for
access and vent shaft at Shaft 8. The work includes drilling a vertical shaft, handling the
spoils, installing and back grouting a casing in the drilled hole down to around 2 m above
top of de-aeration chamber, and supplying and operating all equipment, materials and
labour necessary to complete this part of the Work

.2 Assume responsibility for the safety of the work, the protection of personnel, and
damage to property

1.2 RELATED SECTIONS


.1 Section 01180 - Price and Payment Procedures

.2 Section 01330 - Submittal Procedures

.3 Section 02140 - Groundwater Control

.4 Section 02150 - Excavation Support System

.5 Section 02228 - Blasting

.6 Section 02400 - Shaft Construction

.7 Section 02412 - Shaft Backfill

.8 Section 02437 - Rock Reinforcement and Excavation

.9 Section 02470 - Tunnel Cellular Grout

.10 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

1.3 REFERENCES
.1 CAN/CSA-G40.20-M General Requirements for Rolled or Welded Structural Quality
Steel.

.2 CAN/CSA-G40.21-M Structural Quality Steels.

.3 CAN/CSA-S16.1 Limit States Design of Steel Structures.

.4 CSA W47.1 Certification of Companies for Fusion Welding of Steel Structures.

.5 CSA W59-M Welded Steel Construction (Metal Arc Welding).

.6 ASTM A322 Specification for Steel Bars, Alloy, Standard Grades.


CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

.7 AASTHO Designation M36 -Corrugated Steel Pipe.

.8 American Petroleum Institute (API):


.1 RP 13 A-Drilling-Fluid Materials.
.2 RP 13B-l Field Testing Water-Based Drilling-Fluids.
.9 Geotechnical Baseline Report (GBR)

.10 Geotechnical Data Report (GDR)

1.4 DESIGN CRITERIA


.1 The diameters of the casing for the drilled shafts shall be designed by the Contractor
based on anticipated ground conditions described in the Geotechnical Baseline Report
(GBR), any surcharge loads due to materials and/or equipment, varying subsurface
conditions, vertical tolerance and layout of the finished structures at the surface. The
temporary steel casing is depicted in the Contract Drawings as concept only.

.2 Drill, install, and grout in place the casing for each shaft to 2 m above top of connection
chamber connecting the tunnel in advance of the tunnel excavation reaching the
designated intersection point.

.3 The design shall include complete calculations and shall be signed by a Professional
Engineer registered in Province of Ontario.

1.5 TOLERANCES
.1 Tolerances:
.1 Allowable surface ground movement during shaft construction shall be as
specified in Section 02480, Geotechnical and Structural Instrumentation and
Monitoring.
.2 Drill shaft within a tolerance of 0.5 percent out vertical alignment.
.3 Finished centerline shall not be greater than 20 mm offset from finished tunnel
centerline
.4 Minimum backfill thickness at any location shall be 200 mm, except where
otherwise indicated or specified.

1.6 SUBMITTALS
.1 Comply with Section 01330, Submittal Procedures. The Contractor shall submit a list of
at least three drilled shaft projects successfully completed of similar size, as the ones
being drilled for this project, in the past seven years. The contractor shall submit
descriptions of the drilled shaft construction projects to serve as evidence of capability to
construct drilled shafts and submit qualifications of key staff responsible for the shaft
installation.

.2 Integrate submittals specified herein with other submittals related to shafts, Section
02150, Excavation Support System, Section 02400, Shaft Construction, Section 02437,
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

Rock Reinforcement and Excavation, Section 02480, Geotechnical and Structural


Instrumentation and Monitoring and other work associated with the drilled shaft and
tunnel construction.

.3 Product Data:
.1 Submit manufacturer's product data for materials to be used in the work.
.2 Submit Material Safety Data Sheets for materials used in the work.
.4 Shop Drawings:
.1 Fully dimensioned fabrication drawings for the steel casing and welds. Include
calculations or certifications by the manufacturer for such items as allowable
loads and stresses.
.5 Submit working drawings and Methods Statements including but not limited to:
.1 Fully dimensioned site development plan for shaft sites and work areas indicate
proposed layout, grading, and limits of sites identifying location and limits of
lay-down and storage areas, temporary structures and facilities, water and slurry
handling and treatment facilities, shaft services, shaft equipment and plant, and
fences and gates.
.2 Method of drilling a shaft from the ground surface and details of the temporary
shaft casing.
.3 Modifications of the initial tunnel supports to connect the drilled shaft with the
tunnel.
.4 Means and methods for ensuring vertical alignment and performing survey
control to demonstrate achieving specified alignment requirements for shaft
construction.
.5 Methods and location of bentonite slurry preparation, reclamation, treatment and
disposal, if required.
.6 Slurry mix composition, and methods of monitoring and testing to comply with
requirements.

.6 Submit dimensional record drawings showing actual installed location of each drilled
shaft, size and offset dimension. Submit actual top of drilled shaft elevation.

.7 Mix Designs:
.1 Furnish for each of the backfill operations:
.1 Mix design data, including all mix components and test results to meet
minimum requirements set forth in the design.
.2 Initial and final set times for proposed mixes.

.8 Submit shop drawings of the excavation shoring and bracing systems for record purposes
at least 40 working days before commencement of shoring work.
.1 Shop drawings are to bear the seal and signature of a PEO licensed professional
engineer.
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

.2 Excavation shoring and bracing system drawings will not be reviewed by the
Engineer for structural adequacy. Full responsibility for the design, installation,
and maintenance of the excavation shoring and bracing systems rests with the
Contractor.

1.7 QUALITY CONTROL


.1 Plan: Identify how the quality of materials and installation will be controlled (e.g.
measurements, inspections, testing, etc.).
.1 Methods for minimizing ground loss and stabilizing the shaft walls.
.2 As an integral part of the excavation process to advance the shaft.
.3 When shaft sinking is interrupted for more than 24 hours.
.4 Sequence and method of monitoring the shaft excavation and support installed.

.2 Workforce Qualifications: Submit verification that the workforce is qualified to complete


the work of this Section (licenses, certifications, etc.) and that the work has been
effectively supervised by a qualified manager and foreman with demonstrated experience
as follows:
.1 The Shaft Construction Superintendent shall demonstrate that he/she has
constructed at least three successful shaft construction projects with similar
methods, size, and complexity.
.2 The Drilled Shaft Design Engineer shall be a registered Professional Engineer in
the Province of Ontario and shall have a minimum of 5 years of design of similar
support systems for the drilled shafts in soils and rock.

.3 Field Testing:
.1 Control Testing of Bentonite Slurry: Use suitable apparatus to perform control
testing of bentonite slurry to determine the density and Marsh Cone viscosity of
freshly mixed slurry as a check on the quality of slurry produced.
.2 Calibrate density measuring devices monthly, or more often to ensure an
accuracy of +0.05 kilogram per cubic metre.
.3 Test Equipment and Methods: Provide test equipment and methods that conform
to the requirements of API RP 13B-1. Alternative equipment may be employed
subject to the City Representative's prior approval.
.4 Monitor placement and chart actual volume of backfill concrete placed versus
theoretical volume required.

.4 Recordkeeping:
.1 Keep records of shaft drilling and prepare a Shift Report for each shift,
regardless of type of construction activities applied, and submit to the Engineer
no later than the beginning of the following working day. Include:
.1 Shaft bottom elevation at start of shift and end of shift. Crew size,
employee classification and employee work assignment.
.2 Number and type of equipment used.
.3 List of idle or inoperative equipment and reason for downtime.
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

.4 Results of gas testing and air quality and quantity measurements.


.5 Description of ground conditions, including structural features, types of
materials, and water inflows.
.6 Excavation delays and reasons why.

1.8 JOB CONDITIONS


.1 The anticipated ground conditions are set forth in the GBR.

.2 Excavations in shale or shaley rock in Ontario have been classified as a "potentially


gassy" according to OSHA Standards. The risk of encountering explosive gases is more
likely to occur in the Billings and the Upper Lindsay formations.

.3 Size drilled shaft excavations to have the clear dimensions on the approved Working
Drawings, and to satisfy all minimum dimensional requirements for installation of the
final lining.

.4 The Contractor shall design and implement shape, size, and initial support of the
shaft/tunnel intersections to suit Contractor's needs for underground construction.

.5 Refer to the Geotechnical Baseline Report (GBR) for a description of anticipated


conditions, including the potential for encountering hazardous materials.

1.9 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01180, Price and
Payment Procedures for all work required to drill shafts installing steel casing as
specified herein and no separate payment shall be made.

Part 2 Products

2.1 MATERIALS
.1 Corrugated Steel Casing: If used, provide corrugated steel casing in accordance with
CSA G401.

.2 Backfill materials: Refer to Section 02470, Tunnel Cellular Grout.

.3 Structural Steel: Unless otherwise noted herein or on the Contract or approved Working
Drawings, all structural steel for use for rock support shall be minimum Grade 60 and
manufactured in accordance with CSA G40.

.4 Slurry: The Contractor is entirely responsible for developing any slurry used in drilled
shaft construction, including ingredients, mix design, mixing equipment, and handling,
treatment plant and disposal.

2.2 EQUIPMENT
.1 General:
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

.1 Provide equipment and methods proven to be capable of effectively performing


the required excavation:
.1 In the anticipated ground conditions as described in the GBR.
.2 At the progress rates necessary to complete the work within the project
schedule.
.2 Provide electrical equipment or services conforming OSHA requirements for a
"Potentially Gassy" conditions.
.3 Use biodegradable hydraulic oil in all equipment operating underground.

.2 Drilled Shaft Equipment:


.1 The equipment shall be capable of removing all material of whatever nature from
the excavation, without exceeding the specified tolerances.
.2 Slurry Mixing: Use equipment that produces a stable suspension of bentonite and
water along with necessary mechanical agitation.
.3 Slurry Reclaiming: Use equipment that separates the bentonite from the
excavated material of soil particles before recirculation.
.4 Provide equipment for surveying the dimensions and alignment of each drilled
shaft.

Part 3 Execution

3.1 GENERAL
.1 Maintain drilled shaft hole stability at all times.

.2 Conduct Work so as to minimize safety hazards and exposure of workers to hazardous


and potentially hazardous conditions, and in accordance with all applicable regulatory
requirements. Protect personnel and third party property from damages. Any damages as
a result of the Contractors operations will be Contractors sole responsibility and any cost
that could derive thereof will be at the expenses of the Contractor.

.3 Provide a full-time on-site Superintendent supervision during construction of the shaft of


all work related to this Section. The construction work shall have an experienced shift
supervisor qualified to supervise the specific shaft construction operation.

.4 Whenever there is an emergency or stoppage of Work which is likely to endanger the


excavation, maintain sufficient qualified personnel onsite to cope with the emergency or
hazardous condition on a 24-hour per day basis, including weekends and holidays, until
the emergency or hazardous condition has been eliminated.

.5 Monitor for gas occurrence on an ongoing basis, provide ventilation required to provide
safe working conditions at all times, install and maintain electrical equipment in
permissible condition, and conduct all work in a manner as to prevent any safety hazards
condition due to sudden occurrence of flammable and toxic gases.

.6 Grade shaft areas to divert rainfall/runoff away from the drilled shaft excavation.
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

.7 Install a concrete collar with a top surface at least 250 mm above ground to act as a curb
and to prevent water inflow from the ground into the open drilled shaft.

.8 Excavate the drilled shafts within indicated vertical tolerances and to the lines and grades
shown on the Contract Drawings. Ensure that the excavated dimensions of the shafts will
provide adequate clearances to allow construction of the final lining, where required.

.9 If during excavation, readings on any instrumentation indicate that deformations have


exceeded the values specified, immediately take remedial steps correct deformation in
accordance with the pre-approved Contingency Plan.

.10 Operations shall be conducted to minimize the impact of noise and dust in the vicinity of
the work. All surface equipment shall be equipped with noise suppressors, silencers, or
mufflers to accomplish this, storage bins, skips and muck buckets shall be lined with
materials that deaden noise. Dust shall be controlled by use of sprinklers, tank trucks and
temporary vegetative cover, as applicable.

3.2 DRILLED SHAFT CONSTRUCTION USING SLURRY


.1 Drill the shafts from the ground surface at the locations shown on the Contract
Drawings.

.2 Auger the shaft and maintain hole stability using a slurry where required and to limit the
groundwater inflow into the shaft.

.3 Place a corrugated steel or other approved temporary casing in the drilled shaft and
backfill the casing in place. Tremie the invert with low strength concrete if needed to
backfill casing.

.4 Pump out the slurry (if used) from inside the casing.

.5 The Contractor may use the drilled shaft for secondary purposes during tunnel
construction.

3.3 FIELD QUALITY CONTROL


.1 Products: Submit verification that the installed products are authentic (delivery receipts,
bill of lading, etc.).

.2 Execution: Submit verification that the work was installed correctly (inspection records,
as-built drawings, etc.).
.1 Survey the drilled shaft to ensure verticality and location as shown on the
Drawings.
.2 Perform surveys as often as needed to comply with tolerances specified or
indicated.
.3 Testing and Inspection
.1 The Contractor's QC representative responsible for the QC program shall be
responsible for the performance of all inspections and testing.
CITY OF OTTAWA SECTION 02410
COMBINED SEWAGE STORAGE TUNNEL DRILLED SHAFT
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

.2 The Contractor shall provide access to the Engineer for additional inspection and
testing.

END OF SECTION
CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 1 OF 6

Part 1 General

1.1 SUMMARY
.1 This Section specifies work to be completed to backfill the temporary shafts following
completion of the work in the tunnel performed from this location.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01330 - Submittal Procedures

.3 Section 01355 Disposal Excess Material

.4 Section 01450 - Quality Control

.5 Section 02140 - Groundwater Control

.6 Section 02228 - Blasting

.7 Section 02315 - Excavating, Trenching and Backfilling

.8 Section 02400 - Shaft Construction

.9 Section 02455 - Contact Grouting

.10 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

1.3 DESIGN CRITERIA


.1 The structural backfill material placed to fill and close the shaft shall be compacted to 95
percent relative compaction per ASTM D 1557 in layers not to exceed 200 mm in
thickness. Appropriate small compaction equipment shall be used along the shaft wall, as
required, to achieve this quality of compaction. Alternative backfill materials such as
unshrinkable fill (u-fill) or controlled low strength material (CLSM), soil cement
backfill, or cellular concrete may also be proposed by the Contractor and submitted for
review and approval by the Contract Administrator.

1.4 SUBMITTALS
.1 Product Data:
.1 General: Make submittals in accordance with Section 01330, Submittal
Procedures.
.2 Submittals for concrete materials shall be made in accordance with Section
03300, Cast-in-Place Concrete (Shafts and Underground Structures)
requirements.

.2 Working Drawings and Methods Statements:


CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 2 OF 6

.1 A complete set of lift drawings showing concrete and reinforcement for the
tunnel level encasement concrete shall be submitted and reviewed with
associated Methods Statements describing the construction work involved. The
drawings shall show forms, construction joints, keys and reinforcing splicing
proposed for the placement(s), and shall indicate sequence and schedule of
construction, and preparation of each construction joint.
.2 The shaft backfilling operations, including reinforcing and encasement concrete
installation at the base of the shaft, placing and compaction of each lift of earth
backfill, shall be described in one or several Methods Statements describing all
construction operations covered by this Specification, and be submitted for
review.

1.5 QUALITY CONTROL


.1 Plan: Identify how the quality of materials and installation will be controlled (e.g.
measurements, inspections, testing, etc.) in accordance with Section 01450, Quality
Control.
.1 Submit a protocol for compaction testing.
.2 Workforce Qualifications: Submit verification that the workforce is qualified to complete
the work of this Section (licenses, certifications, etc.) and that the work has been
effectively supervised (manager, foreman, etc.).
.1 Contractor's design submittals, including calculations for support systems, shall
be prepared, signed, and stamped by a registered civil or structural engineer,
with a minimum of 5 years of experience in design of similar type of work.
.2 Other Qualifications:
.1 Construction Superintendent
.2 Concrete tester
.3 Backfill compaction tester

.3 Concrete testing shall be performed by the Contractor per Section 03300, Cast-in-Place
Concrete (Shafts and Underground Structures).

.4 Compaction testing of earth backfill lifts shall be performed by the Contractor in


accordance with requirements in Section 02315, Excavating, Trenching and Backfilling.

.5 Recordkeeping:
.1 Copies of all compaction test reports and laboratory worksheets not later than the
next working day.
.2 Copies of all concrete test reports.

.6 Acceptance Criteria:
.1 Compaction:
.1 All compacted fills on the project shall be compacted to a minimum of
95 percent relative compaction, as determined by ASTM D1557.
.2 Moisture Content at time of compaction: From 1 to 3 percent above optimum.
CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 3 OF 6

.7 Preconstruction Meeting:
.1 Hold a preconstruction meeting at least 5 days, but not more than 30 days, prior
to beginning fills which require compaction testing.
.2 Review and discuss the following items at each meeting:
.1 Construction methods and constraints overview
.2 Equipment operating parameters
.3 Safety procedures
.4 Quality Control procedures and Quality Assurance requirements
.5 Reporting requirements
.6 Other issues as may be raised by either party

1.6 QUALITY ASSURANCE


.1 Reference Standards:
.1 Ontario Provincial Standards for Roads & Public Works
.1 OPSS 501, Construction Specification for Compacting
.2 OPSS 1001 Material Specification for Aggregates General.
.3 OPSS 1004 Material Specification for Aggregates Miscellaneous.
.4 OPSS 1010 Material Specification for Aggregates - Base, Subbase,
Select Subgrade, and Backfill Material.
.5 OPSS 1359 Material Specification for Unshrinkable Backfill
.2 ASTM International (ASTM):
.1 ASTM Dl556M, Test Method for Density and Unit Weight of Soil In
Place by the Sand-Cone Method.
.2 ASTM Dl557, Test Method for Laboratory Compaction Characteristics
of Soil Using Modified Effort.
.3 ASTM D2419, Sand Equivalent Value for Soils and Fine Aggregate.
.4 ASTM D6938, Test Methods for Density of Soil and Soil-Aggregate in
Place by Nuclear Methods (Shallow Depth).

1.7 JOB CONDITIONS


.1 The Contractor shall:
.1 Verify all dimensions in the field and check all field conditions continuously
during construction.
.2 Perform all required removal, repair, or replacement caused by unsuitable
conditions at no cost to the City.
.3 Use equipment adequate in size, capacity, and numbers to accomplish the work
of this section in a timely manner.
CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 4 OF 6

.4 Acceptability of compacted fill will be based upon inspection and testing. The
Owner will advise Contractor immediately of any unsatisfactory conditions and
shall have the authority to measures are taken to comply with the Specifications,
or to direct the removal of unsuitable materials and their replacement with
suitable backfill. It shall be the Contractor's sole responsibility to achieve the
specified degree of compaction.

1.8 SEQUENCING AND SCHEDULING


.1 Allow the concrete structure to cure and reach 100% of the compressive strength as
shown on the drawings or approved by the Contract Administrator prior to beginning the
earth backfill operations on top of the structure.

1.9 PRODUCT DELIVERY, STORAGE, AND HANDLING


.1 During excavation of the shaft, spoil material for backfill of the shaft may be stockpiled
in the vicinity of the shaft as indicated on approved Working Drawings.

1.10 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to providing and installing backfill as
specified herein or as necessary to fill behind the final concrete structure and the
excavation support system and no separate payment shall be made.

Part 2 General

2.1 MATERIALS
.1 Structural backfill: Per Section 02315, Excavating, Trenching and Backfilling

.2 Unshrinkable backfill: Per OPSS 1359, Material Specification for Unshrinkable Backfill

.3 Contact Grout: Per Section 02455, Contact Grouting

.1 Soil imported to the Site must be tested and confirmed suitable for use at the site
prior to transport in accordance with the MOECCs Soil BMP. Imported soil
must meet the Table 1 MOECC standards and be tested at a frequency no greater
than one sample per 200 m3 unless otherwise determined by the Contractors QP.
The Contractor must provide to the Contract Administrator the name of the
supplier and source of the imported soil, and including the analytical data a
minimum of 2 weeks prior to importing fill to the Site so that there is
preapproval by the Contract Administrator before importation begins. The
Contractors QP will develop a Fill Management Plan in accordance with the
MOECCs Soil BMP and follow the procedures therein for receipt, management
and documentation of the imported soil.

.2 Granular material from a commercial sand and gravel pit or quarry licensed by
the Ministry of Natural Resources pursuant to the Aggregate Resources Act,
R.S.O. 1990, c. A .8 can be imported to the site provided that the quarry license
number is documented and provided to the Contract Administrator within two
CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 5 OF 6

weeks of importation. If the granular material or crushed concrete is from a


noncommercial source, the material must be assessed by the Contractors QP at
the Contractors cost to determine that the quality is acceptable.

Part 3 Execution

3.1 PLACING AND COMPACTING FILL


.1 Structural Backfill:
.1 Place structural backfill material to the lines and grades shown or specified, and
per Section 02315, Excavating, Trenching and Backfilling.
.2 Do not exceed loose lifts of 200 mm, or 100 mm if hand compaction equipment
is used.
.3 Compact each lift to 95% of maximum dry density compaction (OPSS 501),
unless otherwise shown in the Contract Drawings.
.4 Perform compaction density testing of fill as required by these Specifications.
.5 Stop structural backfill at least 700 mm below finished grade.
.6 Demolish the top of the secant piles or other structural shaft supports to a
minimum of 2.0 m below final grade of the site.
.7 Complete backfilling of the shaft excavation.
.8 Restore surface area.

.2 Moisture Control:
.1 During the compacting operations, maintain optimum practicable moisture
content required for compaction purposes in each lift of the backfill material.
.2 Maintain moisture content uniform throughout the lift. Add water to the material
at the site of excavation or material stockpile. Supplement by sprinkling the
backfill material.
.3 At the time of compaction, the water content of the material shall be between 1
and 3 percent above optimum water content. Aerate material containing
excessive moisture by scarifying, disking, or harrowing to hasten the drying
process.

.3 If compaction fails to meet the specified requirements, remove and replace the backfill at
proper density or bring the density up to specified level by other means acceptable to the
Contract Administrator. If the compaction methods used fails to achieve the required
degree of compaction, revise the compaction method to achieve the required compaction.

3.2 MAINTENANCE AND REPAIR/RESTORATION


.1 Groundwater Control: The Contractor shall control the groundwater in accordance with
the requirements of Section 02140, Groundwater Control throughout the duration of
construction work at the shaft, including the time required to backfill the shaft; sump
pumping of water may be required.
CITY OF OTTAWA SECTION 02412
COMBINED SEWAGE STORAGE TUNNEL SHAFT BACKFILL
CONTRACT NO. ISD14-2036 PAGE 6 OF 6

.2 On completion of backfilling of the shaft, all shaft initial support including secant walls,
shaft collar, fencing, and any other temporary feature installed to facilitate construction
at the site, shall be demolished and removed to a depth of 2.0 m below the surface of
final grading.

.3 Restore shaft site as required on the restoration drawings.

3.3 FIELD QUALITY CONTROL


.1 It is the Contractor's sole responsibility to perform compliance testing for the compaction
requirements as described below and following the requirements of Section 01450,
Quality Control. If there are any discrepancies between this Section and Section 01450,
Quality Control, this Section shall govern with respect to Shaft Backfill. The Owner may
perform additional testing. Such testing does not relieve the Contractor from the duties
of complete quality control testing and record keeping of test results for all backfilling
operations.

.2 Sample backfill materials per OPSS 1004.

.3 Determination of laboratory maximum dry density and optimum moisture:


.1 Determine laboratory moisture-density relations of soils by ASTM D1557.
.4 In-place Density Testing:
.1 Contractor's geotechnical testing firm is required to determine the density of the
backfill material in place by sand cone or nuclear density methods in accordance
with ASTM D1556M.
.2 Location for compaction tests shall be designated by the Owner prior to testing.
.3 The minimum depth for the sand cone test hole shall be 300 mm. The minimum
size shall be 200 mm and a size 16/30 or 10/20 silica sand shall be used.

.5 Compaction Testing Frequency:


.1 Perform two compaction tests meeting the compaction requirements for every
three lifts of loose fill.
.6 Compaction shall be deemed to comply with the specifications when no compaction test
falls below the specified relative compaction.

.7 If compaction fails to meet the specified requirements, the affected lifts shall be
reworked and re-compacted. Confirmation tests for remedial work shall be double the
number of tests specified for initial compaction density tests.

.8 Additional compaction tests may be taken by the Owner as described above to verify
compliance with these requirements. These tests shall not relieve the Contractor from its
testing requirements. Accommodate the Owner in conducting these tests and provide free
access as required by the Owner.

END OF SECTION
CITY OF OTTAWA SECTION 02415
COMBINED SEWAGE STORAGE TUNNEL STEEL SHEET PILING
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 SCOPE OF WORK


.1 The Work for this Section includes design, furnishing and installation of steel sheet piles
as excavation support for shaft 4 should the Contractor elect to not install secant piles
due to space limitations.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01355 - Disposal of Excess Material

.3 Section 01560 - Temporary Barriers and Enclosures

.4 Section 01710 - Tunnel and Shaft Safety

.5 Section 02140 - Groundwater Control

.6 Section 02150 - Excavation Support System

.7 Section 02400 - Shaft Construction

.8 Section 02412 - Shaft Backfill

.9 Section 02437 - Rock Reinforcement and Excavation

.10 Section 02439 - Pre-excavation Grouting from Surface

.11 Section 02444 - Tunnel and Shaft Ventilation and Utilities

.12 Section 02455 - Contact Grouting

.13 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.14 Section 02482 - Noise and Vibration Monitoring

.15 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

1.3 REFERENCES
.1 All open cut work shall be performed in accordance with all applicable provincial and
local regulations, codes, and standards.

1.4 DESIGN CRITERIA


.1 Conform to Section 02400, Shaft Construction.

.2 Additional design criteria specific to sheet piles for shaft ground support:
.1 Interlocks shall be fully engaged to prevent soil migration into the excavation
and to limit or prevent groundwater infiltration.
CITY OF OTTAWA SECTION 02415
COMBINED SEWAGE STORAGE TUNNEL STEEL SHEET PILING
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.2 Sheet shall be installed plumb, within 1 per cent of vertical.

1.5 PERFORMANCE REQUIREMENTS


.1 Conform to Section 02400, Shaft Construction.

1.6 SUBMITTALS
.1 Conform to Section 02400, Shaft Construction.

.2 Submit qualifications of sheet pile installer.

.3 Submit information from the manufacturer that indicates the sheet piling meets or
exceeds the material requirements for the anticipated ground conditions described in the
GBR.

.4 Submit verification from the manufacturer that the hammer can deliver the required
energy to install the sheet piles efficiently.

.5 Submit splice locations, if necessary, for review and acceptance by Contract


Administrator prior to installation.

.6 Provide design calculations and drawings for steel sheet piles and groundwater cut-off
that are prepared, stamped, and signed by a registered Professional Engineer licensed in
the Province of Ontario.

1.7 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to construct excavation support with
steel sheet piles as shown on the Contract Drawings and specified herein and no separate
payment shall be made.

Part 2 Products

2.1 GENERAL
.1 The Contractors excavation support system design engineer shall specify the excavation
support system material requirements in accordance with the submitted designs. The
materials, however, shall meet the minimum requirements listed below.

.2 Incorporation of used prefabricated elements into excavation support systems is


permitted, provided the strength and stability of used elements is verified prior to
incorporation, and allowances made for lost strengths, if any, due to existing damage or
deterioration.

2.2 MATERIALS
.1 Materials used in construction of the workshaft excavation support systems shall meet
these requirements:
CITY OF OTTAWA SECTION 02415
COMBINED SEWAGE STORAGE TUNNEL STEEL SHEET PILING
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.1 Structural Steel: Conform to CAN/CSA-G40.21-04, Grade 300W unless


approved otherwise.
.2 Steel Sheet Piles: ASTM A857.
.3 Steel sheet piles and interlocks shall not have kinks, camber or twists that would
prevent the pile from reasonably free sliding to grade.

Part 3 Execution

3.1 GENERAL
.1 General Procedures: Conform to Section 02400, Shaft Construction.

.2 Excavation: Conform to Section 02400, Shaft Construction.

3.2 INSTALLATION OF STEEL SHEET PILING


.1 All welding or gas cutting shall be in accordance with the current standards of the
American Welding Society.

.2 Driving of sheet piles will be allowed provided that the noise is within the permitted
range or if a noise exemption is received from the City.

.3 Sheet piles shall be installed in plumb position with each sheet pile interlocked with
adjoining piles for its entire length so as to form a continuous diaphragm throughout the
length of each run of wall, bearing tightly against original ground. Sheet piles shall be
installed to top of rock. Care shall be exercised in driving so that interlocking members
can be extracted without damaging adjacent structures or utilities. The methods of
driving, cutting, and splicing shall conform to the shop drawings prepared by the
Contractors design engineer.

.4 Sheet pile corners shall be installed with interlocks and bulbs properly engaged for full
depth of sheet piles. If interlocks and bulbs cannot be properly engaged for full depth,
Contractor shall take measures that may include continuous welding of corner
connections, to seal all cracks to avoid inflows of soils and minimize or prevent
groundwater infiltration.

.5 Internal supports, including walers, struts, and corner braces, shall be installed
sequentially as the shaft is excavated. At no time shall the unsupported excavation depth
exceed the design spacing plus 0.6 metre of horizontal support members as shown on
approved submittals. All internal supports shall be installed within plus or minus 75mm
of design locations shown on approved submittals.

.6 Safety rails shall be installed in accordance with applicable safety regulations.

.7 A driving head shall be used and any piling which is damaged in driving or which has
broken interlocks between sections shall be pulled and replaced at Contractors expense.

3.3 BACKFILL
.1 Shafts to be backfilled shall be backfilled in accordance with Section 02412, Shaft
Backfill.
CITY OF OTTAWA SECTION 02415
COMBINED SEWAGE STORAGE TUNNEL STEEL SHEET PILING
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

3.4 REMOVING OF GROUND SUPPORT SYSTEM


.1 Conform to Section 02400, Shaft Construction.

END OF SECTION
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 1 OF 30

Part 1 General

1.1 SCOPE OF WORK


.1 The Work specified in this Section includes one-pass rock tunneling of the EWT and
NST by tunnel boring machine (TBM) capable to create and work in full pressurized
mode (pressurized face) that balance the groundwater pressure. The TBM can be an earth
pressure balance tunnel boring machine (EPBM) or slurry tunnel boring machine
(STBM) in accordance with the Contract Documents. The Contractor is responsible for
providing the design of the Work and the selection and complete design of the tunnel
boring machine and the tunnel construction systems.

.2 Tunneling in an open-mode is allowed except in the tunnel sectors defined below:


.1 From chainage 6+990 to chainage 6+720 (Rideau River)
.2 From chainage 5+090 to chainage 5+000 (rock valley)
.3 From chainage 3+100 to chainage 2+850 (Rideau Canal)
.4 From chainage 1+160 to chainage 1+090 (LeBreton Flats)

.3 Drill and blast for excavation of the EWT and NST is not allowed.

.4 Tunneling by pipe jacking is specified in Section 02440, Pipe Jacking.

.5 Rock tunneling of the main tunnels shall include fabrication, transportation, testing,
installation and launch of the TBM; installation and use of all other tunnel excavation
equipment; the excavation, handling, removal, and disposal of all materials encountered
in the tunnel excavation; installation of the precast concrete tunnel lining (PCTL) for a
finished internal diameter of 3000 mm; installation of initial tunnel support different than
the PCTL as specified in Section 02437, Rock Reinforcement and Excavation when
required; groundwater control; temporary drainage, tunnel ventilation, lighting, and
wiring; tunnel safety; tunnel final lining; and all incidental work necessary to complete
the work in accordance with the Contract Documents.

.6 The main tunnel shall be excavated by either new or reconditioned tunnel boring
machines capable of working in a pressurized mode. All other tunnels related to the
EWT and NST, including starter tunnels, tail tunnels, junctions and connecting tunnels
are assumed to be excavated using hand mining or other mechanized means such as
hydraulic hammer or roadheader.

.7 The excavated size of the tunnels shall be determined by the Contractor based on
construction requirements for installing the final lining, subject to the limitations on
crown height and/or diameter shown on the Contract Drawings. Excavate the tunnel to
the selected size; to the shape, line, and grade shown on the Contract Drawings; and to
within the tolerances specified herein.

.8 Select and utilize methods and equipment compatible with the selected dimensions of the
tunnel and with the anticipated geologic conditions described in the Geotechnical
Baseline Report (GBR).
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 2 OF 30

.9 Patch all bolt pockets, shear pin sockets and surface imperfections on precast segmental
lining of the tunnels.

.10 Clean all tunnels including, but not limited to, the removal of all visible dust, dirt, oils
and other foreign matter and materials from all interior tunnel surfaces.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01355 - Disposal Excess Material

.3 Section 01705 - Contract Work Health and Safety Clauses

.4 Section 01710 - Tunnel and Shaft Safety

.5 Section 02140 - Groundwater Control

.6 Section 02228 - Blasting

.7 Section 02400 - Shaft Construction

.8 Section 02412 - Shaft Backfill

.9 Section 02437 - Rock Reinforcement and Excavation

.10 Section 02440 - Pipe Jacking

.11 Section 02444 - Tunnel and Shaft Ventilation and Utilities

.12 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.13 Section 02481 - Tunnel Deformation Monitoring

.14 Section 03420 - Precast Concrete Tunnel Lining

1.3 REFERENCES
.1 Occupational Health and Safety Act (OHSA), O. Reg. 632/05.

.2 Occupational Health and Safety Act (OHSA), O. Reg. 213/91.

.3 CSA A23.1, Concrete Materials and methods of Concrete Construction.

.4 CSA A23.2, Test Method sand Standard Practices for Concrete

.5 American Petroleum Institute: API 13A Oil Well Drilling Fluid Materials.

.6 Environmental Protection Act, R.R.O. Regulation 347, General Waste Management, as


amended;
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 3 OF 30

.7 Environmental Protection Act, R.S.O. 1990, c. E. 19, Ontario Regulation 153/04,


Records of Site Conditions - Part XV.I of the Act, as amended

.8 Management of Excess Soil A Guide for Best Management Practices, prepared by the
MOECC, dated January 2014.

1.4 DEFINITIONS
.1 Abrasion: Detrimental wear of TBM and plant components from excavation and muck
handling processes.

.2 Cutter Head: Rotating tool or system of tools on common support excavating at face of
bore.

.3 DTA: Design Tunnel Axis.

.4 Earth Pressure Balance (EPB) TBM: A TBM with a pressure bulkhead located behind
the tunnel face that forms an excavation or mixing chamber under pressure. The sealed
system balances hydrostatic and earth pressures against the inflow of ground and water
during excavation. Conditioners are injected into the excavation chamber to be mixed
with material which is excavated by a rotary cutterhead. The spoil mix is extracted by
means of a sealed screw conveyor in an operation integrated with the TBM advance to
ensure continuous support of the tunnel face. EPBM that utilizes pressure relieving gates
are not acceptable.

.5 Excavated Profile: Shown on the Contract Drawings that defines the tunnel cross-
section.

.6 Full Pressurized Mode: The tunnel face is continuously supported in closed mode at a
pressure no less than the groundwater pressure at the invert level plus the effective,
active ground pressure acting on the tunnel face.

.7 Muck: Excavated material consisting of a mixture of soil and/or rock cuttings and water,
removed from the tunnel. Muck may also include conditioner, bentonite, and polymer,
fragments of wood, cobbles, and boulders.

.8 Open Mode: The pressure in the TBM excavation chamber is equal to the atmosphere air
pressure in the lined tunnel. The excavation chamber may be full or partially full with
spoil.

.9 Overbreak: Excavation that occurs beyond the excavation limits shown on the Contract
Drawings.

.10 Precast Concrete Tunnel Lining (PCTL): Precast concrete segments that are bolted or
dowelled together inside the TBM tail shield to form contiguous gasketed, watertight
tunnel lining rings.

.11 Probe Hole: An exploratory hole drilled ahead of the excavation face to investigate
ground and/or groundwater and gas infiltration conditions.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 4 OF 30

.12 Pressurized Face Mode: Operation of the TBM with a filled pressure chamber with
active face support pressures that balances the pore pressure within the rock mass at all
times to minimize impact on sensitive clays.

.13 Rock Tunnel: A tunnel driven in dense, consolidated natural material, delineated on the
boring logs as Billings, Lindsay or Verulam Formations or other rock types as described
in the GBR.

.14 Rock Tunnel Excavation: Performing all operations for excavating and supporting the
excavated tunnel in rock, conforming to the geometry, criteria, and line and grade
indicated on the Contract Drawings.

.15 Slurry TBM (STBM): A TBM with a pressure bulkhead located behind the face to form
an excavation chamber under pressure. Bentonite slurry and/or other liquid medium is
introduced into the excavation chamber under controlled pressure that balances
hydrostatic and earth pressures that stabilize the face and to be mixed with material
excavated by the rotary cutterhead. The resultant slurry, with cuttings, is removed by
pumping in an operation integrated with TBM advance. The spoil mix is extracted by
means of a pumping system. The spoil is processed in a separation plant that removes the
Bentonite or other conditioning material for reuse.

.16 Starter and Tail Tunnels: Short sections of tunnel, excavated at the base of the
construction shafts for Contractor's convenience for the purpose of installing the TBM
and its trailing gear during start-up, storage, etc.

.17 Tunnel Boring Machine (TBM): In this project, a fully shielded (360-degree shield) with
a rotary wheel cutter head and cutters for excavation, ground control, steering, precast
concrete lining erector for ring assembly and advances using propulsion cylinders that
thrust against the precast concrete tunnel lining within the tail shield and is capable of
creating and maintaining a pressurized face during mining to balance earth and/or
groundwater pressure when required, including trailing gear and support equipment
required for performing tunnel excavation.

.18 Tunnel Construction Water: All water, whatever the source, pumped from shaft and
tunnel excavations.

.19 Tunnel Launch: Exit of the TBM from a portal or launching shaft through an "eye" that
is cut or formed within the wall of the portal or the launching shaft or excavation support
system.

.20 Tunnel Reception: Entry of the TBM into a portal through an "eye" that is cut or formed
within the wall of the portal or the receiving shaft or excavation support system.

1.5 SUBMITTALS
.1 The Contractor shall submit to the Contract Administrator for review, plans, details and
data including compliance with the requirements of the Contract Drawings. Such review
shall not be construed to relieve the Contractor in any way of responsibilities under the
Contract. Contractor shall not commence work on any items requiring a tunneling work
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 5 OF 30

plan or other submittals until the submittals have been reviewed and accepted by the
Contract Administrator.

.2 Preconstruction submittals: At least 60 days before commencement of tunneling


operations or as stated otherwise submit the following:
.1 Tunnel Work Plan: Submit a detailed work plan of all proposed tunnel
construction operations and initial support provisions for all tunnel intersections
and any enlargements or additional excavations required for the Contractors
own convenience. Include details of proposed methods and procedures for
excavating the tunnel; hauling and disposal of tunnel muck; initial support
methods and installation procedures; face support; ventilation; illumination;
procedures for handling, control, treatment, and disposal of water; types of
equipment to be used; equipment specifications; and other pertinent data
requested by the Contract Administrator.
.2 Initial face pressure calculations shall be provided at least 60 days before tunnel
launch in a clear and understandable format with all assumptions and input
parameters documented.
.3 TBM face pressure tables shall be submitted for all ground, a minimum distance
of 300 m ahead of any active TBM face on a rolling, weekly basis. Calculations
shall be made every 10 m, or less. This shall include the sections whether no or
nominal face pressures are planned. Submit the tables to the Contract
Administrator for review.
.4 Provide documentation of average face pressures employed referenced to ring
number on a weekly basis at the end of each week
.5 Muck conditioning and slurry materials, composition, mixes, target injection
rates including environmental acceptance testing regime.
.6 Tunnel construction cycle and associated logistics, including:
.1 Details of open to fully-pressurized mode EPBM conversion, including
procedures and average time period of the conversion.
.2 Tunnel lining installation;
.3 Mucking operation in the tunnel and shaft;
.4 Shift organization and control;
.5 Logistical supply in the tunnel and shaft;
.6 Routine shutdown and start-up of the tunnel operation.
.7 Operation of TBM guidance system, including:
.1 Configuration of proposed laser guidance system including supporting
laser theodolite in tunnel, coordinating its advance with that of TBM,
communications between theodolite, guidance system and surface; and
location of targets.
.2 Operation of laser guidance system including format, translation, and
input of design alignment data into guidance system.
.3 Design alignment data.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 6 OF 30

.4 Procedure for machine tunneling in the event of malfunction of the laser


guidance system.
.8 Shop Drawings: Submit detailed Shop Drawings and pertinent descriptions, data
and calculations for all items to be incorporated into the finished work. The Shop
Drawings and calculations shall show compliance to specified requirements and
applicable codes and shall bear the seal, signature and date of a professional
engineer registered in Province of Ontario. As a minimum, include the
following:
.1 The Shop Drawings shall include reinforcement details, joint details,
joint cushion materials, and fabrication tolerances.
.2 Design calculations and drawings for each initial support system
proposed including assumed Engineering parameters and design loading
conditions and anticipated ground behavior. Indicate approximate areas
where the proposed initial support systems will be installed. Design
calculations shall also include:
.1 Structural calculations as per Section 03420, Precast Concrete
Tunnel Lining indicating that initial supports selected can safely
withstand handling and tunnel boring machine jacking loads, as
applicable.
.2 Drawings and calculations for any modifications or alternatives
to the details indicated on the Drawings.
.9 Water Control Plan:
.1 Submit temporary drainage provisions and details for control and
disposal of construction water, surface water, and groundwater in
accordance with Section 02140, Groundwater Control and Section
02480 Geotechnical and Structural Instrumentation and Monitoring.
Baseline estimates of groundwater inflows are contained in the GBR.
.2 Submit materials and procedure to line the tail tunnel at Site 10 should
Contractors construction schedule expect the tail tunnel to be in
operation for more than 150 days. Total groundwater inflow into shaft
10 including tail tunnel shall not exceed 300 L/day.
.10 Tunnel Excavated Materials Handling Plan:
.1 Submit detailed information on the handling and transport of excavated
materials within the tunnels and shafts and in the vicinity of the
Construction shafts, including: means of conveyance, detailed
information of conveyor systems equipment, excavated materials
handling systems within the shaft areas, location(s) of temporary
stockpile site(s), means and methods of conveyance, handling, loading,
transporting and disposal of excavated materials at the surface.
.2 Comply with Section 01355, Disposal Excess Material.
.11 Stockpiling Plan: Submit a plan showing the location(s) of temporary stockpile
site(s) and copies of release(s) from affected property Owner(s) if applicable.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 7 OF 30

.12 Product Data. Submit Product Data for the Tunnel Boring Machine (TBM)
information including the TBM manufacturer, model number, and the following
information. Additional information to be provided in submittal shall include:
.1 TBM Operators Manual
.2 Drawings of TBM showing design, dimensions, method of operation,
face control capability including mining modes, cutterhead, cutter type,
size and arrangement of cutters, propulsion system, articulation
provisions, support erection and installation systems, trailing gear, and
alignment control system, (consisting of primary and secondary
controls).
.3 Description of tunneling equipment features designed or selected to be
compatible with the expected ground and groundwater conditions
including: cutterhead horsepower and drive system details; torque,
rotation speed, and reversibility; machine thrust; thrust per cutter;
propulsion system, including thrusting mechanisms; and provisions to
install and partially expand precast lining within tail shield; and total
weight.
.4 The TBM manufacturers product information, machine details and
working arrangement drawings, specifications, operating procedures,
and other data pertinent to the performance of the TBM for the
anticipated rock mass and groundwater conditions.
.5 Description and drawings/details of the trailing equipment, articulation
features, muck handling system, lighting and ventilation systems, and
proposed water control and monitoring provisions.
.6 Description and drawings for arrangement of dust control system,
continuous gas monitoring system, safety systems, air quality monitoring
system, communications and other ancillary equipment.
.7 Temporary and back-up power systems.
.8 Description of procedures for TBM demobilization and removal from
the tunnel.
.9 Location of spare main bearing, list of spare parts to be maintained
onsite, and other information requested by the Contract Administrator.
.10 Used Tunnel Boring Machine: In addition to the information required
herein, for a proposed used TBM, submit the following additional
information:
.1 The year originally fabricated and released for operation and the
name of current Owner, with location, phone number, and
contact person.
.2 The experience record of the proposed TBM including the
project names, excavated diameter, total operated hours, hours
on main bearing, utilization, and rebuild records of major
components.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 8 OF 30

.3 Machine manufacturer or re-builder certifications for the


cutterhead; drive train, including motors, clutches, gear boxes,
pinion gears, bull gear and other components; main bearing and
main bearing seals; hydraulic system, including pumps, pistons,
cylinders, seals, and other components; electrical system; and
muck buckets and muck removal system
.13 Other Pre-construction submittals:
.1 Details of the ventilation system including type, size and location of all
fans, supply and exhaust ducts, scrubbers, noise attenuation devices and
other ventilation system components.
.2 Details and procedures of tunnel safety provisions including: water, gas
and air quality monitoring equipment and procedures, communication
equipment and procedures, emergency evacuation and rescue response
procedures, and other safety related information and procedures as may
be requested by the Contract Administrator.
.3 Details of noise control measures.
.4 Details of survey equipment, methods and procedures proposed for
alignment and grade control within the specified tolerances. The initial
submittal shall detail the Contractors complete procedures on the
operation of the guidance system, frequency of setups on tangents and
on curves, bringing the line and grade into the tunnel, and independent
verification measures to check the accuracy of the surveys.
.5 TBM alignment input data. Submit spreadsheet tabulation detailing
Easting, Northing and Level at each ring centerline. Highlight any
locations where planned TBM centerline deviates from designed
segmental tunnel centerline.
.6 Details of the system for transport of materials, equipment and
personnel, including: type and number of locomotives, muck cars,
personnel transport cars, concrete delivery equipment and other
equipment and machinery to be used; track configuration and layout,
including location of permanent and portable switches and car passes as
well as cross section drawings illustrating locations for utilities,
conveyors systems and any other equipment within the tunnel areas
allowing adequate clearance for passing trains; the proposed train
operation and signal configuration.
.7 TBM cutting head maintenance, including:
.1 Procedure for inspections and replacement of cutting tools.
.2 Sample cutting head condition report covering position of
replaced cutting tools, degree of wear on replaced items, and
existing condition of all remaining tools.
.3 Cutterhead entry procedure including measures to provide face
support and control water ingress during periods of extended
stoppage (longer than 12 hrs).
.8 Launching of the TBM, including:
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 9 OF 30

.1 TBM hoisting details including calculations to demonstrate the


impact of the proposed hoisting method on the shaft initial
support and lining.
.2 Details of TBM launching sequence thrust frame or other
launching configuration and invert slab or skid plate details.
.3 Details of proposed measures for launching of TBM such as
temporary shaft wall and tunnel crown support and including
details of any additional excavations and measures for initial
support of such excavations.
.4 Launching TBM in fully-pressurized mode. Procedure for filling
the mixing chamber at the initial launch, and also following
partial or complete emptying of the chamber for access during
production tunneling. Provide the procedure for activation of
EPB mode at commencement of mining at launch or re-launch.
For a slurry TBM the procedure for filling of forward chamber
with slurry and means of preventing loss of slurry from the
cutterhead during launch and/or re-launch process.
.9 TBM hole-through and removal procedures including:
.1 TBM hoisting details including calculations to demonstrate the
impact of the proposed hoisting method on the shaft initial
support and lining.
.2 Any alterations to TBM operational parameters (e.g., earth
pressure reductions) to be made prior to termination of mining.
.3 Details of proposed measures for reception of TBM such as
temporary shaft wall and tunnel crown support and including
details of any additional excavations and measures for initial
support of such excavations.
.4 Invert slab or skid plate details for reception of TBM.
.5 Removal of temporary invert and supports.
.6 Removal of TBM trailing gear and utilities.
.10 Tunnel surveying, including:
.1 Proposed tunnel survey equipment.
.2 Verification of control line monuments and coordinates
established by the Owner as being correct and suitable for
setting out the Work.
.3 Back-up survey of motorized laser theodolite coordinates and
tunnel bench marks including frequency and methodology to
achieve specified accuracy.
.11 Annular grouting, including:
.1 Two-component grout mix designs, including additives and
sources and properties of all components.
.2 Location of grout plant.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 10 OF 30

.3 Grout delivery system.


.4 Testing procedures.
.5 Accelerator dosing.
.12 Handling of spoil, including:
.1 Monitoring and recording volumes during excavation cycle, and
comparing with theoretical excavation volumes.
.2 Conveying and muck removal systems, including maintenance
requirements.
.3 Transfer facilities at the shaft sites, including environmental
controls.
.4 Disposal locations and haul routes.
.5 Documentation from disposal facility confirming acceptance of
tunnel spoil.
.13 Contingency plans, addressing:
.1 Machine entrapment.
.2 Jammed cutting head.
.3 Excessive abrasion or loss of cutter tools on the cutting head of
the TBM.
.4 Replacing main bearing and seals underground.
.5 Methane or other explosive or hazardous gasses encountered.
.6 Contingency plan for signs of ring instability, excessive ring
squat, segment cracking or if excessive ground deformations are
detected.
.7 Measures to be implemented if commercial electric power to
TBMs and support system is interrupted.
.8 Measures to be implemented for high groundwater inflows into
the excavation chamber or through the spoil extraction points.
.14 Comply with Section 02140, Groundwater Control.
.15 Procedures for maintaining pressurized mode when required
.16 Schematic design of remote computer data logging system, including
sample screen displays.

.3 Reports and Records: During tunneling, submit daily survey notes for line and grade
checks indicating any deviation from line and grade indicated by the laser control
system. Provide immediate notification to the resident Contract Administrator if position
monitoring or surveying indicates that line or grade limits have been exceeded. Also
provide immediate notification to the resident Contract Administrator if monitoring in
the tunnel or geotechnical instrumentation indicates any unexpected behaviour. Submit
tunnel shift reports with required tunneling data indicating for each lining segment
advance. Submit these reports to the Contract Administrator not later than the end of the
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 11 OF 30

next working day following the shift worked. The tunneling data submittals shall include
but not be limited to:
.1 General Shift Report: Prepare a shift report of tunnel construction work for each
shift worked, and provide the Contract Administrator with one copy of the shift
report on the following work day. The following information shall be included in
these reports:
.1 Time and location of tunnel face(s) by station at start and end of each
work shift.
.2 Method(s) of tunnel excavation utilized, and where.
.3 Number of precast lining rings installed.
.4 Initial Support system measurements, including records of any observed
deformation.
.5 Survey records of tunnel excavation including the offset from design
line-and-grade, including corrective steering course for line and grade
deviations. For all measurements taken, calculate differences between
actual and theoretical positions. Submit all information together with
copies of a graphical representation of differences from theoretical.
.6 TBM roll and cutterhead attitude for each TBM thrust cycle.
.7 Description of the ground, its behavior, and notes regarding occurrences
such as work delays and equipment malfunction, including the station or
location and time of each occurrence.
.8 Location and estimate of volume of groundwater inflows, including
method of estimation.
.9 Crew size and employee classification.
.10 Downtime and causes for downtime.
.11 Air quality monitoring and ventilation records.
.2 TBM Shift Report: Prepare a TBM shift report for each shift in which the TBM
was operating, which shall further contain the following information:
.1 TBM performance information, including the stations for each advance
of the TBM, the TBM clock time at the start and end of each shift, the
thrust pressure for each thrust cycle and each thrust ram, time at the
beginning and end of each cycle, TBM operating horsepower, and an
identification of all TBM downtime, including classification and
duration. Categories of downtime identified shall include as a minimum
TBM repair, cutter changes, installation of Initial Support, groundwater
inflow, gas inflow, power outages and electrical repair, trailing gear
difficulties, muck disposal delays, hydraulics repair, alignment survey,
and routine maintenance.
.2 TBMs clock record of utilization, penetration rates, and operating
hydraulic pressures.
.3 Number and location of TBM cutters changed and specific reasons for
the change. Each TBM cutter is to be uniquely identified to accurately
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 12 OF 30

track cutter changes, distinguishing between new cutters and refurbished


hubs with new cutting rings. The cutter change information shall clearly
identify the position of the cutter, the reason for the cutter change, the
tunnel stationing and date each cutter was initially installed and when it
was replaced.
.4 Results of all quality control tests on foam, polymers, bentonite and
other muck conditioners used for the previous day.
.5 Face pressure used.
.6 Grout volume pumped per ring.

.4 Bolt pocket and shear pin sockets patching work plan: Submit a detailed work plan for
patching all bolt pocket and shear pins 30 working days prior to commencing Work,
including, as a minimum, the following information:
.1 Materials, methods, procedures, types of equipment and sequences for precast
segment bolt pocket and shear pin sockets patching.
.2 Drawings illustrating the above as necessary.

.5 Underground Cleaning Work Plan: Submit a detailed work plan for all tunnel cleaning
operations 30 working days prior to commencing Work, including, as a minimum, the
following information:
.1 Methods, procedures, types of equipment and sequences for cleaning.
.2 Disposal of solid and liquid waste materials generated during the tunnel
cleaning.
.3 Ventilation and illumination.
.4 Drawings illustrating the above as necessary.

.6 Reports and Records:


.1 Cleaning and Patching Shift Report. Prepare a report for each shift worked at
each heading, and provide the Contract Administrator with one copy of the
report on the following Day. Include in this report the start and end time,
location of the Work places and progress by station.

1.6 EXISTING CONDITIONS


.1 The Contractor shall be responsible for the protection of all utilities encountered during
the Work. The known utilities are shown on the Contract Drawings and the Contractor
shall take every precaution when working near the utilities to locate and protect these
utilities. All damage to, or resulting from, damage to the existing utilities shall be the
sole responsibility of the Contractor and the Contractor shall replace, repair, remedy, or
compensate for all damages at no additional cost to the Owner.

.2 The Contractor shall be responsible for the protection of all structures, roads and
railroads above or adjacent to the tunnel, within the framework and criteria set forth in
the Contract Documents.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 13 OF 30

1.7 SAFETY
.1 Conform to Section 01705, Contract Work Health and Safety Clauses, Section 02444,
Tunnel and Shaft Ventilation and Utilities and Section 01710, Tunnel and Shaft Safety.

1.8 QUALITY ASSURANCE


.1 Qualifications:
.1 The actual work shall at all times be performed under the direct supervision of
an approved, experienced Project Superintendent with at least 10 years recent
on-the-job supervision experience on similar projects involving tunnels of
similar size constructed by similar methods and in similar ground conditions.
.2 Each EPBM or STBM operator shall have at least 3 years continuous
demonstrated experience tunneling as the EPBM operator with Contractors
proposed equipment in similar ground conditions.
.3 Each EPBM or STBM operator shall have constructed at least 1 tunnel greater
than 2,000 m in length of similar size and lining configuration with similar
equipment.
.4 All EPBM or STBM operators and tunneling superintendents shall read the
Geotechnical Baseline Report (GBR) and familiarize themselves with the
geotechnical conditions to develop their means and methods to suit the baseline
conditions.
.5 EPBM or STBM Mechanic or Electrician: 5 years as a TBM mechanic or
electrician.
.6 Key personnel operating and maintaining EPBM or STBM, including the
guidance system, must have received training from the manufacturers. Proof of
training (i.e. certification from manufacturer) shall be provided.
.7 Chief Tunnel Surveyor: 5 years of experience on heavy civil construction that
shall include supervision of survey crews, and 2 years of experience supervising
survey crews in tunnel construction.
.8 Each surveyor responsible for tunnel surveying shall have had previous
experience with the TBM laser guidance system or have attended instructional
courses by the supplier of the system. Proof of training (i.e. certification from
manufacturer) shall be provided.
.9 Before machine start-up, the manufacturer shall train the EPBM or STBM
operators, mechanics, and the Contractors master mechanic(s). The machine
manufacturer shall certify in writing that the operators and master mechanic(s)
have completed this training on similar equipment and at manufacturers plant
for this projects equipment and are qualified and prepared for machine
operation.

.2 The Contractor shall establish and maintain quality control for operations under this
section to assure compliance with the contract requirements and maintain records of
quality control for materials, equipment, and construction operations.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 14 OF 30

.3 The Contractor shall keep and maintain at the construction site a complete set of field
drawings for recording as-built conditions. It shall have marked or noted thereon all field
information, properly dated, recording as-built conditions. This set of field drawings
shall be kept up-to-date during the course of the project.

.4 Demonstrate that TBM guidance equipment is capable of continuously monitoring and


recording the position and altitude of the TBM.

.5 Surveying Related
.1 If monuments provided by the Owner are damaged or moved, re-establish same
and notify the Contract Administrator promptly.
.2 The Contract Administrator reserves the option to check any or all survey layout
data and measurements. Whether the Contract Administrator exercises this
option or not, the Contractors responsibility for accuracy will not be waived.
.3 Survey by the Contract Administrator: For the purposes of tunnel survey by the
Contract Administrator, provide stable survey instrument support brackets, level
benchmarks and access platforms, at 60 m spacing or 20 m in alignment curves.
Provide free access to the Contract Administrator as required.

.6 The Contractor shall allow access to the Contract Administrator and shall furnish
necessary assistance and cooperation to aid the Contract Administrator in observations,
measurements, data, and sample collection, including, but not limited to the following:
.1 The Owner and/or Contract Administrator shall have full access to the operator
controls prior to, during, and following all tunneling operations. This shall
include, but not be limited to, providing visual access to real-time operator
control screens, gauges, and indicators.
.2 The Owner and/or Contract Administrator shall have full access to the launch
and retrieval shafts prior to, during, and following all tunneling operations. This
shall include, but not be limited to, visual inspection of installed liner system,
installed pipes, launch and retrieval seals, and verification of line and grade. The
Contractor and subcontractor shall provide safe access in accordance with all
safety regulations.
.3 The Owner and/or Contract Administrator shall have full access to the spoil
material. The Contract Administrator shall be allowed to collect rock samples
from the spoil removal system a minimum of once per installed segment of
tunnel liner, or every 3 meters, whichever is more often, and at any time when
changes in rock conditions or obstructions are apparent or suspected.

1.9 TOLERANCES
.1 The tolerances on tunnel alignment shall be such that the intrados surface shall be within
a 75 mm variation from the theoretical intrados surface in any direction. Misalignments
shall be corrected at a maximum rate of 5 mm per ring.

.2 Variations in internal diameter at any point shall be limited to a maximum of 25 mm


from the specified diameter.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 15 OF 30

.3 Steps in intrados between abutting segments shall not be greater than 10 mm.

1.10 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to construct the EWT and NST as
specified herein and no separate payment shall be made for completing this work.

.2 Measurement and payment for removing obstructions described in 3.3 Obstruction in this
Section is included as an allowance as described in Section 01025.

Part 2 Products

2.1 TUNNEL BORING MACHINE (TBM)


.1 General
.1 EPB TBM or Slurry TBM required.
.2 The TBM shall be a new machine or rebuilt by an established TBM
manufacturer with at least ten (10) years of experience manufacturing or
rebuilding TBMs. All major components shall be tested and guaranteed by the
TBM manufacturer that the components are adequate and in good condition for
the work.
.3 It is the Contractors responsibility to select and procure tunnelling equipment
that is suitable for the anticipated ground conditions and will meet the schedule
and performance requirements of the Contract.

.2 Cutterhead and Tools:


.1 Design and configure the cutterhead with wear protection to enable efficient
excavation of the ground indicated.
.1 Cutting tool spacing shall be sufficient to permit efficient excavation of
the material at the tunnel face with sufficient tool gap and penetration
for roller cutters.
.2 Incorporate adjustable gauge cutters.
.3 Design the cutterhead to permit the use of disc cutters which can be
replaced from the excavation chamber (back loading).
.4 Provide wear indicators on tools located in the gauge position with status
indication at the TBM operator position.
.5 The cutterhead shall limit the size of rocks which can be admitted to the
screw conveyor on an EPB machine or the stone crusher on a slurry
TBM.
.2 Provide and maintain one complete set of each type of (disc and scraper) of
cutting tools and associated mounts and seals available at all times.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 16 OF 30

.3 Cutterhead Drive System and Main Bearing:


.1 Adequate torque and power to the cutterhead so that the machine is not torque
limited while operating under any of the ground conditions indicated.
.2 A reversible, variable-speed cutterhead drive system with two speed ranges
capable of starting at maximum torque shall be included on the TBM.
.3 Certification from the main bearing manufacturer that the bearing is suitable for
the geotechnical conditions indicated and shall have a minimum bearing life of
two times the anticipated operational hours.
.4 Oil lubricated main bearing with pumping and filtration circuits equipped with
accessible sampling points.
.5 Main bearing shall be new and replaceable from within the tunnel

.4 Face Support System:


.1 Design the TBM to allow operator controlled application of active face support
at all times:
.1 EPB TBM: During TBM advance or extended stoppage by earth paste.
.2 Slurry TBM: During TBM advance or extended stoppage by slurry.
.2 Measure support pressure with calibrated, abrasion resistant pressure sensors:
.1 EPB TBM: Four earth pressure sensors within the excavation chamber:
two sensors each near the crown and tunnel spring line and replaceable
from the atmospheric side of the main bulkhead at any time.
.2 Slurry TBM: Four pressure sensors capable of measuring air and slurry
pressure at crown level.
.1 Two sensors to be installed at the buffer wall within the
excavation chamber.
.2 Two sensors to be installed at the bulkhead.
.3 Sensor accuracy shall be consistent with required face pressure control
tolerances.
.4 Should the Contractor plan to operate the TBM in an open-face mode when
tunnelling through stable ground conditions with low permeability, provide
devices to quickly seal the excavation bulkhead if flowing water is encountered.
The sealing device shall be effective within 30 seconds.

.5 Seals:
.1 The TBM design shall permit the replacement of seals from within the tunnel.
.2 The Main Drive sealing system shall incorporate the following:
.1 New main bearing seals designed to handle maximum anticipated
support pressure.
.2 The two forward main bearing seals shall be replaceable from within the
working chamber without necessitating cutter head removal.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 17 OF 30

.3 The articulation joint seals shall incorporate the following:


.1 Designed for maximum hydrostatic head, earth pressure, and grouting
pressure with a minimum safety factor of 1.25.
.2 Designed to allow adjustment and replacement of the seals from within
the shield.
.4 The shield tail seal shall incorporate the following:
.1 A grease fed triple wire brush sealing system capable of sealing
hydrostatic, earth, and tail void grouting pressures and compatible with
specifications for the precast lining (Section 03420, Precast Concrete
Tunnel Lining).
.2 Spring steel sealing plates designed to prevent the steering gap from
grout ingress.
.3 Two of the three wire brush seals replaceable from within the tunnel.

.6 Propulsion and Steering System:


.1 Provide sufficient thrust to advance the shield under the maximum anticipated
face pressure and shield friction.
.2 Provide a propulsion system that can advance the TBM under the combined
maximum loads of tool, earth and hydrostatic pressure, shield friction, and
trailing gear drag.
.3 Provide propulsion cylinder extensometers at four positions separated by 90
degrees.
.4 Ensure that maximum thrust contact pressure at any point and at any time on the
Initial Lining shall not exceed 50 percent of the maximum permissible jacking
load in the Initial Lining design.
.5 Provide propulsion cylinder shoes or partial jacking rings as required to
distribute thrust loads across the leading edge of the pre-cast segment ring
without developing eccentric loading on the segment ring for which the segments
were not designed.
.6 The propulsion cylinder shall be concentric with segmental ring centerline.
.7 Shield Articulation:
.1 Provide an active articulation joint fitted with hydraulic cylinders to permit the
TBM to follow the DTA.
.2 Provide sufficient injection ports around the circumference of the articulation
joints such that cleaning or other operations can be easily carried out.
.3 Provide a passive articulation joint between the main shield and the tail shield
equipped with hydraulic cylinders.
.4 Provide extensometers at four positions on both the active and passive cylinders.

.8 Erector system:
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 18 OF 30

.1 Segments shall be assembled by an erector mechanism into rings under


protection of the tail shield in the orientation and to the tolerance specified
without causing damage to the segments or gaskets.
.2 Erector system shall be compatible with the TBM and precast lining.
.1 The lifting and gripping mechanism shall be designed to handle all loads
with an adequate factor of safety in the axial, radial, and circumferential
directions, and in the three articulation angles corresponding to the six
degrees of freedom.
.2 Sufficient rigidity and longitudinal travel to permit installation or
removal of a segmental ring located on the wire brush seals.
.3 Safety devices shall be incorporated to ensure segments cannot be
released during handling. In the event of a loss of power, the erector
shall permit safe lowering of the segments.
.4 The segment feeder shall supply the erector with segments at the correct
orientation and be capable of reverse operation for the removal of
damaged or incorrect segments.

.9 Grouting System:
.1 Tail void shall be grouted through lines integrated in the shield tail in accordance
with this Section.
.1 Four twinned (one primary and one spare) grout injection lines shall be
installed around the circumference of the shield and designed for
continuous grout flow that will maintain filling and pressure with the
maximum advance rate of the TBM.
.2 Each grout line utilized shall be equipped with a pressure sensor and
manual stop valve at the tail shield connection.
.3 Record pumped grout volumes in real time.
.2 Provide computer controlled double piston or hose pumps which shall provide
pressure and volume measurement for each of the lines continuously to the TBM
display and data logging system.

.10 Probing and Drilling Equipment: Provide drilling equipment and staging to enable
recovery of tail void grout samples and contact grouting at any position around the ring.

.11 Muck Handling System:


.1 Muck handling components shall be designed for abrasion resistance and
durability for the indicated ground conditions.
.2 EPB TBM:
.1 The ground conditioning system (GCS) shall be sized and configured as
required to form a homogeneous earth paste suitable for proper control
of required support pressure for all ground conditions indicated in the
Contract Documents. The system shall be computer controlled with
interactive parameter setting at the operator position.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 19 OF 30

.2 Locate the screw conveyor inlet at the bottom of the excavation chamber
and equip the inlet with bulkhead doors designed to isolate the screw
conveyor from the excavation chamber. The screw conveyor shall be
fitted with wear-resistant plate and removable from the screw sleeve in
the tunnel.
.3 The screw outlet shall be fitted with a guillotine gate designed to operate
and seal maximum hydrostatic and earth pressure in all ground types
indicated.
.4 Provide a positive displacement device fitted to the discharge end of the
screw conveyor. This supplementary device shall be designed and sized
to permit the controlled release of excessive pressure from the screw or
excavation chamber.
.5 Equip the screw conveyor sleeve with a minimum of two pressure
sensors one located near the inlet and the other near the outlet. Sensors
shall be in operational condition throughout tunneling and shall be
replaced immediately if damaged or destroyed.
.6 Provide removable inspection hatches fitted with valves to permit access
to mechanical linkages and for the removal of blockages which may
occur within the screw.
.7 Provide the equipment required to refill the excavation chamber.
.8 Provide accumulator with automatic valve which will close the screw
guillotine in the event of a power failure.
.3 Slurry TBM:
.1 Provide a minimum of eight slurry injection nozzles, four within
excavation chamber and four in the stone crusher/discharge inlet area
within the excavation chamber.
.2 Provide abrasion resistant closed circuit mucking system capable of
discharging solids through a slurry discharge line and discharge pumps
that are sized for the muck volume and advance rate anticipated.
.3 Provide bypass line and associated valves.
.4 Provide hydraulic accumulators to ensure closure of all bulkhead flanges
in case of power loss.

.12 Muck Control System: Provide equipment to measure the amount of excavated material
during advance for each segment ring. Muck Control System shall be designed to assist
the TBM operator by comparing the theoretical excavated material relative to propulsion
cylinder stroke to the actual excavated material at a given stroke length and display these
in real-time to the operators position
.1 EPB TBM:
.1 Include twin conveyor scales connected to the TBM PLC integrated with
propulsion cylinder stroke measuring units.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 20 OF 30

.2 Conveyor scales shall provide instantaneous and total weight


measurements of excavated soil to the TBM PLC which shall be
programmed to compare weights and volumes of each successive ring.
.3 Scales shall be in operational condition throughout tunneling and shall
be repaired or replaced immediately if damaged.
.2 Slurry TBM:
.1 Include flow and density meters in the supply and discharge slurry lines
and TBM PLC propulsion cylinder stroke measuring units integrated
together to provide volumetric and unit weight measurements for each
segmental ring.
.2 Density meters in the return lines shall be located in the shaft and fitted
to the vertical pipes carrying the slurry up the shaft.
.3 Density meters shall be in operational condition throughout tunneling
and shall be repaired or replaced immediately if damaged.
.3 Submit details of how predicted quantities will be reconciled with measured
results, and the level at which the TBM operator will receive an alarm.

.13 TBM Guidance System:


.1 Provide TBM with a computerized laser-theodolite based guidance system.
.2 The system shall be capable of displaying the precise position and orientation of
the TBM on a continuous basis with numerical and graphical display of
horizontal and vertical deviation from the designed alignment direction with
respect to the designed alignment.
.3 Monitor, record, and display:
.1 Date, time, and tunnel station continuously.
.2 Segment ring, DTA stationing values, as-driven coordinates and
elevations, horizontal and vertical offsets from DTA.
.3 The number and orientation of tapered segment rings required to achieve
the desired alignment and the location of the axis of each ring relative to
the axis of the tail shield.

.14 TBM Data Monitoring System:


.1 Provide system for real-time data monitoring and acquisition, storage and display
system for:
.1 Propulsion cylinder stroke at a minimum of four positions, pressure and
average instantaneous advance rate and total thrust.
.2 Extensions of propulsion and active/passive articulation cylinders at a
minimum of four positions, pressure and total thrust.
.3 Cutterhead RPM, direction and torque.
.4 Electric motor status and power consumption.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 21 OF 30

.5 Main bearing and main bearing sealing system oil pressure, temperature
and flow.
.6 Data from the TBM Guidance system.
.7 Face support pressure.
.8 Compressed air pressure and air flow for both working air and breathing
air.
.9 Muck Control System data.
.10 GCS data including water, polymer and foam solution flows and
pressure, air flows and pressure, and injection ratios for each individual
line.
.11 Discharge system from excavation chamber including stone crusher and
screw conveyor rotation speed and guillotine gate position indication.
.12 Bulkhead valve status.
.13 All gases included in the gas detection and monitoring system.
.14 Pressures and volumes of shield tail grouting and tail seal grease.
.2 Record data at maximum time intervals of ten seconds and display in real-time
at:
.1 TBM operators position
.2 At the Contractor's Site office.
.3 Store and record data via an automated acquisition system in digital form for
later use and retrieval.
.4 Provide secure Internet-based access to real time data for use by the Project
Representative in the Project Representative office.
.5 Maintain hardware necessary for recording and real time viewing of data at the
project site. In the event of downtime due to hardware within the Contractors
control, notify the Project Representative of the issue, repair hardware, and
restore Internet-based access to real time data within 48 hours of hardware
failure. Maintain recording of data at all times.

.15 Spare Parts:


.1 Provide spare parts inventory for the duration of TBM excavation as
recommended by the Manufacturer.
.2 Provide and maintain on site one spare screw conveyor assembly (screw, casing,
associated mounts and seals) that is available at all times.
.3 A spare main bearing and associated seals shall be available at the site within ten
days.

.16 Tunnel Systems and Plant:


.1 Communication Systems:
.1 Provide hard wired telephone communication system at all times,
including emergencies, from the TBM, along the tunnel alignment at
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 22 OF 30

intervals of 330 m, at California switches, at the portal bottom, and at


ground surface.
.2 Wireless communication system on locomotives linked with portal
bottom and TBM.
.2 Electrical System:
.1 Comply with Section 01710, Tunnel and Shaft Safety.
.2 The primary power distribution system shall have means for eliminating
high-voltage fluctuations when starting up or shutting down the TBM.
.3 An emergency standby generator with a capacity and configuration to
automatically come on-line in the event of a power failure to operate
ventilation, lighting, pumping, communications, air compressors and
other systems without interruption.
.4 The power interrupt that shall automatically shut down power to the
TBM and trailing equipment upon detection of an air quality event such
as explosive or toxic gas levels exceeding the regulation limits, while
maintaining power to ventilation, emergency lighting, de-watering
pumps, and safety support systems.
.3 Lighting Systems:
.1 Provide a primary lighting system for the entire length of the tunnel.
.2 Additional lighting in tunnel shall be appropriate for inspection of
construction operations by the Owner or the Contract Administrator.
.3 The use of flame safety lamps is prohibited.
.4 Water Pumping in Tunnel:
.1 Pumping capacity at the excavation chamber and TBM as required to
remove accumulations of water from construction discharges and any
groundwater inflows at the heading or through shield articulations or
wire brush seals.
.2 Provide intermediate pumping stations and pumping capacity along the
tunnel as required to remove water accumulations from construction
discharges and any groundwater seepage and to maintain accumulated
water levels below tunnel railheads.
.3 Provide sump, pump, and discharge lines at the portal as required to
remove water accumulations from construction discharges, groundwater
seepage, and sudden water inflows.
.5 Slurry TBM Feed and Discharge Lines:
.1 Design slurry lines, valves, and pumps to transport the materials
indicated in the Contract Documents.
.2 Intermediate pumps along the tunnel alignment shall be sufficient to
provide slurry flow rate and pressure needed for Required Support
Pressure and slurry discharge for the anticipated maximum TBM
advance rate and tunnel length.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 23 OF 30

.3 Provide a minimum of two abrasion resistant pressure sensors along the


slurry charge (feed) line segment and two additional abrasion resistant
pressure sensors along the slurry discharge line.
.4 Sensors shall be maintain and in operational condition throughout
tunneling and shall be replaced immediately if damaged or destroyed.
.6 Slurry TBM Bentonite Mixing Plant and Separation Plant:
.1 Design slurry separation plant to separate bentonite slurry and the
excavated soil material generated from tunneling through the indicated
conditions including areas of ground improvement.
.1 Capable of handling the anticipated volume rates, types, and
quantities of materials anticipated.
.2 Capable of balancing the removal of solids from suspension
with the Slurry TBM advance rate.
.2 Re-circulate the processed slurry and provide means of re-conditioning
and replacing lost slurry as required by ground conditions at heading.
.1 Ability to increase slurry density to counter slurry loss and
to prevent face collapses.
.2 Slurry suspension reserve with a minimum volume of
15,000 gallons for use if a sudden, high flow rate slurry
loss occurs during tunneling in highly permeable soils.
.7 Ventilation System:
.1 Shall meet all OHSA regulatory requirements for atmospheric hazards
and additional requirements of Section 02444, Tunnel and Shaft
Ventilation and Utilities.
.17 Health and Safety Equipment:
.1 In addition to the health and safety requirements in Section 01705, Contract
Work Health and Safety Clauses, features for equipment used in tunneling work
shall meet the following requirements:
.1 Equip TBM with integrated safety systems as described in this Section
and in accordance with applicable regulatory requirements for
underground construction equipment.
.2 All equipment shall be rated for use in Class 1 Division 2 hazardous
locations.
.2 Minimum Fire Protection Requirements:
.1 Provide fire suppression systems within TBM and along trailing gear for
all electro- hydraulic installations, heat sources, and the TBM
transformer.
.2 Provide a clear emergency escape way from the TBM along the trailing
gear.
.3 Provide fire suppression system on all locomotives.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 24 OF 30

.4 Provide fire extinguishers at the TBM control panel, in the air locks, and
in every trailing car.

2.2 MATERIALS
.1 All materials other than bentonite used for muck conditioning and face control shall
conform to applicable regulations and be inert, biodegradable and meet soil standards in
Table 1, O. Regulation 153/04. Natural mineral bentonite or other inorganic conditioners
used in EPB tunneling shall be controlled on the Project site and not allowed to
contaminate land or water sources, and shall be disposed off-site in accordance with all
applicable regulations.

.2 Sikatop 123 Plus as supplied by Sika Canada Inc. or approved equivalent to be used to
patch the bolt pockets and shear pin sockets of precast concrete tunnel linings.

.3 Clean water to be used with no foreign admixtures or chemical products.

Part 3 Execution

3.1 TUNNELING
.1 The Contractors selection of means and methods for excavation is integral to the
planning and execution of the work of the project as specified. The selection of means
and methods is the responsibility of the Contractor and the selected means and methods
shall be capable of coping with subsurface conditions encountered.

.2 Examination:
.1 Verify existing conditions before starting work. Verify locations and sizes of
existing systems.
.2 Verify locations and required configurations for connections to existing systems
as indicated on Contract Drawings.
.3 Tunnel excavation shall not begin until the following conditions have been met:
.1 Required submittals have been made and the Contract Administrator has
reviewed submittals.
.2 Required pre-construction inspections have been completed.
.3 Shaft excavation, stabilization and shoring have been satisfactorily completed in
accordance with Section 02400, Shaft Construction.
.4 Survey control has been established for the TBM and tunnel and has been
independently verified by Contract Administrator.
.5 All required geotechnical instrumentation had been properly installed and
baseline readings taken.
.6 A start-up inspection of all mechanical and hydraulic systems associated with the
tunneling operations has been completed. The system shall be tested on the
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 25 OF 30

surface to ensure that the TBM and supporting equipment is functioning


properly. The Contract Administrator will be notified at least 72 hours prior to
the start-up inspection and will be present during the start-up inspection. Key
machine performance data will be measured and recorded by the Contractor
during this inspection, including face support components, functionality of main
and steering jacks, laser and target, and other components. The records of the
start-up inspection will be submitted to the Contract Administrator within 24
hours of the completed inspection.
.7 Site safety representative has submitted the Health and Safety Management Plan
and Rescue Procedures Plan described in Section 01710. Hold safety meetings
and provide safety instruction for new employees as required.

.4 Launching from Portal


.1 Provide all installations in the portal for TBM launching, start-up and tunnel
operation, including installation of supplementary supports or bracing required
for structural support, thrust abutment, and launch cradle.
.2 Provide portal sealing structure for TBM launch which seals the gap between
portal and TBM and the gap between portal and initial support.
.3 TBM manufacturers representative shall train contractors personnel and
provide technical expertise during start up and testing and for operation and
maintenance for the first 500 m of tunnel advance.
.4 Complete the following before advancing the TBM cutterhead beyond the
ground improvement zone:
.1 Install at least one complete ring of segments and grout the tail void
between the segments and portal support wall to form a watertight seal.
.2 Fill excavation chamber with earth paste or slurry and apply required
support pressure.

.5 Excavation:
.1 Operate TBM with required face pressure to minimize impact on groundwater
head during TBM advance along tunnel reaches as indicated Subsection 1.1.
.2 As the TBM advances, continuously inject tail seal grease under pressure to
minimize risk of groundwater or backfill grout intrusion.

.6 Face Support Application:


.1 Provide face pressure by pressurized slurry or earth paste as indicated Subsection
1.1.
.1 Operate the pressure control system to keep face pressure within the
following operational tolerances of target pressure specified for the
TBM type utilized.
.2 EPB TBM: +/- 0.3 bar.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 26 OF 30

.3 Slurry TBM: +/- 0.1 bar.

.7 Pre-cast Concrete Tunnel Lining:


.1 Refer to Section 03420, Precast Concrete Tunnel Lining.
.2 Grip and erect segments in a manner to accurately position and align segments
and gaskets within specified tolerances.
.3 Handle segments to avoid damage.
.4 Clean all faces of each segment and gasket prior to fitting adjacent faces
together.
.5 Lubricate key segment gaskets prior to installation.
.6 Maintain the ring erection area free of debris and accumulations of muck and
water prior to and during the ring building process.
.7 Where the tunnel exceeds specified tolerances, perform remedial work.

.8 Annular grouting:
.1 Carried out such that complete filling and pressurization of the void is
simultaneous with TBM advance.
.2 Grout each ring of bolted lining concurrently with TBM advance. Maintain
sufficient grout to fill voids produced by advance including for wastage. Inject
the grout such that the annular space between the tunnel lining and the excavated
profile is kept completely filled as the TBM advances.
.3 The grout pressure at point of injection shall be not less than the pressure inside
the TBM pressure chamber and not more than this pressure plus 0.3 bar.
.4 Monitor grout volumes used for each ring and inform the Contract Administrator
if the volume varies by more than 10% of the theoretical volume.
.5 Stop TBM advance when grouting equipment is not fully functioning.
.6 As the TBM advances, continuously inject tail seal grease under pressure to
minimize risk of groundwater or backfill grout intrusion.
.7 Drill holes through the shear pin sockets nearest to the crown of the ring to
verify that the annular space has been completely filled. Length of hole to be
adequate to intersect voids. Punching through is not permitted. This will initially
be required on every fifth ring for the first 100 rings and continuing until such
time as confidence of annular filling is established. Thereafter, test every tenth
ring or as directed by the Contract Administrator. Revise grouting methods to
remedy insufficient filling of the annulus.
.8 Fill all voids found with contact grouting.
.9 Extend contact grouting as necessary to fill voids caused by over excavation.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 27 OF 30

.10 Maintain contact surfaces above freezing for the minimum period called for in
CSA A23-1 or in accordance with the grout manufacturer's specifications.

.9 Removal of Water:
.1 Remove all accumulating water and groundwater inflow from the TBM and
tunnel using methods and equipment necessary to prevent damage to any portion
of the work.
.2 Comply with requirements of Section 02140, Groundwater Control.

.10 Ventilation System:


.1 Comply with Section 02444, Tunnel and Shaft Ventilation and Utilities.
.11 Movement Monitoring System:
.1 Monitor, document, and evaluate movements of the ground, tunnel lining,
adjacent property, and other pertinent facilities during the tunneling process
observations as necessary for a controlled and safe tunneling operation.
.1 Geotechnical instrument monitoring as per Section 02480, Geotechnical
and Structural Instrumentation and Monitoring.
.2 Tunnel Deformation Monitoring as per Section 02481, Tunnel
Deformation Monitoring.

.12 Inspection Stop:


.1 Plan for locations of all inspection stops prior to commencing TBM drives.
Consider:
.1 Schedule of working hours and days of the week planned for tunnel
excavation.
.2 Geological conditions as indicated in the Contract Documents.
.2 Use any inspection method considered useful to the Contractor, but include at
least one visual method and direct measurement of cutter wear. Visual inspection
methods could include either personnel access or remote camera.
.3 Submit documentation report of all the items inspected and their condition
within 24 hours of the inspection stoppage. Include:
.1 Written condition report of head, saddles, and other components.
.2 Details of cutting tool wear, including identification of any replaced
during the stoppage.
.3 Any photographs, video or other record made during the inspection.
.4 Document observed conditions during inspection stoppage, including face
stability, groundwater inflows, and excavation chamber pressures.
.13 TBM Maintenance:
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 28 OF 30

.1 Complete as often as necessary to keep the cutting tools, cutterhead, excavation


chamber equipment, pressure sensors, muck handling equipment, and other TBM
equipment in good operating condition, and as per manufacturers'
recommendations
.2 Hydraulic oil, seal oil, and bearing lubricating oil and grease shall be tested at
least once per every 100 operating hours, monthly, or per manufacturer
recommendations, whichever is most frequent. Maintain records of these tests
and make available to the Project Representative upon request. Clearly indicate
the contaminate levels and overall condition including any changes since last
testing and maintenance action indicated.
.3 Optimize cutting tools for best TBM performance with consideration of:
production, cutter, and cutterhead wear.
.4 Submit observed cutter and cutterhead conditions, face stability, groundwater
inflows, excavation chamber pressures, and all maintenance work completed
during each maintenance stop.
.5 Sensors being logged by the data acquisition system shall be recalibrated, or
replaced upon discovery of damage or the observation of erroneous readings.
.6 Plan maintenance and cutting tools replacement to avoid maintenance where
high groundwater inflow is expected.

.14 Maintain clean working conditions at all times inside the tunnel and shafts. All muck,
slush, grout spills, ponded water, and any other material not required for tunneling shall
be removed from the excavations in a timely manner.

.15 The Contractor shall provide and maintain walking boards with non slippery surface in
the tunnel, outside of track.

.16 Prosecute tunneling Work in accordance with the approved working hours established
for the project. Notify the Contract Administrator at least 24 hours in advance of a
proposed change in working hours. When the work is interrupted for more than 24 hours,
or if required by the Contractor or the Contract Administrator based on ground
conditions, the face shall be supported in accordance with approved Shop Drawings.

.17 In case of emergency or work stoppages likely to endanger the stability of the excavation
or adjacent structures, maintain a full work force 24 hours per day, including weekends
and holidays, until emergency or hazardous conditions no longer jeopardize stability and
safety of the Work.

.18 Provide access for the Contract Administrator to inspect and observe the work at any
time without restriction, and to perform independent line and grade surveys, as deemed
necessary by the Contract Administrator.

.19 Survey the invert of the tunnel excavation at 10 m intervals to ensure the alignment is
within the tolerances specified.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 29 OF 30

.20 If unstable face conditions develop at the heading or high groundwater inflows into the
excavation chamber or through the spoil extraction are detected, immediately convert the
open-face mode into fully-pressurized EPB mode. Do not resume mining until
appropriate face stabilization measures have been satisfactorily implemented.

.21 The Contractor shall note that the TBM components as well as other excavation
equipment will be subject to abrasive ground conditions. Tunneling components subject
to high abrasive wear are, but not limited to, cutting tools, conveyors or other spoil
handling equipment, Earth Pressure Balance TBM screw conveyors, and sump pumps.

.22 Maintain station markers at all times during construction. Temporary tunnel station
markers shall be:
.1 Placed at approximate eye level near the spring line and away from utilities with
a minimum lettering of 200 mm in red colour.
.2 Located on the same side of the wall throughout the tunnel length and shall be
with respect to the centerline of the tunnel.
.3 Provided at each change in horizontal and vertical direction including point of
tangency (PT) and point of curvature (PC).

3.2 Disposal of Excavated Material


.1 The reuse of rock material on-site shall be in such a manner as to prevent or eliminate the
potential for material to become a contaminant in the environment, cause or have the
potential to cause an adverse effect (as defined by Ontario Environmental Protection
Act).

.2 All muck designated to be removed from the site must be promptly removed. Stockpiling
of materials at any time on site shall be avoided except as allowed due to haulage
restrictions. Temporary stockpiles to be managed in accordance with MOECC excess
soil handling best practices to eliminate or mitigate potential for release of muck to the
environment such that it causes or may cause an adverse effect as defined by the Ontario
Environmental Protection Act.

.3 All excess material resulted from tunnel excavation that is to be removed from site shall
comply with Section 01355, Disposal Excess Material.

3.3 Obstructions
.1 The Contract Drawings show schematic location of deep underground garages along the
tunnel alignment. According to information from Building Code Services, Planning and
Infrastructure, City of Ottawa, no rock anchors or any support systems from the buildings
were found to extend into the easement of the tunnels. However, the Contractor shall
confirm the presence of obstructions along the tunnel alignment prior to start tunnel
excavation and inform the Engineer immediately of any change.

.2 The contractor for the Ottawa Light Rail Transit installed rock anchors close to Site 1
that extend into the EWT. Those anchors will be removed by others, which has to be
confirmed by the Contractor prior to excavating the EWT from Site 3C to Site 1.
CITY OF OTTAWA SECTION 02430
COMBINED SEWAGE STORAGE TUNNEL TUNNEL EXCAVATION BY
TUNNEL BORING MACHINE (TBM)
CONTRACT NO. ISD14-2036 PAGE 30 OF 30

.3 An existing 300 mm sanitary sewer will be encounter between chainage 19+960 and
chainage 19+890 approximately. According to the As-Build drawings, it appears that for
the installation of the sewer a man-entry tunnel size was excavated by conventional drill
and blast method. No information is available with respect to the type of support that was
installed (if any).

3.4 Tunnel Cleaning and Patching


.1 Following completion of excavation of the TBM tunnels, dispose of all excess material
off Site in accordance with the Specifications.

.2 The entire interior of the tunnels within the Contract limits shall be thoroughly cleaned
using a high-pressure wash to remove all visible dust, dirt, and foreign material to the
satisfaction of the Contract Administrator.

.3 The Contractor shall remove the wash water after use from the tunnels within the
Contract limits and dispose of in accordance with the Specifications.

.4 Conduct bolt pocket, shear pin sockets, and surface imperfection patching application in
accordance with the segment manufacturers requirements and the requirements of the
manufacturer of the patching compound/materials.

END OF SECTION
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 1 OF 9

Part 1 General

1.1 SCOPE
.1 This section specifies requirements for the supply, installation and testing of rock
reinforcement and support for use in shaft, underground chamber and connecting tunnel
construction. In this context, the term underground chamber refers to deaeration
chambers at drop shaft locations, the chamber connection at the intersection of the EWT
and NST, and any diversion chamber or other structure excavation that extends into
bedrock.

.2 The requirements stated herein do not apply to the main tunnel sections for the EWT and
NST, because the specified method to be used for tunnel excavation and support, as
specified in Section 02430, Tunnel Excavation by Tunnel Boring Machine (TBM),
precludes the use of rock reinforcement as specified herein. However, in the event of any
enlargements for the Contractors convenience, as approved by the Engineer, or
construction of tail tunnels at launch shaft locations, these provisions will apply.

.3 Rock reinforcement and support elements addressed in this Section consist of the
following:
.1 Rock bolts
.2 Rock dowels, including friction bolts
.3 Steel straps or mine straps
.4 Rolled steel channels
.5 Welded wire mesh

.4 Steel rib supports are not specified. Should the Contractor or Contractors design
engineer determine a need for steel rib supports, the materials and installation procedures
are required to be detailed in a submittal to the Engineer.

.5 The identified rock reinforcement and excavation support elements shall be installed as
individual elements or in combinations as determined necessary by the Contractor or
Contractors design engineer to provide safe and stable shaft, underground chamber and
connecting tunnel excavations, as well as other enlargements or excavations made for the
Contractors convenience. This Section also details the methods to be used to select the
excavation support types for the excavations.

.6 Shotcrete may be used as an excavation support element in conjunction with the rock
reinforcement and excavation support specified in this Section. Shotcrete is specified in
Section 03361, Shotcrete.

.7 The Contractor is responsible to carry out the tests described here to verify that the rock
reinforcement comply with the Contract Documents, including sampling, curing,
transporting, testing and reporting,

.8 Additional requirements for support systems are specified in Section 02150, Excavation
Support System.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 2 OF 9

1.2 RELATED SECTIONS


.1 Section 02140 - Groundwater Control

.2 Section 02150 - Excavation Support System

.3 Section 02400 - Shaft Construction

.4 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.5 Section 02439 - Pre-Excavation Grouting from Surface

.6 Section 02442 - Other Tunnel Excavation Methods

.7 Section 03361 - Shotcrete

1.3 REFERENCES STANDARDS


.1 Ontario Provincial Standard Specifications (OPSS)
.1 OPSS 415 Construction Specification for Pipeline and Utility Installation by
Tunneling
.2 ASTM A36/A36M-12, Standard Specification for Carbon Structural Steel

.3 ASTM A1064/A1064M-13, Carbon-Steel Wire and Welded Wire Reinforcement, Plain


and Deformed, for Concrete

.4 ASTM C109/C109M-13, Standard Test Method for Compressive Strength of Hydraulic


Cement Mortars (Using 2-in. or [50-mm] Cube Specimens)

.5 ASTM D4435-13, Standard Test Method for Rock Bolt Anchor Pull Test

.6 ASTM F432-13 Standard Specification for Roof and Rock Bolts and Accessories

1.4 DEFINITIONS
.1 Rock Reinforcement: The use of rock bolts, rock dowels, steel straps, rolled steel
channels, welded wire mesh, spiles and shotcrete, with related support accessories, used
individually or in combination, to reinforce the in-situ rock mass and increase the
capacity of the rock mass to support itself. Rock reinforcement is intended to provide
tensile, shear, and frictional strength across rock discontinuities, to prevent progressive
failure of the rock mass along in situ or incipient planes of weakness. Rock
reinforcement is also referred to as initial support or excavation support. Related
accessories include, but are not limited to, steel washers, nuts, bearing plates, and
miscellaneous steel.

.2 Rock Bolt: A fully grouted initial support element consisting of deformed or threaded
steel bar installed in a hole drilled into the rock mass, fitted with standard end hardware
to allow the bolt to be tensioned. The bolt may have a mechanically set expansion anchor
that allows the bolt to be tensioned prior to grouting. Alternatively, if the bolt is grouted
using resin grout, then a fast-setting grout can be used in the anchor zone, with slower
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 3 OF 9

setting grout used for the remainder of the bolt, allowing the bolt to be tensioned prior to
setting and curing of the slow set grout. Standard end hardware consists of a bearing
plate, one or more beveled washers, a flat steel washer and a hexagonal nut.

.3 Rock Dowel, consisting of one of two types:


.1 Grouted dowel: A deformed or threaded steel bar set in a hole drilled into the
rock mass and fully encapsulated in resin grout or cement grout; the bar is
installed without pretensioning and without end hardware, unless otherwise
specified. End hardware would be typically included to hold in place surface
elements such as welded wire mesh, steel straps or rolled steel channels.
Standard end hardware consists of a bearing plate, one or more beveled washers,
a flat steel washer, and a hexagonal nut.
.2 Friction bolt: An untensioned tube inserted into a drilled hole in a rock mass to
act as a reinforcing element. There are two basic types typically referred to as
Split Sets or Swellex bolts, although similar bolts are made by multiple
manufacturers. The former is a slotted steel tube with a tapered end that is
inserted into a drilled hole in the rock mass that is slightly smaller in diameter
than the bolt, and that is driven into the hole so that the exterior of the tube
makes full contact with the wall of the drilled hole along its full length and
circumference. The latter is a rock bolt made of a welded tube folded on itself
and sealed at one end that is inserted into a drilled hole in a rock mass and
expanded using a high pressure water flow provided by a special pump to
achieve full contact with the wall of the drilled hole along its full length and
circumference. Friction bolts shall not be installed to support the crown of the
NST and EWT connection chamber or the deaeration chambers.
.4 Spile: A steel bar installed over the crown of a tunnel or chamber excavation and ahead
of the tunnel or chamber excavation face to provide temporary pre-reinforcement of
the crown during subsequent excavation. The bars are deformed or threaded steel bars,
and are fully grouted and installed in a percussion-drilled hole without pre-tensioning.

1.5 SUBMITTALS
.1 No less than 30 days prior to start of any excavation for which rock bolts or rock dowels
are to be used, submit shop drawings showing the following information for Rock Bolts
and Rock Dowels:
.1 Proposed layout for rock dowel/bolt installation together with type, size, length
and spacing of rock dowels, together with the type of accessories and surface
covering and the maximum time and distance from excavation at the face for
installation.
.2 Proposed installation procedures for rock dowels/bolts.
.3 Applicable literature from both the steel bar and resin manufacturers including
manufacturer's recommended installation procedures for rock dowels on this
project.
.4 Certified mill reports for rock bolts and rock dowels.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 4 OF 9

.5 Manufacturer's certified test results of gel time, working strength and shelf life
for each type of resin grout to be used. Manufacturers certified test results for
cement, grout mixes and working strength if cement grout is to be used.
.6 Prior to the purchase of rock reinforcement elements, submit samples including
end hardware of the various sizes and types to be used, from the normal
stock of the manufacturer. Samples of the resin cartridges shall be submitted
for each setting period to be used.
.7 Submit qualifications for Contractors Engineer responsible for preparing and
stamping all Contractor designs. Submit qualifications for rock dowel/bolt
testing foreman.
.8 Procedures and equipment for pull testing of rock reinforcement.

.2 No less than 30 days prior to start of any excavation for which welded wire mesh, steel
straps, or rolled steel are to be used, submit shop drawings showing the following
information for each:
.1 Proposed layout for the welded wire mesh, steel straps, or rolled steel showing
sizes, details and arrangements of members, method of assembly, lists of
materials, and method of erection and blocking where required. Indicate the
maximum time and distance from excavation at the face for installation.
.2 Provide certified mill reports for each of the surface reinforcement elements that
will be used.
.3 Pull test equipment calibrations and pull test results. Submit results of all pull tests
within one day of performing the testing.

1.6 STORAGE AND PROTECTION


.1 Store and protect all rock reinforcement materials, including steel elements, accessories,
resin grout, cement and any additives, in accordance with the manufacturer's
recommendations and in a manner that prevents damage or deterioration.

1.7 MEASUREMENT AND PAYMENT

.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment, for all work required to reinforce rock excavated for shafts
and chambers as specified herein and no separate payment shall be made.

1.8 NOTED RESTRICTIONS


.1 Rock reinforcement is restricted by the sequence of excavation which requires that rock
reinforcement be installed, tested, tensioned (where applicable) and grouted (where
applicable) as the excavation is advanced.

.2 All necessary equipment and materials required to perform the Work are at the Work
Site, in sufficient quantity and in good working order.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 5 OF 9

Part 2 Products

2.1 MATERIALS
.1 Rock Dowels, Rock Bolts and Spiles
.1 Standard deformed reinforcing steel bars conforming to the requirements of
ASTM A615,
.2 Grade 60, or continuous upset threaded bars, such as Dywidag or equivalent,
also meeting the mechanical and chemical requirements of the above standards.
Minimum bar size 25 mm diameter (number eight rebar). For resin-grouted
dowels, shape dowel tips as recommended by the resin manufacturer. If no shape
is recommended, square cut ends. Formed ends of dowels to facilitate spinning
the dowel during placement. Single length dowels of deformed steel bars except
where construction limitations require the use of shorter lengths suitably
connected with couplings.
.2 Polyester Resin Grout
.1 Resin used as grout for rock dowels, rock bolts, or spiles shall be the product of
an established manufacturer who has been regularly engaged in production of
these products for at least 5 years, capable of developing the minimum yield
strength of the dowel. Resin cartridges shall have diameter and length
compatible with the work. Cartridge casing constructed of a saturated polyester
providing optimum resistance to moisture with a high frangibility for complete
mixing during installation. No resin shall be used after the expiration date stated
by the manufacturer.
.2 Contents shall be of two distinct fractions of unsaturated polyester resin and
catalyst. High-strength polyester resin, highly filled with non-reactive inorganic
aggregate. Peroxide catalyst, highly filled with a non-reactive inorganic filler.
Resin system having thixotropic properties with viscosity such that resin will not
flow from the hole before adequate gel and cure is achieved. Mixed and cured
resin compressive strength of at least 14,000 psi when tested in accordance with
ASTM C39.
.3 Inspect cartridges prior to insertion to determine that the polyester resin
compounds have not hardened and that they meet the specified requirements.
Store cartridges to ensure maximum protection until their use. Provide facilities
to store the cartridges within the temperature range recommended by the
manufacturer. Resin cartridges shall be stored in the original manufacturer's
boxes, which shall be marked by the manufacturer with the expiration date. After
their expiration date, resin cartridges shall not be used and shall be removed
from the Site.
.4 All resin cartridges shall be inspected prior to use. Cartridges, which have
hardened or have ruptured or are otherwise damaged, shall not be used.

.3 Cement grout for rock dowels and rock bolts


.1 Cement grout for encapsulating rock dowels and bolts shall be shrinkage-
compensating grout specifically designed for encapsulation of rock dowels and
rock bolts, and the standard product of a recognized manufacturer of such grouts.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 6 OF 9

.2 Grout shall achieve a minimum compressive strength of 6,000 psi at seven days
as determined by cube strength tests in conformance with ASTM C 109.
.3 Grout shall be delivered and stored in the manufacturer's original containers.
Each container shall be marked with its expiration date. Once grout materials
have reached the expiration date they shall not be used and shall be removed
from the work site.
.4 Design grout mix with flowability adequate for proper injection, consolidation,
and encapsulation. The cement grout shall completely encapsulate the rock
dowels and bolts without any air pockets. Admixtures that control bleed,
shrinkage, improve flowability. Reduce water content, and retard set may be
used subject to the approval of the Owner.
.5 Water for use in grout mixes shall be clean and free of deleterious substances.
.6 Cement grouted rock dowels/bolts shall be provided with centralizers:
.1 Centralizers shall ensure that the rock bolts/dowels are centered in the
hole and permit grout to move freely through the drilled hole.
.2 Centralizers shall be spaced a maximum of 2 m on center and 1.5 m from
the end or collar of the holes.

.4 Friction bolts: Shall be commercially manufactured, such as International Rollforms, Inc.


"Split Set Rock Stabilizers", Dywidag-Systems International "Friction Stabilizers", Atlas
Copco Swellex expandable rock bolts, or equal. Bolts shall be of length and gauge to
suit the rock conditions and be capable of reinforcing the rock mass and supporting the
load of the welded wire mesh and potential rock fallout.

.5 Welded Wire Mesh: Non-galvanized, for rock reinforcement, conforming to ASTM


A185. Wire size and mesh opening as determined by Contractor or Contractors design
engineer to function properly as part of the excavation support system. However, wire
spacing shall be no closer than 100 mm and no farther than 152 mm. Welded wire mesh
shall be supplied in flat sheets, not rolls.

.6 Miscellaneous Steel Elements


.1 Steel straps and rolled steel channels: Used to support the rock surface between
dowels or bolts. Conform to ASTM A36 and be compatible with dowels or bolts,
and with the intended function.
.2 Miscellaneous steel elements shall be products of a recognized manufacturer,
comprising mine straps and rolled steel channels, in various gauges and hot and
cold rolled shapes with punched or cut bolt holes to allow attachment to the rock
surface by means of rock dowels or rock bolts.
.3 Bearing plates: Conform to ASTM A36, and meet the load/deflection criteria of
ASTM F432. Bearing plates against rock shall be a minimum of 9.5-mm thick
and have a minimum bearing area of 0.0232 square metres. Holes in plate shall
be reamed and beveled on the rock side and shall be large enough to permit 30
degree rock dowel or rock bolt skew in all directions from normal centerline.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 7 OF 9

.4 Nuts: Shall be hex nuts of the heavy-duty type, shall be compatible with rock
bolts and rock dowels, and shall develop at least 125 percent of the minimum
yield strength of the element.
.5 Washers: Beveled, flat, and spherical conforming to the requirements of ASTM
F432. Flat or beveled washers shall be 51-mm minimum round or square and 3
mm thick, with the center hole 3 mm larger in diameter than the rock bolt or rock
dowel with which they will be used.

2.2 EQUIPMENT
.1 Use drilling equipment for anticipated geologic conditions indicated in the GBR for
drilling holes to install rock dowels/bolts.

Part 3 Execution

3.1 GENERAL
.1 Conform to the requirements of Section 02442, Other Tunnel Excavation Methods.

.2 Thoroughly scale freshly exposed rock surfaces prior to installing rock reinforcement.
The installation of rock reinforcement or surface treatment shall not be considered a
substitute for scaling.

.3 Following exposure of additional rock surface, examine the surface and confirm whether
or not the installed and planned rock reinforcement pattern will be adequate to provide
for the safety of personnel and stability of the excavation. Adjust the rock reinforcement
pattern, or install additional spot reinforcement in local areas of potential instability, as
necessary.

.4 Rock reinforcement bearing plates are to be set nearly flat against the rock face with the
bearing surface of the nut perpendicular to the Element as practicable.

.5 Maintain all temporary support throughout the length of the Contract. Periodically
inspect all exposed rock areas in the excavations and install additional temporary
support, as required.

.6 For all bolt types, upon completion of drilling, blow the hole clear with compressed air,
minimum 50 psi, introduced at the back of the hole. Holes drilled below horizontal shall
be blown clear immediately prior to bolt/dowel installation.

.7 During construction cement grout used for bolts/dowels installation shall be sampled and
tested for compressive strength for quality assurance. The frequency of the tests shall be
one test for every 50 bolts installed. The minimum compressive strength shall be 60 MPa
at 28 days as determined by cube strength tests in conformance with ASTM C 109. All
tests to be executed in the presence of the Engineer.

3.2 DOWELS, BOLTS AND SPILES WITH RESIN ANCHORAGES


.1 Insert individual resin cartridges carefully into the hole to avoid rupture, and position
with tamping rods. Use a shaped plastic cap after every third cartridge in holes rising at
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 8 OF 9

more than 30 degrees above horizontal to maintain cartridges in position. Use the number
of cartridges per hole recommended by the resin cartridge manufacturer for the
combination of hole diameter and bar size being used to ensure complete encapsulation
of the dowel, bolt or spile.

.2 Insert the steel bar in the hole until it contacts the first cartridge. At this point rotate the
dowel at the rate recommended by the resin cartridge manufacturer, but not less than 100
rpm and insert it into the hole at a penetration rate of approximately 50 to 100 mm per
second, and continue rotation for at least 10 seconds after the dowel has been fully
inserted. Hold the bar until the resin has hardened sufficiently to keep the dowel in place.

.3 If the installation is for a rock bolt, ensure that the proper number of fast-setting resin
cartridges are used for the anchor zone of the bolt. Follow manufacturers
recommendations regarding resin set time. After the fast-setting resin gels and achieves
appropriate strength, but before the slower setting resin achieves its set, tension the bolt
as specified herein.

3.3 FRICTION BOLTS


.1 Drill holes for friction bolts to maximum diameters as recommended by bolt
manufacturer for the specific bolt size selected by Contractor. Drill holes to lengths and
at orientations to the excavated rock face as determined by Contractor or Contractors
design engineer.

.2 Install friction bolts in conformance with manufacturer's instructions. Closely control


drilling to ensure appropriate hole size.

3.4 WELDED WIRE MESH AND ROLLED STEEL CHANNELS


.1 Where welded wire mesh is used, welded wire mesh shall be fastened against excavated
rock surfaces by means of the installed rock dowels or bolts and shall follow rock
contours. Prior to installation of welded wire mesh, rock surfaces shall be scaled and
cleaned. The welded wire mesh shall be overlapped by an amount equal to 1-1/2 times
the mesh spacing at horizontal and vertical joints. Width of mesh shall be coordinated
with the anchor installation pattern. The mesh shall not be lapped at intermediate points.
Expansion bolts for supporting welded wire mesh from rock at intermediate points may
be used and shall be suitable commercially available steel bolts with resin anchors or
steel expansion shells. Expansion bolts shall be 19 mm in minimum diameter and of 305-
mm minimum length to extend approximately 305 mm into sound rock with sufficient
projection length from the rock for the proper attachment of the mesh with bearing
plates. Installed expansion bolts that become loose during or after attachment shall be re-
tensioned or replaced.

.2 Where rolled steel channels are used, pin the channels with dowels or bolts. Ensure that
dowels or bolts are spaced appropriately to match anchor holes in the channels. Place
channels snug against rock surface and tighten bearing plate to the required working load
for rock dowels or bolts. Block rolled steel channels with hardwood wedges and/or
install additional rolled steel channels or steel straps along the length of the tunnel as
required to prevent fallout of rock.
CITY OF OTTAWA SECTION 02437
COMBINED SEWAGE STORAGE TUNNEL ROCK REINFORCEMENT AND
EXCAVATION
CONTRACT NO. ISD14-2036 PAGE 9 OF 9

.3 Where rolled steel channels and welded wire mesh are used together, welded wire mesh
shall be placed under the installed channels, where required, and drawn snug to the rock
surface by means of a bearing plate installed on the projecting end of each rock dowel or
bolt. Welded wire mesh shall be overlapped at the channel edges a minimum of two full
mesh widths.

3.5 STEEL STRAPS AND ROLLED STEEL CHANNELS


.1 Field bend steel straps as necessary to conform to the rock surface. Attach to the rock
using rock dowels or rock bolts.

.2 Place rolled steel channels against the rock surface to provide support to the rock surface
between rock dowels and rock bolts, as determined necessary by the Contractor or
Contractors design engineer.

.3 Block straps and channels where necessary with steel or wood wedges or shotcrete to
provide full contact between the rock and the strap.

3.6 PULL TESTS FOR ROCK BOLTS AND DOWELS


.1 Execute pull test on rock bolts and dowels according to ASTM-4435.

.2 Maintain the equipment to be used for performing pull tests in good working condition.

.3 First five production rock bolts and the first five production friction and grouted steel
rock dowels of each type shall be tested. Thereafter rock bolts/dowels will be selected at
random by the Owner for testing. A minimum of three percent of each type installed
shall be tested. Perform tests not less than one or more than three days after installation.

.4 The bolt/dowel tested shall be considered to have failed and shall be replaced at no cost
to Owner if the total movement exceeds 13 mm or if movement occurs and continues to
occur below or at the indicated test load. Test up to three additional bolts/dowels
adjacent to a failed bolt/dowel. Replace the failed bolts/dowels at no additional cost to
Owner and retest the replacement bolts/dowels.

3.7 UNACCEPTABLE ROCK REINFORCEMENT


.1 If it is found that any rock reinforcement is defective, loose, or improperly installed or
will not take the required load in a pull test without slip, install another rock bolt/dowel
reinforcement in a new hole drilled in the immediate vicinity of the unsatisfactory
dowel/bolt.

.2 If rock reinforcement has been damaged or made ineffective by construction operations,


repair the damage and, if necessary, install additional rock reinforcement to replace the
damaged or ineffective ones.

END OF SECTION

CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 1 OF 15

Part 1 General

1.1 SUMMARY
.1 This Section specifies the provisions, requirements, procedures and materials for shaft
and chambers grouting which shall be performed prior to the excavation of the shaft and
chambers designated as sealed. This Section also specifies grout materials, grout mixes,
grouting criteria, and performance requirements for each stage of the grouting program.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Waste Management and Disposal

.4 Section 02140 - Groundwater Control

.5 Section 02150 - Excavation Support System

.6 Section 02228 - Blasting

.7 Section 02400 - Shaft Construction

.8 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.9 Section 02450 - Foundation and Load Bearing Elements (Rock Anchors)

.10 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

1.3 DEFINITIONS
.1 Bag: A measurement of weight of dry Portland cement equivalent to 50 kg of cement.

.2 Preliminary Closure Criteria: Criteria used to determine when an area undergoing


grouting has been sufficiently treated by evidence of reduction of the rock mass
permeability. The measure of the reduction of rock mass permeability will be determined
by either by a grout take at allowable pressures and/or as measured through water
pressure testing. The grout take measured to determine closure is expressed as bags of
cement per m of stage, injected into the stage to refusal at the maximum safe pressure for
that stage. Criteria which are exceeded will determine whether it is necessary to drill
additional holes by the split-spacing approach and resume grouting.

.3 Closure Criteria: Criteria used to determine when an area undergoing grouting has been
sufficiently treated by evidence of reduction of the rock mass permeability. The measure
of the reduction of rock mass permeability will be determined by inflow measurement.
Criteria which are exceeded will determine whether it is necessary to drill additional
holes by the split-spacing approach and resume grouting.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 2 OF 15

.4 Ascending Stage Grouting: A procedure wherein a grout hole is drilled to the full
planned depth, or to such depth in response to subsurface conditions, then water tested
and grouted in packer isolated stages that are sequenced from the bottom to the top of the
hole.

.5 Grouting (Curtain Grouting): The injection of grout into grout holes arranged around the
shaft excavation and deaeration chambers as shown on the Contract Drawings. The grout
curtain is installed to reduce groundwater inflow into the shaft excavation.

.6 Descending Stage Grouting: A procedure wherein a grout hole is advanced by stages


from the top to the bottom of the hole. Each stage is water tested and grouted, and the
grout is allowed to obtain initial set before deepening the hole through the next stage.
The method shall use packer grouting, where each stage is isolated by a packer, water
tested and grouted as in the ascending stage grouting method.

.7 Discrete Feature: A discrete joint or discontinuity in the rock mass as defined in the
GBR.

.8 gpm: Gallons per minute.

.9 Hookup: The process of satisfactorily seating a packer at the top of a specified stage or
grout hole preparatory to performing a water pressure test or for grouting.

.10 Pre-excavation Grouting: The injection of grout into the ground or rock ahead of an
excavation through grout and probe holes drilled from within the excavation or ground
surface to control groundwater inflows or to improve ground conditions.

.11 Refusal: The point during grouting when little or no grout is accepted into the formation
under the maximum allowable pressure, which signals the completion of grouting in any
stage or hole.

.12 Staging: The breakdown of the grout or probe holes in intervals of stages. The basis of
staging a hole may be ground conditions encountered in the hole or for the purposes of
enhancing the effects of grouting. Staging may be performed in ascending or descending
methods where each stage is isolated by a packer for the purposes of water testing,
grouting and stabilizing and filling of the hole with grout and redrilled if conditions
require.

.13 Water Pressure Tests: Test consisting of measuring water take over a set time interval for
a particular stage or hole length at specified pressures. The purpose of water pressure
tests is to determine the ground/rock mass permeability and assist in selection of
appropriate grout mixes compatible with the measured permeability.

.14 Water to Cement Ratio: The ratio, as measured by weight, of water to cement in the
grout mix.

1.4 DESIGN CRITERIA


.1 The design criteria for curtain grouting shall be based upon specific closure criteria as
specified in 1.5 in this Section.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 3 OF 15

.2 Pre-excavation grouting criteria, in all other areas, shall be determined by the Contractor,
subject to the limitations indicated below, and as accepted by the Engineer. Develop
efficient grouting/drainage means and methods to minimize impacts to the Champlain
Sea Clay.

1.5 PERFORMANCE REQUIREMENTS


.1 Grouting:
.1 Reduce inflows to facilitate excavation of shafts and chambers and minimize
impacts on Champlain Clays that can cause settlements.
.2 Preliminary closure criteria will be achieved when grouted zones demonstrate a
hydraulic conductivity of less than 2x10-8 m/s anywhere as determined with
pressure tests.
.3 Closure criteria will be achieved when total seepage of water into a sealed shaft
or chamber through exposed rock does not exceed 2 liters per minute (3000
L/day) and at any time during excavation and upon completion of excavation as
measured by totalizing flow meters on the discharge lines.

.2 Tolerances:
.1 Location and orientation for grout holes shall be as shown in the approved
working drawings and as described herein.
.2 The maximum hole deviation shall be 1 percent of the hole depth.

1.6 SUBMITTALS
.1 General: Make submittals in accordance with Section 01330, Submittal Procedures.

.2 Integrate submittals specified herein with those specified for Section 02140,
Groundwater Control, Section 02450, Foundation and Load Bearing Elements (Rock
Anchors), and Section 02400, Shaft Construction.

.3 Product Data:
.1 Submit manufacturer's product data sheets indicating mixing and handling
requirements, personal safety equipment, first aid measures, and methods for
proper storage and disposal of waste materials.
.4 Working Drawings and Methods Statements:
.1 Submit descriptions of proposed tunnel pre-excavation grouting procedures
including but not limited to:
.1 Proposed agitators or holding tanks, mixers, pumps, drilling equipment,
piping and manifolds, valves, packers, and certification of calibrated
gauges.
.2 Equipment, methods and means of accurately measuring grout pressure
and rate of grout injection.
.3 Equipment and procedures for conducting water pressure tests for each
method of grouting requiring such tests.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 4 OF 15

.4 Methods to reliably control grout pressures at or below the maximum


pressure allowed for each grouting stage.
.5 Method Statements including quality control procedures describing the
sequence of operations and details of how grouting shall be carried out
concurrently with other activities, including the assignment of labor
required to perform this work.
.6 Resubmit procedures for approval whenever changes are planned to
grouting criteria or grouting procedures.
.2 Descriptions of proposed grouting equipment at each site. Include:
.1 Proposed agitators or holding tanks, colloidal mixers, pumps, drilling
equipment, piping and manifolds, valves, packers, and certification of
calibrated gauges.
.2 Equipment and procedures for conducting water pressure tests to proof
effectiveness of pre-excavation grouting.
.3 Equipment, methods and means of accurately measuring grout pressure
and rate of grout injection. Include information on high-precision
calibration gauges to be used for regular calibration of production-type
gauges used during grouting.

.5 Mix Designs:
.1 Furnish for each site:
.1 Mix design data, including all mix components and test results to meet
minimum requirements specified herein.
.2 Certifications that all admixtures are non-corrosive to concrete.
.3 Provide certificates of chloride content for accelerating admixtures.
.4 Initial and final set times for proposed mixes for the range of
water/cement ratios specified herein.
.5 Certifications that all materials satisfy ANSI/NSF 61 potable water
standards requirements.

.6 Quality Control:
.1 Qualifications:
.1 Qualifications of the supervisor(s) for grouting operations.
.2 Certifications:
.1 Calibration certificates and calibration procedures, on a weekly basis or
as directed by the Owner, for gauges and meters to be used in grouting
operations.
.3 Recordkeeping:
.1 Logs for each shift for each type of probe/grout hole drilling including:
.1 Start and finish times.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 5 OF 15

.2 Name of drillers and inspectors.


.3 Diameter and length of hole drilled.
.4 Locations of changes in the drilling rate, if applicable.
.5 Locations of changes in water inflow rate and pressure.
.6 Groundwater inflow rate for each hole, if any.
.7 Groundwater pressures in all holes if water is flowing from hole.
.8 Locations of drilling water loss.
.9 Record of strength on grout cylinders
.4 Grouting Records:
.1 Location and type of grouting.
.2 Mix type(s) and injection time.
.3 Amount of cement used (bags or kg).
.4 Amount of chemical grout used (gallons).
.5 Gauge pressure (kPa).
.6 Grout flow rate (lt/min).
.7 Communication patterns to other holes and/or other reasons to stop
injection in each grout hole, as applicable.

1.7 QUALITY ASSURANCE


.1 Reference Standards:
.1 American Society for Testing and Materials (ASTM)
.1 ASTM Cl17, Test Method for Material Finer than 75-m (No. 200)
Sieve in Mineral Aggregates by Washing
.2 ASTM Cl36, Method for Sieve Analysis of Fine and Coarse Aggregates
.3 ASTM Cl50, Specification for Portland Cement
.4 ASTM C494, Specification for Chemical Admixtures for Concrete
.2 National Sanitation Foundation:
.1 ANSI/NSF-61, Drinking Water System Components-Health Effects
.3 American Petroleum Institute (API):
.1 API Recommended Practice 13B-1 (RP 13B-1), Recommended Practice
Standard Procedure for Field Testing Water-Based Drilling Fluids,
Section 1, Mud Weight (Density) and Section 2, Viscosity and Gel
Strength, First Edition, June 1, 1990, including Supplement 1, May 1,
1993.
.2 Qualifications:
.1 Grouting shall be performed under the direction of a supervisor having a
minimum of 10 years in grouting for underground construction purposes.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 6 OF 15

.3 Meetings:
.1 Pre-Construction Meeting: In advance of beginning the grouting operations, the
grouting supervisor and shift supervisors shall attend a meeting with the Owner
to discuss the following:
.1 Safety and first-aid procedures
.2 Survey of hole layout for curtain grouting and hole layout for pre-
excavation grouting
.3 Mix designs, materials and equipment requirements
.4 Criteria for performing pre-excavation grouting.
.5 Criteria used to initiate and cease grouting including applicable refusal,
closure, inflow and water testing criteria.
.2 Progress Meetings: Once a week, when pre-excavation grouting is performed, or
at the request of the Owner, progress meetings shall be conducted to review the
performance, schedule and criteria of the pre excavation grouting operations.
The meeting shall be attended by the Contractor's grouting supervisor and Owner
to discuss the following:
.1 Performance of the pre-excavation operations relative to their approved
procedures and intended improvements.
.2 Adequacy of grouting and drilling procedures and proposed
modifications.
.3 Sequencing of work and schedule.

1.8 JOB CONDITIONS


.1 Anticipated subsurface conditions and unmitigated groundwater inflows are given in the
Geotechnical Baseline Report (GBR).

1.9 SEQUENCING AND SCHEDULING:


.1 Perform pre-excavation grouting from the surface in advance of excavation operations,
for the purpose of groundwater inflow reduction.

1.10 PRODUCT DELIVERY, STORAGE AND HANDLING


.1 Transport, store, and handle materials in the manner prescribed by the manufacturers of
each product.

.2 Protect materials from mechanical damage and damage caused by environmental


exposure. Clean up spills as prescribed by the manufacturer.

.3 Cement:
.1 Furnish Portland cement in sacks as packaged by the manufacturer or in bulk.
.2 Use cement as close as possible to the chronological order in which it was
delivered to the job site.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 7 OF 15

.3 Store cement such that each shipment can be identified and utilized separately.
.4 Cement shall be free from foreign matter and lumps. If cement is found to
contain lumps or foreign matter of a nature and in amounts deleterious to the
grouting operations, it shall not be used and shall be disposed of in a manner
satisfactory to the Owner.
.5 If bulk cement is used, accurate devices shall be used to measure the quantity of
cement delivered and utilized.
.4 Chemical Grout:
.1 Furnish sodium silicate grout as packaged by the manufacturer or in bulk.
.2 Store and use the sodium silicate grout in the manner recommended by the
manufacturer.

1.11 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to execute pre-excavation grouting as
specified herein and no separate payment shall be made.

Part 2 Products

2.1 MATERIALS
.1 General:
.1 No toxic or other poisonous substances shall be included in the grout mix or
otherwise injected into the ground in conjunction with grouting operations.
.2 All grouting materials for pre-excavation and Owner-directed grouting shall
meet ANSI/NSF 61 potable water standards requirements once they have fully
cured and hardened unless approved otherwise by the Owner based on review of
MSDS sheets for the proposed materials.
.3 All grouting materials used shall meet the requirements of Section 03300, Cast-
in-Place Concrete (Shafts and Underground Structures) except as modified
herein.

.2 Cement:
.1 Pre-excavation and Owner directed grouting shall use Type HE
.3 Admixtures:
.1 Superplasticizers/dispersants or high range water reducers used for the
formulation of grout mixes shall be as approved by the Owner.
.2 Fluidifiers that promote steel corrosion shall not be allowed.
.3 Use admixtures compatible with proposed mixing water. Admixtures containing
chlorides shall not be used.
.4 Accelerators shall conform to ASTM C494, Type C.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 8 OF 15

.4 Water:
.1 Water used for all grout mixes shall meet the requirements of Section 03300,
Cast-in-Place Concrete (Shafts and Underground Structures).
.2 The temperature of the water at the time of mixing shall be less than 25 degrees
Celsius.
.5 Miscellaneous Materials:
.1 Caulking materials shall be kept available for use at all times during the
performance of grouting operations. These materials shall include oakum,
wooden wedges and burlap.
.2 Grout pipes placed at the collar of the holes shall be a minimum of 6 mm to
13 mm greater in diameter than the minimum hole diameter. Grout pipes shall
project a maximum of 150 mm above the ground surface and be embedded a
minimum of 0.5 m into rock.

.6 Mixes:
.1 Grout mixes shall be developed by the Contractor based on these Specifications
and subject to review and acceptance of the Engineer prior to commencement of
grouting. Depending on the results of water pressure tests performed in a specific
grout hole immediately prior to injection of grout, rate of grout take, rate and
pressure of water inflows from probe/grout holes or inferred geologic conditions,
may require the mix applied to be adjusted during grouting.
.2 Grout mixes shall be stable (less than 4% bleed) determined based on ASTM
C940 and shall have pressure filtration coefficients of 0.040 min- 112 or less,
determined based on API RP 13B-1.
.3 The Contractor shall design mixes with Marsh Cone values of less than 35
seconds, 40 to 50 seconds, and 60 to 75 seconds, determined based on API RP I
3B- I.

2.2 EQUIPMENT
.1 Drilling Equipment:
.1 Drilling equipment shall be selected to suit proposed methods, and for the
anticipated subsurface conditions as described in the Geotechnical Baseline
Report (GBR) to achieve the objectives of grouting specified herein.
.2 Drilling equipment shall be designed to facilitate probe and verification holes,
grout holes and drain holes in the anticipated ground conditions described in the
GBR.
.3 Drilling equipment for grouting shall have capacity to drill to the depth and
alignment tolerances as shown on the Contract Drawings. Drilling equipment for
curtain grouting shall be selected to minimize the plugging of rock fractures or
damage to the rock mass.
.4 Down-the-hole hammer percussive drill shall not be allowed.
.5 Drill equipment and techniques shall be such as to minimize erosion and caving
in the hole.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 9 OF 15

.2 Cement Grout Mixers and Agitators:


.1 Mixers shall be high-speed colloidal type capable of providing a homogenized
mix with a tangential return flow from the centrifugal pump.
.2 Mixers shall have sufficient capacity to ensure an uninterrupted supply of grout
to the pump.
.3 Provide means of accurately measuring grout ingredients at the mixer.
.4 Provide a means for increasing or decreasing the water/cement ratio at the mixer
as indicated by the field conditions.
.5 Provide a separate agitator serving as a holding tank between the mixer and the
pump that allows continuous pumping.
.6 Equip agitators with baffles to induce turbulence and rotating paddles that will
promote thorough mixing of the grout at all times prior to and during injection.

.3 Sodium Silicate Mixers:


.1 The grout mixers shall conform to grout manufacturer recommendations and be
capable of complete mixing of the materials used and shall be of sufficient
capacity to continuously feed the pumping unit under all planned pumping rates.
.4 Cement Grout Pumps:
.1 Pumps used for placement of pre-excavation grouting shall be progressive cavity
capable of delivering grout at pressures of up to 1500kPa. The pumps shall be
rated at a minimum capacity of 25 gpm at 1500kPa.
.2 Open throat pumps shall not be used.
.3 Provide a water connection on the grout pump to facilitate flushing the system
and injection of water into the grout holes.
.4 Provide standby pump of same specifications for each grout operation.

.5 Sodium Silicate Pumps:


.1 The chemical grout plant shall be capable of continuously supplying,
proportioning, mixing and pumping the grout.
.1 Each main pump shall be equipped with recording, positive displacement
meters that will accurately measure the volumes pumped. Meters shall
also be provided at the injection point for each injection line. The meters
shall operate independently of the viscosity of the metered fluid. Meter
accuracy shall be checked at least daily.
.2 Proportioning pumps shall be capable of developing a minimum of
1500 kPa and shall be controllable at pumping rates between 0.5 to 10
gpm. The pumping unit shall be capable of varying the rate of pumping
while maintaining constant component ratios.
.3 The pumping unit shall be equipped with piping, hoses, or both, of
adequate capacity to carry the base grout and reactant solutions
separately to the point of mixing.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 10 OF 15

.4 A sampling valve shall be placed beyond the point of mixing and the
baffling chamber, and shall be easily accessible for sampling mixed
grout.

.6 Appurtenances:
.1 Packers:
.1 Packers shall be capable of tightly sealing the grout holes at the selected
locations and depths, such that grouting can be done at grout pressures
equal to the maximum pressure used in the hole without leakage. Packers
shall be designed prevent hydrostatic head build-up during placement
and seating of the packers. Packers shall be equipped with shutoff
valves.
.2 Grout pipe to and through the packer shall have a minimum inside
diameter of 38 mm.

.7 Instrumentation:
.1 Provide a grouting data acquisition system for measurement of injection
pressures, grout flow rate, and accumulated grout take.
.2 Pressure Gauges:
.1 Gauges shall be accurate for the entire range of injection pressures, and
shall be provided with appropriate gauge savers.
.2 Pressure gauges shall be installed both at the collar of the hole and at the
pump.
.3 Gauges of different capacities shall be used and calibrated for low,
intermediate, and high pressure grouting work.
.4 Verify accuracy of gages weekly or as directed by the Engineer.

.8 Flowmeters:
.1 Furnish and install calibrated flowmeters for curtain grouting and pre
excavation grouting to monitor grout inflow for each hole.
.2 Verify accuracy of flowmeters as required by the Engineer.

.9 Piping:
.1 Locate a manifold consisting of a system of valves and pressure gauge in the line
at the collar of the hole to permit continuous circulation, accurate control and
monitoring of grouting pressure, bleeding, and regulation of flow.
.2 Size: Grout piping and hoses shall range in interior diameter between 25 mm and
38 mm.

.10 Water Testing Equipment


.1 Water pressure testing equipment shall include pressure gauges which are
appropriate for the intended pressure range and operation. Pressure gauges shall
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 11 OF 15

be accurately calibrated periodically or at the direction of the Engineer with an


accurately calibrated high precision pressure gauge.
.2 Headers used for water pressure testing shall include a "bleed-off ' valve to
facilitate adjustment of the test pressure.
.3 Pumps used for water pressure testing shall deliver a steady, non-fluctuating
flow within the desired range of test pressures.

.11 Movement Monitoring System:


.1 Provide instrumentation to remotely detect any movement of the ground surface
within a radius of 10 meters from any hole being grouted. The monitoring
devices shall be capable of detecting movements of 0.75 mm (1/32 inch) or more
in any direction.
.2 The instrumentation shall be an automated total station and prism combination
which shall be equipped to transmit movement data to the grouting control
station in real time. Backup surveyor's instruments shall be provided in such
quantity as to allow evaluation of the movement of the ground surface without
the necessity of moving the instrument location during injection. The original
position of the ground prism array shall be established prior to commencement
of grouting operations.
.3 The Contractor shall dedicate experienced and fully qualified personnel to
monitor the instrumentation so as to prevent any damage due to movement. Any
damage that does occur due to insufficient instrumentation or monitoring effort
shall be repaired or replaced by the Contractor at no cost to the City.

Part 3 Execution

3.1 GENERAL
.1 Perform pre-excavation grouting for the purpose of reducing water inflows into the
shafts, chambers and their connections, the EWT or NST, or to stabilize ground
conditions in accordance with the approved working drawings and method statements.

.2 Do not perform grouting without the appropriate pressure gauges in place and in working
order, and appropriately checked with calibration gauges. Depending on magnitudes of
intervals of pressure needed for grouting, more than one range of gauges may be required
for any one heading.

.3 Discharge water from grouting operations shall be collected, treated and disposed of in
accordance with Section 01355, Waste Management and Disposal and Section 02140,
Groundwater Control.

.4 Appropriate calibration gauges shall continuously be available and used to calibrate field
gauges weekly, and as otherwise required.

.5 Any grout hole that becomes plugged or obstructed before water testing and grouting
shall be reopened, redrilled, downstaged or plugged with grout and abandoned.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 12 OF 15

.6 Maintain equipment used for mixing and injection of grout in satisfactory operating
condition at all times. Keep equipment and lines clean by constant circulation of grout
and by periodic flushing.

3.2 PRE-EXCAVATION CURTAIN GROUTING


.1 General Requirements:
.1 The extent of drilling and grouting shall be adjusted as needed to achieve the
objectives based on conditions disclosed as excavation and grouting proceed.
.2 Grouting shall be carried out around the shaft or chamber primary support below
the secant pile in the rock excavated portion of the shafts or around chambers as
shown in the Contract Drawings. The purpose is to limit water infiltration into
the excavation through open fractures.

.2 Sequence of Drilling and Grouting:


.1 Drill grout holes to their full depth, clean, and grout in ascending stages from the
bottom of the hole.
.2 Perform drilling and grouting of curtain holes in a split-spacing sequence,
starting with primary holes, followed by additional holes split spaced between
primary holes as required to meet closure. Contractor to determine the distance
between the primary holes.
.3 Drill and grout holes such that a minimum distance of 8 m between holes to be
drilled and grouted is maintained until grout in holes within this distance has
completely set, or that no open grout hole exists within this distance of a hole to
be grouted.
.4 Monitor grout takes for each stage to determine the need for additional holes
split spaced between initial holes.
.5 Make successive reductions in the hole spacing until, in the judgment of the
Engineer, no further reductions in spacing are warranted by the conditions
encountered.
.6 Starting with the secondary holes, the drilling of any split-spaced curtain grout
hole shall not start until the grout in the two holes on each side of it has had time
to set.
.7 For all grouting holes, Contractor to determine the length of each stage.
.8 If the grout holes do not stay open during drilling, then a descending stage
grouting method shall be used.
.9 Each stage shall be water pressure tested and the stage shall be grouted to refusal
if the takes in the water pressure tests for that stage exceed the criteria specified
herein.
.10 After grouting each stage to refusal, failure to meet the preliminary closure
criteria in any stage shall mandate the drilling of additional holes midway
between existing adjacent holes (split-spacing).

.3 Drilling Holes:
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 13 OF 15

.1 Drill grout holes at the locations, orientation, inclinations, spacing and lengths
shown on approved working drawings.
.2 Diameter of all curtain grout holes shall have a nominal diameter of 50 mm.
.3 Use water as the exclusive circulation fluid for all drilling operations at a rate
sufficient to eject all drill cuttings and maintain a clean hole. Use of drilling mud
or polymers shall not be allowed.
.4 Where the ground conditions determine that descending stage grouting is
required, allow grout to take an initial set before the hole cleaned and advanced.
If the Contractor fails to clean out a hole before the grout has achieved final set,
re-drilling shall be performed by and at the Contractor's expense.
.5 Stop drilling the hole if there is evidence of caving or a total loss of circulation
water. If there is caving, descending stage grouting may be required.
.6 Perform water pressure test and inject grout into holes within 72 hours of initial
drilling.

.4 Grouting Equipment Layout:


.1 Place grout agitators in the approximate center of the area being grouted at any
given time.
.2 Do not place the grout pump more than 15 m away from the hole being grouted.

.5 Water Pressure Test:


.1 Grouting of each stage shall be preceded by a water pressure test of each stage.
Water pressure tests shall consist of measuring water take over a 5-minute
interval at 2 bar above the height of the groundwater table or as approved by the
Engineer.
.2 The objectives of water testing are to:
.1 Verify that the packer has been seated adequately.
.2 Obtain pre-grouting water test data.
.3 All holes shall be grouted regardless of the results of water pressure testing.

.6 Grout Mixing:
.1 Mix grout in high-shear, "colloidal" type mixers, operated at maximum rpm.
.2 Add superplasticizers and other additives after partial mixing of the cementitious
materials, per approve work plans.
.3 Admixtures to increase flowability and stability of the grout mix shall be added
as required. Obtain flowability of grout using a dispersant, high-range water
reducers or superplasiticizer compatible with the cement being used.

.7 Grout Injection:
.1 Injection pressures for curtain grouting shall not exceed 30 kPa per metre of
depth below the ground-rock interface for vertical depths up to 15 m and 45 kPa
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 14 OF 15

per metre of depth for > 15 m. Depths shall be measured to the center of the
interval being grouted.
.2 When the maximum allowable pressure has been reached, it shall be held and the
stage pumped to refusal in accordance with the refusal criteria.

.8 Completion of Grouting:
.1 Grout refusal for a specific stage in a grout hole has been achieved when the
following conditions are satisfied at the specified injection pressures:
.1 The rate of grout injection is less than or equal to 1.5 l/m for at least 5
minutes at the refusal pressure.
.2 Displacement at the ground surface of 6 mm occurs
.3 Inject no more than 100 sacks of cement into any single stage of a grout
hole, unless directed by the Engineer.
.2 Systematic curtain grouting shall be applied in primary and higher order grout
holes based on a pre-determined closure criterion.
.3 The addition of further holes beyond the mandatory primary holes shall be based
on reaching the designated inflow criterion.

3.3 SEALING INFLOWS


.1 Should there be any inflows observed into the excavation as excavation progresses the
Contractor shall grout additional curtain grouting holes or conduct grouting from within
the shafts or chambers to comply with the closure criteria.

.2 Other methods that can be used to comply with the closure criteria include sprayable
membranes in a sandwich configuration between two shotcrete layers in a way that meets
the leakage criteria. In this case the Contractor has to design the shotcrete to withstand
the external groundwater head.

.3 The Contractor shall propose methods to achieve the closure criteria as defined in this
Section.

3.4 FIELD QUALITY CONTROL


.1 Grouting Records:
.1 Data or notes taken by the Engineer during periodic inspections of grouting will
not relieve the Contractor's responsibility in documenting grouting operations.
.2 Provide survey equipment to ensure proper location and orientation of all curtain
grout holes.
.3 Execute at least one water pressure test for every 50m2 of rock that will be
exposed after excavation is finished to demonstrate that the grouted zones
comply with the performance requirements specified herein.
.4 During grouting operations, verify:
.1 Grout hole alignment, length, and overlap satisfies criteria specified
herein.
CITY OF OTTAWA SECTION 02439
COMBINED SEWAGE STORAGE TUNNEL PRE-EXCAVATION GROUTING
FROM SURFACE
CONTRACT NO. ISD14-2036 PAGE 15 OF 15

.2 Communication between grout holes is not occurring.


.3 Maximum recommended grout pressures are not exceeded.
.4 Grout mixes satisfy the criteria specified herein.
.5 Grout lines are not plugged or obstructed.
.6 Grouting operations are performed in the correct sequence, specified
herein.
.7 Refusal criterion has been satisfied for any stage of grouting within a
grout hole.
.8 Closure criterion as specified herein has been satisfied prior to
terminating grouting of each hole.

3.5 CLEAN-UP
.1 No substantial buildup of wasted or leaked grout shall be allowed in the excavations or
lined facilities at any time.

.2 If leakage of grout, drill cuttings, or other foreign material occurs, remove and dispose of
such material by washing or other acceptable means.

END OF SECTION

CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

Part 1 General

1.1 SCOPE OF WORK


.1 This section covers installation of the 1800mm internal diameter concrete pipe for the
Diversion Sewer by tunneling methods.

.2 The Contractor shall furnish all materials and equipment necessary for installation of a
concrete pipe as shown on the Contract Drawings and is responsible for selecting their
means and methods for completing the installation of the concrete pipe in compliance
with the Specifications.

.3 Rock tunneling shall include fabrication, transportation, testing, installation and launch
of the TBM; installation and use of all other tunnel excavation equipment; the
excavation, handling, removal, and disposal of all materials encountered in the tunnel
excavation; installation of concrete pipe where shown on the Contract Drawings or
specified in the Contract Documents; collecting and conveying all tunnel construction
water, including groundwater infiltration; provision of all temporary drainage, tunnel
ventilation, lighting, and wiring; tunnel safety; and all appurtenant work necessary to
complete the work in accordance with the Contract Documents.

.4 The excavated diameter of the tunnel shall be determined by the Contractor based on its
selected construction means, methods and equipment, subject to the limitations as shown
on the Contract Drawings or stated elsewhere in the Specifications. Excavate the tunnels
to the selected size; to the line and grade to allow the concrete pipe to be placed to the
line and grade shown on the Contract Drawings; and to within the tolerances specified
herein.

.5 Select and utilize methods and equipment compatible with the subsurface conditions
described in GBR.

.6 Tunnel Excavation by TBM for the EWT and NST is addressed in detail under Section
02430 - Tunnel Excavation by Tunnel Boring Machine (TBM).

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01310 - Progress Schedules

.3 Section 01355 - Disposal Excess Material

.4 Section 01710 - Tunnel and Shaft Safety

.5 Section 02140 - Groundwater Control

.6 Section 02150 - Excavation Support System

.7 Section 02400 - Shaft Construction


CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

.8 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.9 Section 02444 - Tunnel and Shaft Ventilation and Utilities

.10 Section 02455 - Contact Grouting

1.3 REFERNCES
.1 CAN/CSA-A257.2 - Reinforced Concrete Culvert, Storm Drain and Sewer Pipe

.2 CAN/CAS-A 257.3 - Joints for Circular Concrete Sewer and Culvert Pipe Using Rubber
Gaskets

1.4 DEFINITIONS
.1 Pipe Jacking: A system of directly installing pipes behind a shield tunnel boring machine
by hydraulic jacking from a drive shaft such that the pipes form a continuous string in
the ground. Tunnel muck is removed by muck cars, conveyor, slurry pipelines or augers.

.2 Tunnel Boring Machine (TBM): A full-face circular mechanized-shield machine, usually


of diameter over 1200 mm allowing person-entry to the excavation chamber or face,
steerable and with a rotary cutting head. For pipe installation it leads a string of jacked
pipes. It may be controlled by an operator within the shield or remotely (microtunneling).

1.5 DESIGN CRITERIA


.1 Design shaft excavation support systems in accordance with Section 02150, Excavation
Support System.

.2 Jacking pipe shall be according to CAN/CSA A257.2 with a minimum class of 100-D.

.3 Jacking pipe shall contain two cages of circular reinforcement in the barrel of the pipe.
The outer cage shall extend into the bell of the pipe and the inner cage into the spigot of
the pipe. Elliptical reinforcement in the barrel of the pipe is not permitted for jacking
pipe.

.4 Design thrust block to withstand the maximum jacking force that the hydraulic jacking
system can produce without excessive deflection or displacement using a minimum
factor of safety of 1.5 for the maximum expected jacking force.

1.6 TOLERANCES
.1 Tunnel alignment shall not vary from the design alignment more than 100 mm
horizontally except at shafts or intersections where a 50 mm maximum variation applies.

.2 Variations from design grade shall not exceed 50 mm +/- vertically.


CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

1.7 SUBMITTALS
.1 Submit shaft excavation and support work plans per Section 02150, Excavation Support
System and Section 02400, Shaft Construction.

.2 Submit documentation showing that the Contractor and personnel meet the minimum
required qualifications. Include a list of a minimum of three projects similar in scope and
value to the project specified in the contract documents. Information must include, but
not be limited to date and duration of work, location, pipe information (i.e. length,
diameter, depth of installation, pipe material, etc.), project owner information (i.e. name,
address, telephone number, contact person), and the contents handled by the pipeline
(water, wastewater, etc.).

.3 Submit pipe jacking plan, complete with drawings, written descriptions, procedures, and
manufacturers information that details equipment, materials and construction
methodology. The plan shall include the following:
.1 Detailed tunnel boring machine dimensions and attributes including: shield and
gage cutter diameters, speed and torque ranges, face access for cutter changes,
capability for advance probing and grouting, flood door configuration,
.2 Detailed description of the cutting tools, configuration that will be used to
excavate the bedrock material outlined in the GBR.
.3 Description of the alignment control and guidance system.
.4 Description and capacity of the main jacking system including the details of the
thrust ring, thrust block, jacking controls, hydraulic pressure to jacking force
conversions and hydraulic jack calibration data.
.5 Description of the bentonite lubrication system including details of the
lubrications to be used, injection port locations, manufacturers literature, MSDS
Sheets, proposed procedures, and volume requirements.
.6 Description of the ventilation, atmosphere monitoring system and alarms for
control of hazardous gases.
.7 Means and method of groundwater control, including a description of the
groundwater pumping capacities, equipment and procedures in accordance with
Section 02140, Groundwater Control.
.8 Submit shop drawings detailing shaft layout plan and section views of shaft
support systems and detailing dimensions and sizes, and locations of all
equipment within available staffing areas at each shaft location required to
support pipe jacking operations. Equipment shall include but not be limited to
cranes, front-end loader, jacking pipe stockpiling, spoil transfer areas, spoil
hauling equipment, pumps, generators, lubrication plant, tool trailers, containers.
.9 Submit a detailed construction schedule related to the overall project schedule as
per Section 01310, Progress Schedules showing all major activities and durations
including but not limited to mobilization, site preparation, shaft construction,
working slab construction, thrust block construction, jacking equipment setup,
pipe jacking machine retrieval, annular space grouting jacking pipe and
excavated surface.
CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

.10 Submit record drawings (as-builts). Maintain at construction site complete set of
field drawings for recording as-built conditions.

1.8 QUALITY ASSURANCE


.1 Supervision
.1 Pipe jacking and work associated with pipe jacking:
.1 Supervised by at least 1 person with 5 years of previous experience of
pipe jacking process.
.2 Operators
.1 Personnel experienced in pipe jacking with prior knowledge and ability in proper
operation of systems being employed with 5 years of previous experience.
.3 Operation
.1 Operate systems following manufacturers instructions
.2 Make available at all times copies of operations manuals to Engineer and
operational personnel on site.

.4 Run Test: Test full system on completion of set-up and before commencing drive.

.5 Drive Start Up.


.1 Before commencement of any drive, demonstrate to Engineer that required set-
up procedures and system checks are complete and required materials are at hand
to commence drive.
.6 Defective concrete pipe. Final concrete pipe shall be free of cracks.

1.9 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to providing and installing reinforce
concrete pipe by pipe jacking as specified herein and no separate payment shall be made.

Part 2 Products

2.1 CONCRETE PIPE


.1 Reinforced concrete pipe for pipe jacking according to CSA- A257.2 - Reinforced
Concrete Culvert, Storm Drain and Sewer Pipe

2.2 GROUT
.1 Conform to Section 02455, Contact Grouting.
CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

2.3 PIPE JACKING EQUIPMENT


.1 Provide pipe-jacking system that has main jacks mounted in jacking frame located in
starting shaft.

.2 Has jacking frame that successively pushes string of connected pipes following TBM
towards receiving shaft.

.3 Has sufficient jacking capacity to push TBM and string of pipe through ground.

.4 Has at least 20% greater jacking load capacity than maximum calculated.

.5 Use jack thrust reaction blocks for pipe jacking that are adequate to support jacking
pressure developed by main jacking system. Special care shall be taken when setting pipe
guide rails in jacking shaft to ensure correctness of alignment, grade, and stability.

.6 Overall control system that enables remote control of all main operating functions of
system from one location, either at surface or underground.

.7 Main jacking system capable of exerting uniform load to casing pipe at speed
commensurate with speed of excavation advance.

.8 Ability to articulate and steer to correct vertical and horizontal deviation from alignment
datum by remote activation.

.9 Means to inject lubricant over lead pipe, if required.

Part 3 Execution

3.1 SHAFT INSTALLATION


.1 Conform to Section 02150 - Excavation Support System.

.2 Conform to Section 02400 - Shaft Construction.

3.2 PREPARATION
.1 Maintain clean working conditions inside jacking operation area and remove spoil,
debris, equipment, and other material not required for operations.

.2 Provide power generation equipment and other equipment operating on or with fuel or
lubrication oils with suitable barriers and safeguards to ensure no loss of oil to drains or
to contaminate ground.

3.3 TUNNEL EXCAVATION


.1 All materials encountered shall be regarded as unclassified. All excavated material must
be removed and disposed of in accordance with the Specifications. If the Contractor uses
or proposes to use tunneling methods which, in the opinion of the engineer, are not such
as to permit close adherence to line and grade, the Engineer may require the Contractor
CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

to revise his procedure to comply with methods which will give more satisfactory results.
Any changes required by the Contractor to comply with tunnel line and grade are at the
contractors cost and no additional payment or schedule extension will be granted to the
Contractor.

.2 Excavated material shall be handled in the underground opening and transported, hoisted
and loaded in accordance with applicable federal and provincial safety requirements and
Section 01710, Tunnel and Shaft Safety. Continuously remove muck from the mined
excavation as the tunnel is advanced.

.3 If unstable face conditions, unacceptable lost ground or groundwater inflows develop at


the heading, initiate prompt action to mitigate these conditions. Contractor actions might
include a suspension of mining with temporary full breasting of the face followed by
void filling and face stabilization using methods such as grouting, installation of spiling
or other advance ground reinforcement, or other measures. Do not resume mining until
appropriate face stabilization measures have been satisfactorily implemented.

.4 The TBM shall be designed to permit critical and long-lead replacement parts to be
replaced from within the tunnel.

.5 The Contractor shall note that the TBM components as well as other excavation
equipment will be subject to abrasive ground conditions. Tunneling components subject
to high abrasive wear are, but not limited to, cutting tools, conveyors or other spoil
handling equipment, and sump pumps.

.6 The Contractor shall provide TBM spare parts that are considered critical and long-lead
items. Contractor shall maintain an inventory of spare parts as recommended by the
TBM manufacturer, to ensure continued operational availability of the TBM and
essential systems.

.7 Provide and maintains pipe lubrication system at all times to lower friction developed on
surface of pipe during jacking.

.8 The TBM shall be steer-able so as to maintain line and grade within the tolerances
specified.

3.4 PIPE INSTALLATION BY PIPE JACKING


.1 The Contractor is solely responsible for evaluating the ground conditions and ensuring
the appropriate equipment and installation procedures are employed during the work.

.2 Perform Work in accordance with current applicable regulations of the Federal,


Provincial, and local agencies. In the event of conflict, comply with the more restrictive
applicable requirements.

.3 Tunnel excavation shall not begin until a survey control has been established for the
TBM and tunnel.

.4 Tunnel excavation shall not begin until Contractors site safety representative has
reviewed and approved preparedness of Health and Safety Plan as per Contract
CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

Documents including emergency plan in accordance with OHSA and other applicable
requirements.

.5 The cutting tools shall be accessible for replacement during a drive without the use of a
rescue shaft.

.6 Develop uniform distribution of jacking forces on end of pipe by use of spreader rings
and packing measured by operating gauges.

.7 Maintain clean working conditions at all times inside the tunnel and shafts. All muck,
slush, grout spills, ponded water, and any other material not required for tunneling shall
be removed from the excavations in a timely manner.

.8 Provide sufficient overcut to minimize friction on the pipe. Overcut shall not exceed
25 mm on the radius without acceptance of the Engineer.

.9 The TBM shall be sealed to the leading pipe to prevent infiltration of soil, groundwater,
or lubricant into the tunnel.

3.1 DISPOSAL OF EXCAVATED MATERIAL


.1 All excess material resulted from pipe jacking operation that is be removed from site
shall comply with Section 01355, Disposal Excess Material.

3.2 SAFETY REQUIREMENTS


.1 Methods of construction for the tunnel shall be such as to ensure the safety of the work,
the Contractors employees, the public, and adjacent property, whether public or private.
All work shall conform to the requirements of Section 02444, Tunnel and Shaft
Ventilation and Utilities and Section 01710, Tunnel and Shaft Safety.

.2 Operations shall be conducted to minimize the impact of noise and dust to the residents
in the vicinity of the work. All surface equipment shall be equipped with noise
suppressors and enclosed in sound attenuation enclosures. All compressors shall be
enclosed in sound attenuation enclosures. All gasoline, diesel or air-powered equipment
shall be equipped with silencers or mufflers on exhaust lines. Storage bins and hoppers
shall be lined with materials that deaden sound.

3.3 TUNNEL LINE AND GRADE


.1 Control the excavation of the tunnel and construction of the excavation support to allow
construction of the final lining elements in accordance with the specified tolerances.

.2 Survey the invert of the tunnel excavation at 20 m intervals to ensure the alignment is
within the tolerances specified. Conduct the survey using procedures submitted in
accordance with this Section.

.3 The Contractor shall demonstrate to the Contract Administrator that the surveyed
location of the heading at 20 m increments during excavation is within specified
tolerances.
CITY OF OTTAWA SECTION 02440
COMBINED SEWAGE STORAGE TUNNEL PIPE JACKING
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

.4 In the event that tolerances are exceeded, the additional excavation and associated work
necessary to bring the alignment of the tunnel within the stated tolerances shall be at no
additional cost to the Owner.

.5 Free access will be provided to the Owner for the Owners surveyors to conduct tunnel
line and grade surveys as requested by the Owner.

3.4 TEMPORARY VENTILATION


.1 Comply with the requirements of Section 01710, Tunnel and Shaft Safety and Section
02444, Tunnel and Shaft Ventilation and Utilities. Remove system(s) from the site when
work is completed.

.2 Maintain a sufficient supply of fresh air in all underground work areas.

END OF SECTION
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 1 OF 7

Part 1 General

1.1 SCOPE OF WORK


.1 This Section covers the provisions and responsibilities to be considered by the
Contractor in meeting requirements to design, furnish, excavate and install the support of
the deaeration chambers at Site 3A and Site 8 and the connection tunnel to the IOS at
Site 5, and for widening the EWT for the connection of shafts 2 and 4, and the EWT and
NST intersection; and widening the NST for the connection of shaft 9, and shall include
but be not limited to the following:
.1 Excavation in rock controlling of line and grade, control of hazardous gas,
lighting, and pre-excavation grouting where required.
.2 Other excavation methods including roadheader, hydraulic hammers or
excavators.
.3 Blasting is specified in Section 02228, Blasting.
.4 Tunneling using pipe jacking is addressed in Section 02440, Pipe Jacking.
.5 The use of tunnel boring machine is addressed in Section 02430, Tunnel
Excavation by Tunnel Boring Machine (TBM).
.6 Design, supply and installation of the excavation support systems to permit the
excavation and installation of the permanent tunnel lining as per Section 02150,
Excavation Support Systems.

1.2 RELATED WORK


.1 Section 01025 - Measurement and Payment

.2 Section 01355 - Disposal Excess Material

.3 Section 01710 - Tunnel and Shaft Safety

.4 Section 02140 - Groundwater Control

.5 Section 02150 - Excavation Support System

.6 Section 02228 - Blasting

.7 Section 02400 - Shaft Construction

.8 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.9 Section 02439 - Pre-excavation Grouting from Surface

.10 Section 02440 - Pipe Jacking

.11 Section 02444 - Tunnel and Shaft Ventilation and Utilities

.12 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.13 Section 02481 - Tunnel Deformation Monitoring


CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 2 OF 7

1.3 REFERENCES
.1 Geotechnical Baseline Report (GBR)

.2 Geotechnical Data Report (GDR)

1.4 DEFINITIONS
.1 Tunnel line and grade: The designed alignment and the grade of the chambers and
tunnel.

.2 Ground Loss: Loss or removal of material in excess of that replaced by the shored
excavation.

.3 Groundwater Seepage: Groundwater entering an excavation as inflow or seepage either


from the exposed rock in the excavation, including chamber or tunnel heading and face,
or through installed shoring systems.

.4 Tunnel Construction: The construction of underground openings of any shape with a


cyclic construction process of:
.1 Excavation by hand excavation or using mechanical excavation methods.
.2 Mucking.
.3 Installation of ground support elements.

.5 Overbreak: The amount of rock excavation outside the Contractors selected excavation
dimension due to geological factors and/or the Contractors means, methods, and
workmanship.

1.5 CLASSIFICATION OF EXCAVATION


.1 Rock excavation involves excavation of a partial or full face tunnel or chamber of rock
material regardless of unconfined compressive strength or geologic rock type or
condition by one of the following methods:
.1 Use of rock breakers or air spades, or
.2 Use of rotary milling heads (road headers).
.3 Hydraulic hammer

1.6 TOLERANCES
.1 The Contractor shall determine the tunnel excavated diameter based on final lining and
required excavation support, subject to minimum requirements and limitations shown on
the Contract Drawings. Final tunnel lining shall be constructed to within the following
tolerances:
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 3 OF 7

Departure From: Not to Exceed:


established tunnel horizontal A maximum of 50 mm
alignment
established tunnel grade + or - 25 mm
Convergence points Refer to Section 02481
.1 No ground or ground support elements shall extend within final lining.

1.7 SUBMITTALS
.1 These submittal requirements may be coordinated with submittal requirements under
Section 02140, Groundwater Control and Section 02150, Excavation Support System.

.2 Provide a Tunneling Work Plan, including the following information:


.1 Provide excavation design drawings including design of the excavation support
systems stamped and signed by a Professional Engineer licensed in the Province
of Ontario.
.2 Statement of qualifications and related experience of construction supervision
staff for proposed mechanical or hand tunneling.
.3 Proposed work hours, number of shifts per day and number of days worked per
week, along with crew size and make-up.
.4 Sequence of shaft, chambers and tunnel excavation.
.5 Dimensions of chambers and tunnel excavations, including enlargements along
running length.
.6 Methods of completing for grouting to reduce rock mass permeability.
.7 Methods of excavation, and equipment to be used, including discussion of any
pre-excavation rock support, e.g. spilling or inclined dowels/bolts, and lengths of
excavation advance beyond primary ground support system for variable rock
conditions anticipated.
.8 Method of examining exposed ground, selecting pre-designed rock initial
support compatible with conditions encountered, installation of initial rock
support, and monitoring of tunnel movements and initial support to confirm
suitable performance.
.9 Muck handling equipment and methods, including muck transfer from the
heading, surface retention, and disposal.
.10 Chamber and tunnel ventilation system layout and minimum capacity.
.11 Capabilities of hazardous gas monitoring, alarm, and equipment shutdown
system.
.12 Provisions for dust control and monitoring.
.13 Provisions for controlling line and grade, and survey frequency with respect to
progress of excavation.
.14 Key excavation and underground equipment, ventilation, electrical supply, and
safety equipment including fire suppression.
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 4 OF 7

.15 Groundwater handling, including heading pumping and heading discharge


pipelines, sumps, panning and drain hole collection system

1.8 PROVISIONS FOR ATMOSPHERIC HAZARDS


.1 Comply with Section 01710, Tunnel and Shaft Safety and Section 02444, Tunnel and
Shaft Ventilation and Utilities.

1.9 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to excavate including installation of
support systems for the deaeration chambers at Site 3A and Site 8 and the connection
tunnel to the IOS at Site 5, widening the EWT for the connection of shafts 2, 4 and the
EWT and NST intersection; and widening the NST for the connection of shaft 9, the
EWT and NST tunnels by TBM as specified herein and no separate payment shall be
made.

Part 2 Products
2.1 EQUIPMENT
.1 Provide equipment and methods proven to be capable of effectively performing the
required work activities in the anticipated ground conditions as set forth in the GBR.

.2 Comply with Section 02444, Tunnel and Shaft Ventilation and Utilities.

Part 3 Execution
3.1 GENERAL REQUIREMENTS
.1 The Contractor is responsible for selecting methods of tunneling that are compatible with
the ground conditions as indicated in the GBR, with design, placement and performance
of initial ground support systems, with placement of final lining, with measures for
control of water, and with requirements for safety of personnel and protection of
adjacent property.

.2 Maintain continuous ground support during excavation, or open up only as much ground
as is safely self-supporting until initial support can be provided.

.3 Maintain tunnel/chamber excavation line and grade to provide for construction of final
lining within specified tolerances.

.4 Maintain clean working conditions at all times in tunnel/chamber. Immediately remove


muck, accumulating water, unused supports, and any other material extraneous to
advancing the excavation.

.5 Monitor vertical and lateral ground movements outside excavations and inside
excavations, and monitor groundwater levels outside of excavations, as necessary to
ensure the stability of the excavation and the protection of adjacent work and property.
Maintain records of monitoring performed and provide copies to the Contract
Administrator each week, or more frequently if requested by the Contract Administrator.
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 5 OF 7

.6 In the event that excavation threatens to endanger personnel, the Work, or adjacent
property, cease excavation. Evaluate methods of construction and revise as necessary to
ensure the safe continuation of the work.

.7 Enlargements of the excavation for the Contractor's convenience shall be backfilled at no


cost to the Owner.

.8 The Contractor is fully responsible for developing the ground stabilization, and initial
ground support system as specified in Section 02150, Excavation Support Systems or as
determine by the Contractors design engineer, and water control grouting program for
the chambers and tunnel as specify in Section 02439, Pre-excavation Grouting from
Surface and shown in the Contract Documents. The Contractor is fully responsible for
the design and success of the grouting operation when needed. If the grouting fails to
achieve the necessary results then the Contractor shall develop mitigation solutions for
review by the Contract Administrator.

.9 For the purpose of determining whether or not the baseline groundwater inflow defined
in the Contract Documents have been exceeded, the groundwater inflow measurements
shall be made in such a manner that inflows from the feature(s) can be clearly and
accurately differentiated from other adjacent features.

.10 The Contractor shall design, supply, install, operate, maintain and remove on completion
all groundwater control systems. The Contractor shall dispose of groundwater under
terms of all applicable permits.

.11 The deaeration chamber at Site 8 is not allowed to drain free for more than 150 days.
Final lining shall be installed as soon as possible to limit potential impacts on
groundwater table.

3.2 ROCK EXCAVATION


.1 Perform excavation and install initial support systems in a manner that minimizes
overbreak. The cost of handling overbreak and backfilling the resulting voids will be
considered incidental to the Work, and no additional payment will be made.

.2 Protect rock surfaces in shafts and tunnels with shotcrete, or other means as shown in the
Contract Drawings or designed by the support design engineer as necessary to prevent
deterioration resulting from exposure to air and water.

.3 At Sites 3A, 4, 8, 9 and 10 where shafts have been designated as sealed, the Contractor
may propose additional methods to pre-excavation grouting for Contract Administrators
review and acceptance to comply with maximum groundwater flow into the excavation
as defined in Section 02150, Excavation Support Systems.

3.3 DISPOSAL OF EXCAVVTED MATERIAL


.1 The reuse of rock material on-site shall be in such a manner as to prevent or eliminate the
potential for material to become a contaminant in the environment, cause or have the
potential to cause an adverse effect (as defined by Ontario Environmental Protection
Act).
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 6 OF 7

.2 Sampling and testing of muck shall be executed to determine if material meets the
standards provided in R.R.O. 1990, Reg. 347 (as amended) and can be reused within the
Project site bounds. Sampling and testing shall be at intervals no greater than 500 cubic
metres. Testing of the material must be completed by a laboratory with internationally
recognized accreditations and the analytical procedures be in accordance with O.
Regulation 153/04.

.3 All excess material resulted from excavation of chambers or tunnel widening as


described in this Section that is to be removed from site shall comply with Section
01355, Disposal Excess Material.

3.4 EQUIPMENT FOR ATMOSPHERIC HAZARDS


.1 Comply with Section 01710, Tunnel and Shaft Safety and Section 02444, Tunnel and
Shaft Ventilation and Utilities.

3.5 VENTILATION
.1 Comply with Section 02444, Tunnel and Shaft Ventilation and Utilities.

.2 Advance of the ventilation system shall be made a regular part of the normal excavation
cycle.

.3 Direct an airstream at the face to provide turbulent mixing and immediate dilution of
hazardous gas inflow with fresh air. Operate auxiliary fans and blowers to minimize
recirculation and provide ventilation air that effectively sweeps the face.

.4 Wash and filter exhausted air as necessary to remove excess dust particles, prior to
discharge to the atmosphere.

.5 Perform smoke tube tests in the chamber\tunnel heading to identify air recirculation and
areas of dead air. Modify or adjust the ventilation system as necessary to eliminate any
deficiencies. Maintain records of these observations, and provide copies to the Contract
Administrator, on a weekly basis, of measurements made the previous week.

3.6 AIR QUALITY MONITORING AND POWER SHUTDOWN


.1 Install an air monitoring system to monitor combustible gas concentrations in the
chamber\tunnel atmosphere from underground locations. Couple the monitoring system
to an alarm system to warn the crew at the heading when predetermined warning or
alarm levels as defined in O. Reg. 632/05.

.2 Position sensors at locations that provide for the most effective measurement of
combustible gases. Place sensors out of the fresh air stream.

.3 The use of flame safety lamps is prohibited.

.4 Check all air monitoring equipment with a known mixture of gas, and calibrate if
necessary at least once every 30 days, and maintain in accordance with the
manufacturer's recommendations. Maintain calibration records and make available to the
Contract Administrator on request.
CITY OF OTTAWA SECTION 02442
COMBINED SEWAGE STORAGE TUNNEL OTHER TUNNEL EXCAVATION METHODS
CONTRACT NO. ISD14-2036 PAGE 7 OF 7

.5 Report indications of combustible or toxic gas in tunnels or shafts to the Contract


Administrator on the same day that they occur.

3.7 EVACUATION AND RE-ENTRY PROCEDURES


.1 Prepare a plan for chamber/tunnel evacuation and a separate plan for tunnel re-entry, to
be implemented in the event that the air monitoring system alarms or automatic power
shutdown occurs. The plans shall outline the duties and responsibilities of all affected
personnel. The evacuation plan shall address elimination of ignition sources from battery
powered and diesel equipment.

.2 Post the evacuation and re-entry plans in a readily visible location at the entrance shaft.
Train workers in tunnel evacuation procedures.

.3 All unplanned tunnel evacuations shall be brought to the attention of the Contract
Administrator and the Contractor superintendent immediately, and prior to initiation of
tunnel re-entry procedures.

3.8 ILLUMINATION
.1 Comply with Section 01710, Tunnel and Shaft Safety to provide lighting for the entire
chamber/tunnel.

.2 Provide additional lighting in tunnel and shafts as appropriate to provide for inspections
of construction operations by the Contract Administrator, including but not limited to the
substantial completion inspection.

3.9 EMERGENCY MEASURES


.1 Provide emergency electric power supply that is independent of the primary electric
power supply, and which is capable of powering the tunnel lighting, ventilation and
unwatering systems. Perform an initial test and periodic tests thereafter in the presence
of the Owner.

.2 Whenever there is a condition which is likely to endanger the stability of the excavation
or adjacent work or structures, operate with a full crew for 24 hours per day including
weekends and holidays without interruption until those conditions are mitigated.

3.10 SURVEYING
.1 Survey each tunnel/chamber regularly to ensure line and grade are maintained as
designed. Within three working days of performing survey, provide a report to the
Contract Administrator showing actual line and grade with respect to design line and
grade.
END OF SECTION

CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 1 OF 8

Part 1 General

1.1 SCOPE
.1 The work specified in this Section includes the design, procurement, installation,
operation and removal of all temporary facilities required for the following:
.1 Ventilation, cooling, dust removal and maintenance of acceptable air quality and
environmental conditions, including the providing of sufficient ventilation flow
for dispersion, dilution and exhaust of toxic or explosive gases which may enter
the tunnel or other excavations in gaseous phase through soil or rock or via
groundwater flows and seepage. The ventilation system will also provide for
dispersion, dilution and exhaust of fumes from equipment operation and other
activities within the tunnels and shafts.
.2 Lighting along the length of tunnels, in shaft bottom areas, in shafts, and in the
vicinity of all equipment for safe operations.
.3 Mine paging/communication system in shafts and tunnels.
.4 Water and compressed air for construction, fire protection, and other use in
shafts and tunnels, with water available as stated in Section 01510, Temporary
Utilities.
.5 Discharge lines and intermediate sump pumps to remove and convey all
construction water, including groundwater inflows, from tunnels and shafts.
.6 Electric lines and transformers as required for operation of lighting,
communications equipment and other construction equipment such as TBMs,
conveyors, pumps and ventilation equipment.
.7 Emergency generator(s) / power for operation of pumps, ventilation systems and
safety equipment in case of general power outage.
.8 Sanitary facilities at the tunnel headings and at the bottom of the construction
shafts.

.2 All work specified in this Section shall be the Contractors responsibility. All work shall
comply with all applicable federal, provincial and local codes, laws, regulations and
ordinances.

.3 The facilities to be provided include, but are not limited to, the following items: fans,
ventilation ducting, scrubbers, pumps, piping, water, compressed air, lighting,
components for hanging, fastening, and securing the facilities, power supplies, controls,
monitors, communication lines, heating facilities if required, and spot coolers as
required.

1.2 QUALITY CONTROL


.1 The facilities herein specified shall be designed by a firm or individual with a minimum
of five years of experience, all in the last seven years, designing ventilation and electrical
facilities for tunnel construction. The firm shall be operated and maintained by personnel
with a minimum of three years of experience within the last five years.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 2 OF 8

.2 All electrical systems, including electrical components of the ventilation system, shall
comply with applicable requirements of O. Reg 213/91 and R.R.O. 1990, Reg. 854.
Electrical systems shall comply with requirements for operation in Class I, Division 2
locations.

.3 Air Monitoring Program: The Contractor shall monitor air quality at the TBM and
elsewhere as appropriate in accordance with applicable regulations and requirements
stated further in this Section.

1.3 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01510 - Temporary Utilities

.3 Section 01710 - Tunnel and Shaft Safety

.4 Section 02140 - Groundwater Control

1.4 REFERENCE STANDARDS


.1 Air Quality Ontario standards.

.2 Ontario Occupational Health and Safety Act (OHSA), O. Reg. 213/91.

.3 Ontario Health and Safety Act (OHSA), R.R.O. 1990, Reg. 854, Mines and Mining
Plants.

.4 Ontario Occupational Health and Safety Act (OHSA), O. Reg. 632/05.

.5 Canadian Standards Association CSA Z462, Workplace Electrical Safety.

.6 Canadian Standards Association M421-11, Use of Electricity in Mines.

.7 All other federal, provincial and local requirements and regulations in effect at the time
of construction.

1.5 SUBMITTALS
.1 Not less than 30 days prior to the start of any tunnel, shaft or related structure
excavation, the following specific information shall be provided:
.1 Layout, details and specifications for all ventilation components, including but
not limited to: locations, sizes, manufacturers operating manuals, operating
configurations, ducting, methods of joining lengths of duct together, methods of
suspending the ducts, noise attenuation devices, fan noise performance data, fan
pressure / performance curves, control and operating systems, as well as backup
systems for electrical power and controls in event of loss of power or other
failure of the system to continuously provide the required minimum airflow in
the tunnels and shafts at all times.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 3 OF 8

.2 Ventilation system design engineer qualifications. The ventilation system design


engineer shall be a licensed Professional Engineer in the Province of Ontario.
.3 Layout, details and specifications of all the tunnel utilities.
.4 Details and layout of all water flow monitoring equipment to be installed to
provide data on the volume of service water used in the Contractors operations
and the total volume of water that is subsequently collected, pumped and treated
as construction water as defined in Section 02140, Groundwater Control. All
flow monitoring data shall be submitted as required by Sections 02140,
Groundwater Control.
.5 Details of all air flow and pressure monitoring equipment together with a
schedule for proposed periodic air quality measurements at the face and at other
working areas away from the face. All air flow monitoring and ventilation
system performance data shall be submitted electronically, in a form acceptable
to the Engineer, on a weekly basis.
.6 Plan for emergency response in the event of a fire in the tunnel or any shaft, with
an assessment of the likely heat release rate and location of potential fires. The
Contractor shall demonstrate that safe egress is possible in the event of a fire in
the tunnel. Coordinate with and include details, as appropriate, in the Site-
specific Health and Safety Management Plans submittal required under Section
01705, Contract Work Health and Safety Clauses.

.2 During construction, the following specific information shall be provided:


.1 Ventilation performance records and daily air quality measurements, which shall
be submitted on a weekly basis to the Engineer.

1.6 AIR QUALITY MONITORING AND CONTROL


.1 The Contractor shall install air quality monitoring equipment at all launch sites upon the
commencement of work at site.

.2 The air monitoring equipment shall be capable of monitoring:


.1 Carbon Monoxide
.2 Methane
.3 Hydrogen Sulphide
.4 Ozone
.5 Total Reduced Sulphur Compounds
.6 Particulate Matter (2.5 and 10 micron)
.7 Sulpher Dioxide
.8 Nitrogen Dioxide

.3 The air monitoring equipment shall measure the air quality measures at least hourly and
shall produce an hourly Air Quality Index (AQI) in accordance with Air Quality Ontario
standards. The monitoring shall be continuous and occur 24 hours a day, seven days a
week, including non-working dates. AQI hourly readings shall be included on the
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 4 OF 8

Contractors daily reports. As not part of the AQI, the Contractor shall separately report
the Particulate Matter 10 results.

.4 Should the Contractors operations result in the AQI to poor quality when other air
monitoring stations nearby are reporting better air quality measures, the Contractor shall
immediately adjust its operations in order to improve the air quality.

.5 Should the Contractors operations result in the AQI to very poor quality when other
air monitoring stations nearby are reporting better air quality measures, the Contractor
shall immediately Stop Work until such time when emission reductions are in place.

.6 Submit all measured air quality monitoring monthly for all parameters listed.

.7 The Contractor shall arrange their work compounds as much as practicable to place
emission creating or ventilation stacks as far away from surrounding structures.

1.7 MEASURMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
Measurement and Payment for all work required to providing and installing tunnel and
shaft ventilation and other utilities as specified herein or as necessary to provide a safe
working environment as specified herein and no separate payment shall be made.

Part 2 Products

2.1 MATERIALS AND EQUIPMENT


.1 Materials may be new or used, shall be adequate for purposes intended; and shall satisfy
requirements for codes and regulations pertaining to the system. Tunnel and shaft
support equipment and materials, including but not limited to utilities, shall be made of
such materials and maintained in such a manner so as not to impair production or expose
workers to safety hazards due to deterioration of the components or support equipment
resulting from exposure to gases or other contaminants identified in the contract
documents or that may be reasonably anticipated. Equipment and utilities within the
tunnel and shafts shall also be so designed, fabricated, maintained and operated in such a
manner to avoid accidents due to explosion or fire resultant from the equipment
operation in an explosive atmosphere.

.2 Select equipment and components that are sturdy, resistant to water damage and
deterioration under the conditions of the Project.

.3 Select sizes of fan(s) to provide airflow to conform to requirements as stated in Section


01710, Tunnel and Shaft Safety and as required by O. Reg. 213/91 and R.R.O. 1990,
Reg. 854.

.4 Select ventilation duct design for maximum airflow and minimum air leakage and
resistance to fire hazards. Duct sizes shall be determined by the Contractor. Total
leakage along the duct line shall not exceed one half of the air volume flow in the duct at
the inlet. All bends shall be formed of rigid duct materials.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 5 OF 8

.5 Procurement of electrical power, potable water, sewer services, and sanitary facilities
shall be the Contractors responsibility.

Part 3 Execution

3.1 DESIGN
.1 Systems shall be installed in a neat and orderly manner, made structurally, mechanically
and electrically sound, maintained to provide safe, continuous service at required times
and to the minimum requirements outlined in these specifications, and modified and
extended as work progresses.

.2 Fresh air must be supplied to all underground work areas in sufficient amounts to prevent
any dangerous or harmful accumulation of dust, fumes, vapors, or gases in accordance
with requirements as stated in Section 01710, Tunnel and Shaft Safety and as required by
O. Reg. 213/91 and R.R.O. 1990, Reg. 854. In any event, sufficient ventilation shall be
provided at all times and locations to adequately disperse and dilute contaminants below
their acceptable levels. The additive effect of multiple contaminants shall be considered
when calculating the acceptable levels of airflow. In designing and operating the tunnel
and shaft ventilation system, Contractor shall also consider the equipment to be used in
prosecuting the work and the potential for encountering toxic or explosive gases as
excavation proceeds. The ventilation system shall be designed to operate in confined
spaces that may contain atmospheric hazards as required by Section 01710, Tunnel and
Shaft Safety. The design of the ventilation system shall consider at least the following:
.1 Safety considerations dictated in referenced or other applicable codes and
standards.
.2 Special attention shall be made regarding dispersion and dilution of
contaminated gases and flammable, explosive or other hazardous gases or
materials.
.3 Tunnel Geometry: Depth, length, cross section.
.4 Ambient Conditions: External summer and winter climate, in-situ rock
temperature, groundwater infiltration.
.5 Maximum number of personnel in tunnel.
.6 Number and types of equipment in the tunnel, and their effects on air quality and
temperature.
.7 Methods of cooling TBM motors; water sprays for dust control; ventilation of
tunnel face; and removal of dust from the ventilation air.
.8 Friction losses, loss of air through duct leakage, minimum air velocity in the
tunnel.
.9 Phasing of the systems as the shaft and tunnel advances, and during retreat at
completion.
.10 Local ventilation requirements at locations of welding, concrete placement,
shotcrete placement, and elsewhere, as required.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 6 OF 8

.11 Fire resistance and electrical safety. Ventilation ducting shall be fire-resistant. If
the Contractor proposes to use the ventilation system to control smoke during a
fire, the duct shall be designed and manufactured of materials such that the duct
will remain intact in the event of a fire to the extent required for the proposed
smoke control system to work.
.12 Sizes of diesel and electrical motors used in underground equipment during
excavation, placement precast concrete or cast-in-place lining, and any other
underground operations.
.13 Special attention shall be given to the air quality in the tunnel.
.14 Contaminated groundwater or gases and flammable, explosive or other
hazardous gases or materials.

.3 The Contractor shall design lighting and illumination system in the tunnels and any other
general underground work area during all operations in conformance with the
requirements of Section 01710, Tunnel and Shaft Safety

3.2 OPERATION
.1 Operate the tunnel main ventilation system continuously 24 hours per day, seven days
per week.

.2 In the event of primary ventilation system failure for any reason, withdraw all persons
from the tunnel. Permit limited access to those working to restore normal ventilation.
Following restoration of ventilation flow, verify the air quality and modify ventilation
system as required to meet OSHA requirements, prior to permitting re-entry of
personnel.

.3 Control of the ventilation systems shall be at ground surface; appropriate delays and
interlocks shall be provided for proper sequencing and operation of fans, including
reversal of fans.

.4 The exhaust/intake of the fans shall be kept clear of surface engine exhausts and at least
15 m from the edge of the shaft.

.5 Ground electrical equipment shall connect to an installation that extends throughout the
underground workings.

.6 Lighting and ventilation facilities shall be left in the tunnels and shafts until work has
progressed to the point at which such facilities must be removed to accomplish activities
such as constructing connections to dropshafts or cleaning. When appropriate, lighting
and ventilation facilities and all loose or projecting hangers and supports shall be
removed. Ventilation ducting may be removed on completion of excavation, providing
that positive through-tunnel ventilation is achieved by means of a bulkhead and
ventilation fans, or other arrangements such as a jet fan. In any event, sufficient
ventilation shall be provided at all times and locations to adequately disperse and dilute
contaminants below their acceptable levels.

.7 Provide and maintain communication systems in accordance with Article 3.3 below.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 7 OF 8

.8 Monitor and provide airflow measurement data on a weekly basis and submit the results
to the Engineer, in a form and format approved by the Engineer, demonstrating that the
ventilation system is providing airflow in compliance with the minimum requirements
outlined in these specifications.

3.3 FIRE SAFETY


.1 General: Provide appropriate portable fire-suppression equipment in all underground
work areas.

.2 Conveyor Systems:
.1 Vertical conveyors, if used, shall be outfitted with a deluge system, and the drive
motor stations of horizontal conveyors shall be protected either by water or dry
chemical protection. Booster drives, splicing stations, tail pulleys, and other
fixed pieces of equipment on vertical and horizontal conveyors and related
assemblies used underground shall be protected by fixed fire sprinklers or other
means. The deluge sprinkler system design shall include a Siamese connection
for an alternate water source. Provide means of testing all systems. Testing will
be required two times a year.
.2 Test samples of the actual conveyor belt materials shall be tested by a recognized
testing laboratory to determine the exact fire propagation index. The results of
the tests shall be used for emergency planning purposes.
.3 All belt conveyors used underground shall be equipped with pulley slippage
systems designed to shut down the belt if sliding friction develops between the
drive pulley(s) and the belt. The slippage system shall be inspected in
accordance with the manufacturer's recommendations.
.4 Any conveyor belt systems shall be equipped with interlock(s) compatible with
all conveyor system components, which shall shut down belt conveyors if any
conveyor in the system should stop or reduce its normal speed or upon activation
of a conveyor-related fire protection system.
.5 Fixed combustible materials such as lagging, posts, cribbing and roof supports
shall be either metal guarded from contact by conveyor belt(s) or located at least
half the width of the belt for an idler or pulley. Machinery guarding in the drive
area and at other points along the belt shall be of non-combustible material.
.6 Belt conveyors shall utilize structures that do not provide a deck between the
upper and lower strands of belt except at necessary transfer points and belt
splicing locations. Structures at transfer points and belt-splicing locations shall
not be constructed in a manner, which will cause hazardous accumulations of
material.

.3 Communication Systems:
.1 Voice communication shall be provided between the surface and underground
work areas at all times. The communications system may be by a fixed wire
system, protected by an enclosure or location. The distances between
communication devices along the tunnel alignment shall not exceed 330 m.
CITY OF OTTAWA SECTION 02444
COMBINED SEWAGE STORAGE TUNNEL TUNNEL AND SHAFT VENTILATION
AND UTILITIES
CONTRACT NO. ISD14-2036 PAGE 8 OF 8

.2 Each field office of the Engineer shall be provided with one fixed-wire device
dedicated to maintaining communication with the underground work area at all
times. In addition, each field office of the Engineer shall be provided with four
radios and chargers of the same type and including all frequencies and channels
used by the Contractor.
.3 Fixed communications wiring and equipment shall be located away from fire
sources such as, but not limited to, transformer and conveyor systems.
.4 Fixed wire communications equipment along the tunnel alignment shall be
located as to avoid unnecessary reaching or climbing on the tunnel walls for
access.
.5 Where radio system(s) are used for emergency communications, repeater
systems shall be so installed and located as to ensure uninterrupted and audible
communications between the surface and underground work locations.
.6 All communications equipment (primary and secondary) shall be tested weekly
and a record of the tests maintained by the Contractor for the duration of the
work.

.4 Electrical Systems: Electrical power supplying critical operating equipment to support


evacuation of persons from the underground work area(s) such as, but not limited to,
hoisting, pumping, communications, and hauling equipment, shall have redundancy. All
electrical transformers used underground shall be of the dry type. Conform to
requirements of Section 01710, Tunnel and Shaft Safety, regarding requirements for
electrical equipment to be used in a confine space that may contain atmospheric hazards.

.5 Drainage Systems: The drainage system in underground work areas of the tunnel shall be
designed and installed as to accommodate the maximum expected sprinkler or fire hose
discharge in addition to all other construction water as indicated in Section 02140,
Groundwater Control.

3.4 CLEANING
.1 Upon completion of the work, all temporary lighting, tunnel track system, ventilation
equipment and utility lines shall remain the property of the Contractor and shall be
removed from the site.

.2 All areas disturbed by the installation shall be restored to a condition satisfactory to the
Engineer, including patching of any anchorages in precast or cast-in-place concrete
linings.

END OF SECTION
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 1 OF 17

1.0 GENERAL

1.1 Scope of Work

.1 This work shall consist of constructing micropiles as shown on the contract plans and
approved working drawings and as specified herein. The micropile specialty Contractor is
responsible for furnishing of all design, materials, products, accessories, tools, equipment,
services, transportation, labour and supervision, and manufacturing techniques required
for design, installation and testing of micropiles and pile top attachments for this project.

.2 The selected micropile Contractor shall select the micropile type, size, pile top
attachment, installation means and methods, estimate the ground-grout bond value and
determine the required bond length and final micropile diameter. The micropile
Contractor shall design and install micropiles that will develop the load capacities
indicated on the contract plans. The micropile load capacities shall be verified by
verification and proof load testing as required and must meet the test acceptance criteria
specified herein.

1.2 DESCRIPTION

.1 Micropile Contractors Experience Requirements and Submittal.

At least 30 days prior to the micropile installation work, the contractor shall submit 3
copies of the complete project reference list and a personal list to the Engineer for review.

The micropile Contractor shall be experienced in the construction and load testing of
micropiles and have successfully constructed at least 5 projects in the last 5 years
involving construction totalling at least 100 micropiles of similar capacity to those
required in these plans and specifications.

.2 The micropiles shall be designed by a Professional Engineer registered in Ontario with


experience in the design of at least 3 successfully completed micropile projects over the
past 5 years, with micropiles of similar capacity to those required in these plans and
specifications.

.3 The Contractor shall have previous micropile drilling and grouting experience in
soil/rock similar to this project conditions. The Contractor shall assign an Engineer to
supervise the work with experience on at least 3 projects of similar scope to this project,
completed over the past 5 years. The on-site foremen and drill rig operators shall also
have experience on at least 3 projects over the past 5 years installing micropiles of equal
or greater capacity than required in these plans and specifications.

1.3 REFERENCE CODES AND STANDARDS

.1 Perform Micropile design and installation work in accordance with the following standards,
except where specified otherwise.

.1 OBC - 2012, Ontario Building Code.


.2 CSA-A23.1, Concrete Materials and Methods of Concrete Construction.
.3 CSA-A23.2, Methods of Test for Concrete.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 2 OF 17

.4 CSA-A23.3, Design of Concrete Structures.


.5 CSA-A283, Qualification Code for Testing Laboratories.
.6 CAN/CSA G30.18 M Billet Steel Bars for Concrete Reinforcement.
.7 CSA W186 M Welding of Reinforcing Bars in Reinforced Concrete Construction.
.8 CSA G40.21, General Requirements for Rolled or Welded Structural Quality
Steel.
.9 CAN/CSA-S16.1, Limit States Design of Steel Structures.
.10 CSA W47.1, Certification of Companies for Fusion Welding of Steel Structures.
.11 CSA W55.3, Resistance Welding Qualification Code for Fabricators of Structural
Members used in Buildings.
.12 ASTM A252 Specifications for Welded and Seamless Steel Pipe Piles.
.13 ASTM D1143 Specifications for Method of Testing Piles Under Static Axial
Compressive Load
.14 ASTM D3689 Specifications for Method of Testing Individual Piles Under Static
Axial Tensile Load
.15 The Workers Compensation Act, Safety Codes and Regulations Governing
Building Construction and Demolition.
.16 Safety Codes and Regulations Governing General Accident Prevention.

1.4 REGULATIONS

.1 Abide by the current bylaws and regulations of the province and/or municipality in which
the work is located, and abide by the current laws and regulations with regard to public
safety.

.2 The codes and regulations of the Minister of Labour, Occupational Health and Safety
Act, the Workers Compensation Board and other applicable acts administered by the
authority having jurisdiction in the Province of Ontario apply to the work of this section.

1.5 SAFETY

.1 Conform to good construction practice with regard to safety.

1.6 GEOTECHNICAL REPORT

.1 Refer to the geotechnical investigation report conducted for the present contract for
micropile design and installation recommendations.

.2 Ensure the requirements of the geotechnical report is read and understood prior to
commencing with work.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 3 OF 17

1.7 VISIT AND EXAMINE SITE

.1 Visit and examine the site and become thoroughly familiar with all features,
characteristics and existing conditions affecting the work.

.2 Examine the site and adjacent structures, services, process piping and utilities to be
protected and any area upon which the work of this section depends to determine the
conditions under which the work is to be done.

.3 Check all dimensions, elevations and locations of existing structures, services, process
piping and utilities at or adjacent to the site before commencing installation work, and
report all discrepancies to the Engineer.

.4 No allowances will be made by The Owner for any conditions not anticipated by the
Contractor or for any difficulties encountered due to any feature or peculiarities of the
site or of existing conditions which reasonably existed at the time of tender.

1.8 DESIGN REQUIREMENTS

.1 The micropiles shall be designed to meet the specified loading conditions, as shown on
the contract plans and approved working drawings. Design the micropiles and pile top to
footing connections using the procedures contained in the FHWA Micropile Design and
Construction, Report No. FHWA NHI-05-039.Contractor shall provide micropile design
including all materials, products, accessories, tools, equipment, services, transportation,
labour and supervision, manufacturing techniques required for design, installation and
testing of micropiles.

.2 Contractor shall select the micropile type, size, pile top attachment, installation means
and methods, estimate the ground-grout bond value and determine the required grout
bond length and final micropile diameter.

.3 The contractor shall design and install micropiles that will develop the load capacities
indicated on the plans. The micropile load capacities shall be confirmed by verification
and proof load testing as required and must meet the test acceptance criteria specified
herein.

.4 Material Specification:

.1 Cement: CSA Type GU or Type MS cement suitable for ground conditions


conforming to CSA A3000 Cementitious Material Compendium.

.2 Grout: Neat cement or fine aggregate/cement mixture. The designer is responsible


for indicating the 3 day and 28 day compressive strengths. The grout shall conform
to the CSA A23.2-09.

.3 Admixtures for Grout: Admixtures which control bleed, improve flowability,


reduce water content and retard set may be used in the grout subject to approval of
the Engineer. Comply with the manufacturers recommendations for use of
admixtures. Expansive admixtures and admixtures containing chlorides are not
permitted.

.4 Permanent Casing Pipe: The permanent steel casing/pipe shall be designed to


CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 4 OF 17

withstand the design service loadings shown on the plans and the proof/verification
tests loading described in this specification. The steel casing/pipe shall conform to
ASTM 252 or equivalent. Threaded casing joints shall develop at least the required
tensile, and/or bending strength used in the design of the micropile. The designer
will be responsible for indicating the applicable material specification(s) and any
welding or fabrication conditions that apply.

.5 Structural steel plates: Structural steel plates for pile top attachments shall conform
to CAN3-G312.1 and CAN3-G312.2 or ASTM 572-Gr.50.

.6 Reinforcing bars: Reinforcing steel shall be deformed bars in accordance with CSA
G30.18. The grade, thickness and number of bars shall be indicated by the designer
and shall conform to any minimum and/or maximum properties shown on the
plans. Continuous spiral deformations (i.e. continuous thread bars) shall be used.
Bar tendon couplers, if required, shall develop the ultimate tensile strength of the
bars without evidence of any failure.

.7 Centralizers and Spacers: Centralizers and spacers shall be fabricated from


schedule 40 PVC pipe or tube, steel, or material non-detrimental to the reinforcing
steel. Wood shall not be used. Centralizers and spacers shall be securely attached to
the reinforcement; sized to position the reinforcement within inch of plan
location from center of pile; sized to allow grout tremie pipe insertion to the bottom
of the drill hole and sized to allow grout to freely flow up the drill hole and casing
and between adjacent reinforcing bars.

.5 Construction Method

.1 Contractors Experience Requirements

.1 The micropile Contractor shall be experienced in the construction and load


testing of micropiles and have successfully constructed at least 5 projects in the
last 5 years involving construction totalling at least 100 micropiles of similar
capacity to those required in these plans and specifications.

.2 The Contractor shall have previous micropile drilling and grouting experience in
soil/rock similar to project conditions. The Contractor shall submit construction
details, structural details and load test results for at least three previous successful
micropile load tests from different projects of similar scope to this project.

.3 The Contractor shall assign a professional engineer, licensed in the Province of


Ontario, to supervise the work. This engineer shall have experience on at least 10
projects of similar scope to this project, completed over the past 5 years. The
Contractor shall not use manufacturers representatives to satisfy the supervising
engineer requirements of this section. The contractor may use a single
independent consultant for this purpose, provided the consultant has specific
experience as listed above, and operates their business specifically for the
purpose of transferring technology and skills in micropiling to contractors. The
on-site foremen and drill rig operators shall also have experience on at least 10
projects over the past 5 years installing micropiles of equal or greater capacity
than required in these plans and specifications.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 5 OF 17

.4 The Contractor shall assign a professional engineer, licensed in the Province of


Ontario, to design the micropiles. This engineer shall have experience in the
design of at least 3 successfully completed micropile projects over the past 5
years, with micropiles of similar capacity to those required in these plans and
specifications. This engineer shall also be responsible for design, supervision and
reporting of the verification and proof test(s).

.5 At least 45 calendar days before the planned start of micropile construction, the
Contractor shall submit 5 copies of the completed project reference list and a
personnel list. The project reference list shall include a brief project description
with the owner's name and current phone number and load test reports. The
personnel list shall identify the supervising project engineer, drill rig operators,
and on-site foremen to be assigned to the project. The personnel list shall contain
a summary of each individual's experience and be complete enough for the
Engineer to determine whether each individual satisfies the required
qualifications.

.6 Work shall not start, nor materials ordered, until the Engineers written approval
of the Contractors experience qualification is given. The Engineer may suspend
work if the Contractor uses non-approved personnel. If work is suspended, the
Contractor shall be fully liable for all resulting cost and no adjustment in contract
time will result from the suspension.

.2 Micropile Design Requirements and Submittals

.1 The micropiles shall be designed to meet the specific loading conditions, as


shown on the plans and approved working drawings.

.2 The required geotechnical safety factors/strengths factors shall be 2.0, unless


specified otherwise. Estimated applied foundation loading, easements, rights-of-
way and other applicable design criteria will be as shown on the plans or
specified herein.

.3 Steel pipe used for micropile permanent casing shall incorporate an additional
1/16 thickness for sacrificial steel corrosion protection. Where required as
shown on the plans, corrosion protection of the internal steel reinforcing bars,
consisting of either encapsulation, epoxy coating, or grout, shall be provided in
accordance with the Material portion of this specification. Where the permanent
casing is used for a portion of the micropile, encapsulation shall extend at least
2m into the casing.

.4 The Contractor shall prepare and submit complete design calculations and
working drawings to the Engineer for review and approval. Submittal shall
include all information required for the design, plans, construction and quality
control of the piling. This information should include the following, but not
necessarily be limited to;

.1 Design Computations

.1 A written summary report which describes the overall micropile


design.
.2 Applicable code requirements and design references.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 6 OF 17

.3 Micropile structure critical design cross-section(s) geometry


including soil/rock strata and piezometric levels and location,
magnitude and direction of applied loadings, including slope or
external surcharge loads.
.4 Design criteria including, soil/rock shear strengths (friction angle
and cohesion),unit weights, and grout-to-ground bond values and
micropile drill hole diameter assumptions for each soil/rock strata.
.5 Safety factors/strength factors used in the design of the ground-
grout bond values, surcharges, soil/rock and material unit weights,
steel, grout and concrete materials.
.6 Seismic design details.
.7 Design calculation sheets with the project number, micropile
structure location, designation, date of preparation, initials of
designer and checker, and page number at the top of each page.
Provide an index page with the design calculations.
.8 Design notes including an explanation of any symbols and
computer program used in the design.
.9 Pile to footing connection details and calculations.

.2 Plans

.1 A plan view of the micropile structures identifying;

.1 A reference baseline and elevation datum.


.2 The offset from the construction center line or baseline to the face
of the micropile structure at all changes in horizontal alignment.
.3 Beginning and end of micropile structure stations.
.4 Right-of-way and permanent or temporary construction easement
limits, location of all known active and abandoned utilities,
adjacent structures or other potential interference, the centerline of
any drainage structure or drainage pipe behind, passing through or
passing under the micropile structure.
.5 Subsurface exploration locations shown on the plan view of the
proposed micropile structure alignment with appropriate reference
baselines to fix the locations of the exploration relative to the
micropile structure.

.2 An elevation view of the micropile structure(s) identifying;

.1 Elevation view showing micropile locations and elevations;


vertical and horizontal spacing; batter and alignment and the
location of drainage elements (if applicable).
.2 Existing and finish grade profiles both behind and in front of the
micropile structure.

.3 Design parameters and applicable codes.


CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 7 OF 17

.4 General notes for constructing the micropile structure including


construction sequencing or other construction requirements.

.5 Micropile typical sections including micropile spacing and inclination,


minimum drill hole diameter, pipe casing and reinforcing bar size and
details, splice type and locations, centralizers and spacers, grout bond
zone and casing plunge length (if used), corrosion protection details, and
connection details to the substructure footing, anchorage, plates, etc.

.6 A typical detail of verification and production proof test micropiles


defining the micropile length, minimum drill hole diameter, inclination,
and load test bonded and un-bonded test lengths.

.7 Details, dimensions and schedules for all micropiles, casing and


reinforcing steel, including reinforcing bar bending details.

.3 Construction Procedures

.1 Detailed step-by-step description of the proposed micropile construction


procedure, including personnel, testing and equipment to assure quality
control. This step-by-step procedure shall be shown in sufficient detail to
allow the Engineer to monitor the construction and quality of the
micropiles.

.2 Proposed start date and time schedule and micropile installation schedule
providing the following:
.1 Micropile number
.2 Micropile design load
.3 Type and size of rebar
.4 Minimum total bond length
.5 Total micropile length
.6 Micropile top footing attachment

.3 If welding of casing is proposed, submit the welding procedure. All


welding shall be done in accordance with the current applicable CSA
welding specifications.

.4 Information on space requirements for installation equipment that


verify the proposed equipment can perform at the site.

.5 Plan describing how surface water, drill flush, and excess waste grout
will be controlled and disposed.

.6 Certified mill test reports for the reinforcing steel and for permanent
casing. The ultimate strength, yield strength, elongation, and material
properties composition shall be included.

.7 Proposed Grouting Plan: The grouting plan shall include complete


descriptions and details for the following:
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 8 OF 17

.1 Grout mix design and type of materials to be used in the grout


including certified test data and trial batch reports. The
Contractor shall also provide specific gravity of the wet mix
design.

.2 Methods and equipment for accurately monitoring and


recording the grout depth and grout volume as the grout is being
placed.

.3 Estimated curing time for grout to achieve specified strength.


Previous test results for the proposed grout mix completed
within one year of the start of grouting may be submitted for
initial verification and acceptance and start of production work.
During production, grout shall be tested in accordance CSA
23.1-09/23.2-09 Concrete materials and methods of concrete
construction/Test methods and standard practices for concrete.

.4 Procedure and equipment for Contractor monitoring of grout


quality.

.4 Detailed plans for the proposed micropile load testing method.


This shall include all drawings, details, and structural design
calculations necessary to clearly describe the proposed test
method, reaction load system capacity and equipment setup,
types and accuracy of apparatus to be used for applying and
measuring the test loads and pile top movements.

.5 Calibration reports and data for each test jack, pressure gauge
and master pressure gauge and electronic load cell to be used.
The calibration tests shall have been performed by an
independent testing laboratory, and tests shall have been
performed within 90 calendar days of the date submitted. Testing
shall not commence until the Engineer has reviewed and
accepted the jack, pressure gauge, master pressure gauge and
electronic load cell calibration data.

.6 Work shall not begin until the construction submittals have been
received, reviewed, and accepted in writing by the Engineer.
Any submittals that are found to be unacceptable by the engineer
shall be revised, resubmitted and accepted prior to commencing
work.

.3 Pre-construction Meeting

.1 A pre-construction meeting will be scheduled by the Engineer and held


prior to the start of micropile construction. The design Engineer,
supervising Engineer, prime Contractor, and micropile specialty
Contractor, shall attend the meeting. Attendance is mandatory. The pre-
construction meeting will be conducted to clarify the construction
requirements for the work, to coordinate the construction schedule and
activities, and to identify contractual relationships and delineation of
responsibilities amongst the prime Contractor and the various
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 9 OF 17

Subcontractors specifically those pertaining to excavation for micropile


structures, installation of temporary sheeting, anticipated subsurface
conditions, micropile installation and testing, micropile structure survey
control and site drainage control.

.4 Site Drainage Control

.1 The Contractor shall control and properly dispose of drill flush and
construction related waste including spilled/excess grout in accordance
with related specifications within the contract documents and all
applicable codes and provincial regulations. Drill flush shall be conveyed
by pipe, hose or conduit a minimum 20ft away from the location where
the micropile is being drilled and away from any adjacent structure or
facility. Provide positive control and discharge of all surface water that
will affect construction of the micropile installation.

.2 Maintain all pipes or conduits used to control surface water during


construction. Repair damage caused by surface water at no additional
cost. Upon substantial completion of the work, remove surface water
control pipes or conduits from the site. Alternatively, with the approval
of the Engineer, pipes or conduits that are left in place may be fully
grouted and abandoned or left in a way that protects the structure and all
adjacent facilities from migration of fines through the pipe or conduit
and potential ground loss.

.3 Immediately contact the Engineer if unanticipated existing subsurface


drainage structures or other utilities are discovered during excavation or
drilling. Suspend work in these areas until remedial measures meeting
the Engineers approval are implemented.

.5 Excavation

.1 Coordinate the work and the excavation so the micropile structures are
safely constructed. Perform the micropile construction and related
excavation in accordance with the Plans and approved submittals.

.6 Micropile Allowable Construction Tolerances

.1 Centerline of piling shall not be more than 75 mm from indicated plan


location.

.2 Pile shall be plumb or battered within 2 per cent of total-length plan


alignment.

.3 Top elevation of pile shall be plus 25mm maximum from vertical


elevation indicated.

.4 Centerline of reinforcing steel shall not be more than 10mm from


indicated location.

.7 Micropile Installation
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 10 OF 17

.1 The micropile Contractor shall select the drilling method, the grouting
procedure and the grouting pressure used for installation of the
micropiles. The micropile Contractor shall also determine the micropile
casing size, final drill hole diameter and bond length, and central tendon
reinforcement steel sizing necessary to develop the specified load
capacities and load testing requirements. The micropile Contractor is also
responsible for estimating the grout take. There will be no extra payment
for grout overruns.

.2 Should the plans require uncased drilling of the micropile into bedrock,
the permanent and/or temporary casing shall be drilled a minimum
200mm into ledge or to a depth within the ledge so as to prevent
subsidence of over burden into the uncased and/or bond zone portion of
the drill hole (i.e. the rock socket).

.3 The drilling equipment and methods shall be suitable for drilling through
the conditions to be encountered, without causing damage to the
overburden above rock head, any overlying or adjacent structures, buried
structures or utilities, or services. If called for in the drilling method
description, or by the nature of the stratum to be drilled through, the
micropile Contractor shall furnish an overburden casing of the type and
thickness, which can be installed without distortion. Casings that fail,
fracture, or otherwise distort during drilling or after drilling shall, unless
otherwise directed, be withdrawn or replaced at the micropile
Contractors expense. The drill hole must be open along its full length to
at least the design minimum drill hole diameter prior to placing grout and
reinforcement.

.4 Temporary casing or other approved method of pile drill hole support


will be required in caving or unstable ground to permit the pile shaft to
be formed the minimum design drill hole diameter. The Contractors
proposed method(s) to provide drill hole support and to prevent
detrimental ground movements shall be reviewed by the Engineer.
Detrimental ground movement is defined as movement which requires
remedial repair measures, in order to maintain site conditions as
determined by the Engineer. Use of drilling fluid containing bentonite or
any other non-reverting drilling fluid is not allowed.

.5 During construction, the Contractor shall observe the ground conditions


in the vicinity of the micropile construction site on a daily basis for signs
of ground heave or subsidence. Immediately notify the Engineer if signs
of movements are observed. The micropile Contractor shall immediately
suspend or modify drilling or grouting operations if ground heave or
subsidence is observed, if the micropile structure is adversely affected, or
if adjacent structures are damaged from the drilling or grouting. If the
Engineer determines that the movements require corrective action, the
micropile Contractor shall take corrective actions necessary to stop the
movement or perform repairs.

.6 Reinforcement may be placed prior to grouting the drill hole.


Reinforcement surface shall be free of deleterious substances such as
soil, mud, grease or oil that might contaminate the grout or coat the
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 11 OF 17

reinforcement and impair bond. Pile reinforcement groups, if used, shall


be sufficiently strong to withstand the installation and grouting process
without damage or disturbance.

.7 The micropile Contractor shall check pile top elevations and adjust all
installed micropiles to the planned elevations.

.8 Centralizers and spacers shall be provided at 3.0m centres maximum


spacing. The upper and lower most centralizer shall be located a
maximum of 1.0m from the top and bottom of the micropile. Centralizers
and spacers shall permit the free flow of grout without misalignment of
the reinforcing bar(s) and permanent casing. The reinforcing steel shall
be inserted into the drill hole to the desired depth without difficulty.
Partially inserted reinforcing bars shall not be driven or forced into the
hole. The micropile Contractor shall re-drill and reinsert reinforcing steel
when necessary to facilitate insertion.

.9 Lengths of casing and reinforcing bars to be spliced shall be secured in


proper alignment and in a manner to avoid eccentricity or angle between
the axes of the two lengths to be spliced. Splices and threaded joints shall
meet the requirements of the rebar material. Threaded pipe casing joints
shall be located at least two casing diameters (OD) from a splice in any
reinforcing bar. When multiple bars are used, bar splices shall be
staggered at least 300mm.

.10 Micropiles shall be grouted the same day the load transfer bond length is
drilled. The grouting equipment used shall be a colloidal grout plant, and
shall produce a grout free of lumps and undispersed cement. Paddle type
mixers are not acceptable. The micropile Contractor shall have means
and methods of measuring the grout quantity and pumping pressures
during the grouting operations. The grout pump shall be equipped with a
pressure gauge to monitor grout pressure. A second pressure gauge shall
be placed at the point of injection into the pile top. The pressure gauge
shall be capable of measuring pressures of at least 1000kPa or twice the
actual grout pressure used, whichever is greater. The grout shall be kept
in agitation prior to mixing. Grout shall be placed within one hour of
mixing.

.11 The grouting equipment shall be sized to enable each pile to be grouted
in one continuous operation. The grout shall be injected from the lowest
point of the drill hole and injection shall continue until uncontaminated
grout flows from the top of the pile. The grout may be pumped through
grout tubes, casing, hollow stem augers or drill rods. Temporary casing,
if used, shall be extracted in stages ensuring that, after each length of
casing is removed the grout level is brought back up to the ground level
before the next length is removed. The tremie pipe or casing shall always
extend below the level of the existing grout in the drill hole. The grout
takes shall be controlled to prevent excessive heave. Upon completion of
grouting, the grout tube may remain in the hole, but must be filled with
grout.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 12 OF 17

.12 Grout within the micropile verification and proof test piles shall attain
the minimum required 3-day compressive strength of 15 MPa prior to
load testing. During production, micropile grout shall be tested by the
Contractor for compressive strength at a frequency of not less than one
set of three 50mm grout cubes, or 75mm cylinders, per every 10 piles,
whichever occurs more frequently. The compressive strength shall be the
average of the 3 cubes tested.

.13 Grout consistency as measured by grout density shall be determined by


the micropile Contractor using an approved method at a frequency of at
least one test per pile, conducted just prior to start of pile grouting.

.14 Provide grout cube/cylinder compressive strength and grout density test
results to the Engineer within 24 hours of testing.

.8 Micropile Installation Records

.1 The micropile Contractor shall prepare and submit to the Engineer full-
length installation records for each micropile installed. The records shall
be submitted within one work shift after that pile installation is
completed. The data shall be recorded on a micropile installation log. A
separate log shall be provided for each micropile.

.9 Verification and Proof Tests

.1 Perform verification and proof testing of piles at the locations specified


herein or designated by the Engineer. Minimum two in tension and two
in compression to be proof load tested. Perform compression load testing
in accordance with ASTM D1143 and tension load testing in accord with
ASTM D3689, except as modified herein.

.2 Verification Load Testing

.1 Install a minimum of one non-production test pile for


performance testing outside of the proposed footings. Perform a
minimum of one sacrificial verification pile load test (in
compression and in tension) to verify the design of the pile
system and the construction methods proposed prior to installing
any production piles.

.2 Verification load test(s) shall be performed to verify that the


installed micropiles will meet the compression and/or tensile
load capacities and load test acceptance criteria and to verify the
length of the micropile load transfer bond zone is adequate.

.3 The micropile verification load test results must verify the


Contractors design and installation methods.

.4 The drilling method, grouting method, casing length, micropile


diameter (cased and uncased), reinforcing bar length and length
of embedment for the verification test pile shall be identical to
those specified for the production piles at the given locations.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 13 OF 17

.5 The maximum verification and proof test loads applied to the


micropile shall not exceed 80 per cent of the structural capacity
of the micropile structural elements, include steel yield in
tension, steel yield or buckling in compression, or grout crushing
in compression. Any required increase in strength of the
verification and proof test pile elements above the strength
required for the production piles shall be provided for in the
Contractors bid price.

.6 Testing equipment shall include dial gauges, dial gauge


independent reference frame, jack and pressure gauge, electronic
load cell (with readout device), and a reaction frame. The load
cell is required only for the creep test portion of the verification
test. The contractor shall provide a description of test setup and
jack, pressure gauge and load cell calibration curves prior to the
testing to the Engineer for review.

.7 Design the testing reaction frame to be sufficiently rigid and of


adequate dimensions such that excessive deformation of the
testing equipment does not occur. The jack and pressure gauge
shall have a pressure range not exceeding twice the anticipated
maximum test pressure. Jack ram travel shall be sufficient to
allow the test to be done without resetting the equipment.

.8 Measure the pile top movement with a dial gauge capable of


measuring to 0.025mm. The dial gauge shall have a travel
sufficient to allow the test to be done without having to reset the
gauge. Visually align the gauge to be parallel with the axis of the
micropile and support the gauge independently from the jack,
pile or reaction frame. Use a minimum of two dial gauges when
the test setup requires reaction against the ground or single
reaction piles on each side of the test pile.

.9 Test verification piles to a maximum test load of 2.0 times the


design axial load (unfactored) (DL) shown on drawings. The
verification pile load tests shall be made by incrementally
loading the micropile in accordance with the following cyclic
load schedule shown in Table-1 for both compression and
tension loading (test the compression prior to tension).

.10 The test load shall be applied in increments of 15 percent of the


design load during the first load cycle. Each load increment shall
be held for a minimum 2.5 minutes. The load-hold period shall
start as soon as each load test increment is applied. This
procedure shall be repeated, using load increments as shown on
Table 1. The verification test pile shall be monitored for creep at
1.30 Design Load (DL) for 10 minute hold time. During this ten
minute load hold period, movements are measured and recorded
at 1, 2, 3, 4, 5, 6, and 10 minutes. If the total movement between
1 and 10 minutes exceeds the specified maximum creep
movement, the test load shall be maintained for an additional 50
minutes and total movement shall be recorded at 20, 30, 40, 50
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 14 OF 17

and 60 minutes. The alignment load shall not exceed ten percent
of the DL load. Dial gauges shall be reset to zero after the initial
AL is applied.

Table 1: Verification Test Loading Schedule


Step Loading Applied Load Hold Time (min)
1 Apply AL 2.5
2 Cycle 1 0.15 DL 2.5
0.30 DL 2.5
0.45 DL 2.5
AL 1.0
3 Cycle 2 0.15 DL 1.0
0.45 DL 1.0
0.60 DL 2.5
0.75 DL 2.5
0.90DL 2.5
1.00DL 2.5
AL 1.0
4 Cycle 3 0.15DL 1.0
1.00 DL 1.0
1.15 DL 2.5
1.30 DL Creep Test
1.45 DL 2.5
AL 1.0
5 Cycle 4 0.15DL 1.0
1.45 DL 1.0
1.60 DL 1.0
1.75 DL 2.5
1.90 DL 2.5
2.00 DL 10.0
1.50DL 5.0
1.00DL 5.0
0.50DL 5.0
AL 5.0

.11 The acceptance criteria for micropile verification load test are:

.1 The Engineer shall determine the criteria for tolerable


movement during the load test at the top of the micropile.

.2 At the end of the 1.30 DL creep test load increment, test piles
shall have a creep rate not exceeding 1.0 mm/log cycle time
(1 to 10 minutes) or 2.0 mm/log cycle time (6 to 60minutes or
the last log cycle if held longer). The creep rate shall be linear
or decreasing throughout the creep load hold period.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 15 OF 17

.3 Failure does not occur at any load increment up to and


including the 2.0 D.L. maximum test load. Failure is defined
as load at which attempts to further increase the test load
simply result in continued pile movement, i.e, the failure load
is the load where the slope of the load versus micropile head
settlement curve first exceeds 0.15 mm/kN. Upon completion
of the test, the Contractor shall submit a report stamped by a
qualified Professional Engineer licensed in the Province of
Ontario of the test results for review and acceptance by the
Engineer prior to beginning installation of production
micropiles. This report shall include written confirmation of
the verification micropile capacity.

.12 If a verification tested micropile fails to meet the acceptance


criteria, the Contractor shall modify the design, the construction
procedure, or both. These modifications may include modifying
the installation methods, increasing the bond length, or changing
the micropile type. Any modification that necessitates changes to
the structure shall be submitted as a revision to the working
drawings and require the Engineers review and acceptance. Any
modifications of design or construction procedures or cost of
additional verification test piles and load testing shall be at the
Contractors expense. At the completion of verification testing,
test piles shall be removed down to the elevation 302.0 or as
specified by the Engineer.

.3 Proof Load Testing

.1 Perform proof load tests on the first set of production piles


installed at each abutment footing prior to the installation of the
remaining production piles in that footing. The initial proof test
piles shall be installed at the locations shown on the plans. Upon
completion of each test, the Contractor shall submit a report
stamped by a qualified Professional Engineer licensed in the
Province of Ontario of the test results for review and acceptance
by the Engineer.

.2 Proof test piles to a maximum test load of 1.60 times the


micropile Design axial Load (unfactored) shown on the Plans or
Working Drawings. Proof tests shall be made by incrementally
loading the micropile in accordance with the load schedule
shown in Table 2. This loading schedule shall be used for both
compression and tension loading.

.3 Depending on performance, either a 10 minute or 60 minute


creep test shall be performed at the1.30 DL Test Load. Where
the pile top movement between 1 and 10 minutes exceeds 1 mm,
the Maximum Test Load shall be maintained an additional 50
minutes. Movements shall be recorded at 1, 2, 3, 5, 6, 10, 20, 30,
50 and 60 minutes. The alignment load shall not exceed 10 per
cent of DL. Dial gauges shall be reset to zero after the initial AL
is applied.
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 16 OF 17

.4 The acceptance criteria for micropile proof load tests are:

.1 The Engineer shall determine the criteria for tolerable


movement during the load test at the top of the
micropile.

.2 At the end of the 1.10 DL creep test load increment, test


piles shall have a creep rate not exceeding 1.0mm/log
cycle time (1 to 10 minutes) or 2.0mm/log cycle time (6
to 60minutes).The creep rate shall be linear or
decreasing throughout the creep load hold period.

.3 Failure does not occur at the 1.10 DL maximum test


load. Failure is defined as the load at which attempts to
further increase the test load simply result in continued
pile movement.

Table 2: Proof Test Loading Schedule


Step Loading Applied Load Hold Time (min)
1 Apply AL 2.5
2 Load Cycle 0.15 DL 2.5
0.30 DL 2.5
0.45 DL 2.5
0.60 DL 2.5
0.75 DL 2.5
0.90 DL 2.5
1.00 DL 2.5
1.15 DL 2.5
1.30 DL Creep test
1.45 DL 2.5
1.60 DL 2.5
3 Unload cycle 1.30 DL 4.0
1.00 DL 4.0
0.75 DL 4.0
0.50 DL 4.0
0.25 DL 4.0
AL 4.0

.5 If a proof-tested micropile fails to meet the acceptance criteria,


the Contractor shall immediately proof test another micropile
within that footing. For failed piles and further construction of
other piles, the Contractor shall modify the design, the
construction procedure, or both. These modifications may
include installing replacement micropiles, incorporating piles at
not more than 50% of the maximum load attained, post-grouting
the tested pile and re-proof testing the pile, modifying
installation methods, increasing the bond length, or changing the
micropile type. Any modification that necessitates changes to the
CITY OF OTTAWA SECTION 02450
COMBINED SEWAGE STORAGE TUNNEL MICROPILE FOUNDATION
CONTRACT NO. ISD14-2036 PAGE 17 OF 17

structure design shall require the Engineers prior review and


acceptance. Any modifications of design or construction
procedures, or cost of additional verification test piles and
verification and/or proof load testing, or replacement production
micropiles, shall be at the Contractors expense.

.10 Method of Measurement and Basis of Payment

.1 Measurement for payment will be made as follows for the quantity, as


specified or directed by the Engineer. All the costs associated with
installation of micropiles including mobilization and demobilization shall
be included in the lump sum price for micropile installation. Lump sum
price shall include all materials, equipment, tools, proper disposal of
drilling spoil, and labour incidental in micropile installation.

Costs associated with verification tests (performed on sacrificial


micropiles) and proof tests (performed on production piles) for
micropiles shall be included in the above lump sum price for micropile
installation.

.2 Micropile Length Adjustment will be measured in meters as the


difference between the estimated length of permanent casing, as shown
on the plans, and the actual length of permanent casing installed and
accepted by the Engineer. Note that the permanent casing length is
measured from the bottom of the pile cap to the permanent casing tip,
including the required embedment into rock. Embedment into the pile
cap will not be measured for payment because it is considered incidental
to micropile construction. Any increase in casing length shall be
measured for payment to the Contractor, and any decrease in casing
length shall be measured for credit to the Owner.

END OF SECTION

CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 1 OF 12

Part 1 General

1.1 SCOPE OF WORK


.1 This Section specifies the provisions, requirements, procedures and materials for the
contact grouting which shall be performed to fill all voids behind the pipes installed by
pipe jacking and the excavated surface and behind the precast concrete segmental lining
when voids are found as described in Section 02430.

.2 This Section also specifies grout materials, grout mixes, grouting criteria, maximum
grout hole spacing and the water inflow criteria and performance.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Waste Management and Disposal

.4 Section 01450 - Quality Control

.5 Section 02140 - Groundwater Control

.6 Section 02430 - Tunnel Excavation by Tunnel Boring Machine (TBM)

.7 Section 02439 - Pre-Excavation Grouting from Surface

.8 Section 02440 - Pipe Jacking

.9 Section 03300 - Cast-in-Place Concrete (Shafts and Underground Structures)

.10 Section 03420 - Precast Concrete Tunnel Lining

1.3 DEFINITIONS
.1 Communication: The visible flow of air/water/grout through an adjacent hole used as a
vent hole.

.2 Contact Grouting: The systematic injection of grout, at low pressures, to achieve


continuous contact between the tunnel lining and the surrounding ground, including
overbreak areas, panning and water drain systems. Contact grouting of the final lining
shall be considered incidental to construction of the concrete final lining and will not be
paid for separately.

.3 Refusal for contact grouting: If less than 0.057 cubic meters of grout is injected in 2
minutes at maximum allowable pressure, the connection is considered grouted to refusal.

.4 Venting: Same as communication.

.5 Vent Hole: A grout hole used for observation of communication/venting.


CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 2 OF 12

.6 Water to Cement Ratio: The ratio, as measured by volume, of water to cement in the
grout mix.

1.4 DESIGN CRITERIA


.1 Contact Grouting:
.1 Contact grouting shall be performed systematically in the crown at a preset
spacing, as indicated, along the entire length of the tunnel to assure continuous
filling of voids between the rock and the outside of the final lining.
.2 Additional contact grouting will also be permed in specific areas where voids
may occur, protect fresh concrete from flow of water during placement of the
concrete lining.
.3 Contact grout shall have a minimum 28-day compressive strength 10 MPa.
.4 Contact grouting is a low-pressure grouting operation to fill voids between the
lining and the rock. Maximum grout pressure 200 kPA. Contact grouting in the
crown of the tunnel and of an invert drain system is a systematic operation which
is performed everywhere along the tunnel. Additional, localized contact grouting
is required to fill drain pipes, panning, and overbreak areas.

1.5 PERFORMANCE REQUIREMENTS


.1 Contact grouting: Ensure continuous contact between the tunnel lining and the
surrounding ground. This includes contact grouting of overbreak areas, filling of
panning, drains and any embedded pipes within the tunnel or shafts.

1.6 SUBMITTALS
.1 General:
.1 Make submittals in accordance with Section 01330, Submittal Procedures.
.2 Integrate submittals specified herein with those specified for Section 02430,
Tunnel Excavation by Tunnel Boring Machine (TBM), Section 02440, Pipe
Jacking, and Section 03420, Precast Concrete Tunnel Lining.

.2 Product Data:
.1 Submit cement grout materials information as specified in Section 03300, Cast-
in-Place Concrete (Shafts and Underground Structures) including required
information for cement, sand, water, and admixtures.
.2 Copies of the Material Safety Data Sheets (MSDS) for grout materials shall be
submitted to the CM for information.

.3 Working Drawings and Methods Statements:

.4 Descriptions of proposed grouting equipment for each type of grouting operation.


Include:
.1 Proposed agitators or holding tanks, mixers, pumps, drilling equipment, piping
and manifolds, valves, packers, and certification of calibrated gauges.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 3 OF 12

.2 Equipment, methods and means of accurately measuring grout pressure and rate
of grout injection.
.3 Methods to reliably control grout pressures at or below the maximum pressure
specified for each grouting method.
.4 Work plans including quality control procedures describing the sequence of
operations for each type of grouting and details of how grouting shall be carried
out concurrently with other activities including the assignment of labor required
to perform this work.
.5 Layout, size, orientation, spacing and length of holes to be drilled as appropriate
for the intended purpose of the type of grouting specified herein.
.6 Grouting sequence and criteria and threshold values for modifying mixes.

.5 Mix Designs. Furnish for each of the grout operations:


.1 Mix design data, including all mix components and test results to meet minimum
requirements specified herein.
.2 Initial and final set times for proposed mixes for the range of water/cement ratios
specified herein.

1.7 QUALITY CONTROL


.1 Qualifications:
.1 Qualifications of the supervisor(s) for grouting operations.
.2 Certifications:
.1 Calibration certificates and calibration procedures, on a weekly basis or as
directed by the Engineer, for gauges and meters to be used in grouting
operations.
.2 Certifications verifying ANSI/NSF 61 requirements for materials used in potable
water supply facilities.
.3 Certifications that all materials satisfy ANSI/NSF 61 potable water standards
requirements.
.4 Certifications that all admixtures are non-corrosive.
.5 Provide certificates of chloride content for accelerating admixtures.
.6 Monthly certificates from an approved testing laboratory verifying accuracy of
master grouting pressure gauges.

.3 Quality Control Plans: See Specification Section 01450, Quality Control.

.4 Recordkeeping:
.1 For contact grouting, submit records of strength test results on grout cylinders.
.2 Logs for each shift for each type of grout hole drilling including:
.1 Start and finish times.
.2 Name of drillers and inspectors.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 4 OF 12

.3 Diameter and length of hole drilled.


.4 Station of hole, clock position, and lookout angle.
.5 Locations of changes in the drilling rate if applicable
.6 Locations of changes in water inflow rate and pressure.
.7 Groundwater inflow rate for each hole, if any.
.8 Groundwater pressures in all holes if water is flowing from hole.
.9 Locations of drilling water loss.
.3 Grouting Record:
.1 Location and type of grouting effort.
.2 Identify which hole is connected to the grout line.
.3 Mix type(s) and injection time.
.4 Identify holes which are "Communicating" or "Venting" for a specific
grout connection (hookup).
.5 Amount of cement injected (bags or kg.).
.6 Gauge pressure (kPa).
.7 Grout flow rate (m3/min).
.8 Noting communication patterns to other holes and/or other reasons to
stop injection in each grout hole, as applicable, are of particular
importance for quality control of contact grouting.

1.8 QUALITY ASSURANCE


.1 Reference Standards:
.1 ASTM International (ASTM):
.1 ASTM C150, Specification for Portland Cement.
.2 ASTM C494, Specification for Chemical Admixtures for Concrete.

.2 Qualifications:
.1 Contact and pressure grouting shall be performed under the direction of a
supervisor having a minimum of 10 years in grouting for underground
construction purposes.
.2 Acceptance Criteria: Complete filling of voids between the tunnel lining or the
concrete backfill, and at the interface of the concrete backfill and the rock
surface.
.3 Preconstruction Meeting:
.1 In advance of beginning each type of grouting operation, the grouting supervisor
and shift supervisors shall attend a pre-grouting conference with the Engineer to
discuss the following:
.1 Safety and first-aid procedures.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 5 OF 12

.2 Mix designs and materials.


.3 Grouting procedures, crews and sequencing with other work.
.4 Criteria used to initiate and cease grouting including applicable refusal,
closure, inflow and water testing criteria.
.5 Grouting records.

1.9 SEQUENCING AND SCHEDULING:


.1 Drill and perform contact grouting after the concrete has reached the specified 28-day
design compressive strength.

.2 Perform pressure grouting at specific locations, as directed by the City Representative,


after contact grouting has been completed.

.3 Carry out a sounding effort using a five pound hammer, as directed by the City
Representative, on the backfilled and contact grouted lining to check for localized voids
due to trapped air during placement of the lining backfill between the lining external
surface and the backfill. The sounding and skin grouting shall be carried out after contact
grouting of the lining is complete.

1.10 PRODUCT DELIVERY, STORAGE, AND HANDLING


.1 Transport, store, and handle grouting materials in the manner prescribed by the
manufacturers of each product.

.2 Protect materials from mechanical damage and damage caused by environmental


exposure. Clean up spills as prescribed by the manufacturer.

.3 Cement:
.1 Furnish Portland cement in sacks as packaged by the manufacturer or in bulk.
.2 Use cement as close as possible to the chronological order in which it was
delivered to the job site.
.3 Store bagged cement so that it may be distinguished from other shipments.
.4 Cement shall be free from foreign matter and lumps. If cement is found to
contain lumps or foreign matter of a nature and in amounts deleterious to the
grouting operations, it shall not be used and shall be disposed of in a manner
satisfactory to the City Representative.
.5 If bulk cement is used, accurate devices shall be used to measure the quantity of
cement delivered and utilized.

.4 Post legible copies of MSDS and warnings as appropriate at all locations where
potentially hazardous grout materials are stored or handled. Copies of the MSDS shall be
submitted to the CM for information.

1.11 MEASUREMENT AND PAYMENT


.1 The Contractor shall include costs for all labour, equipment, materials and incidentals
within the appropriate unit price or lump sum items included in Section 01025,
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 6 OF 12

Measurement and Payment for all work required to execute contact grouting as specified
herein and no separate payment shall be made.

Part 2 PRODUCTS

2.1 MATERIALS
.1 General:
.1 No toxic or other poisonous substances shall be included in the grout mix or
otherwise injected into the ground in conjunction with grouting operations.
.2 All materials used shall meet the requirements of Section 03300, Cast-in-Place
Concrete (Shafts and Underground Structures) except as modified herein.
.3 All grouting materials for contact grouting shall meet ANSI/NSF 61 potable
water standards requirements once they have fully cured and hardened.

.2 Cement:
.1 Cement shall conform to ASTM C150.
.2 Contact, pressure, and skin grouting shall use Type III cement.
.3 Admixtures:
.1 Superplasticizers/dispersants or high range water reducers used for the
formulation of grout mixes shall be as approved by the City Representative.
.2 Fluidifiers that promote steel corrosion shall not be allowed.
.3 Use admixtures compatible with proposed mixing water. Admixtures containing
chlorides shall not be used.
.4 Accelerators shall conform to ASTM C494, Type C.

.4 Water:
.1 Water used for all grout mixes shall meet the requirements of Section 03300,
Cast-in-Place Concrete (Shafts and Underground Structures).
.2 The temperature of the water at the time of mixing shall be less than 25 degree
Celsius.

.5 Miscellaneous Materials:
.1 Caulking materials shall be kept available for use at all times during the
performance of grouting operations. These materials shall include oakum,
wooden wedges and burlap.
.2 Non-shrink grout for plugging contact and pressure grout holes after the
completion of grout injection through concrete linings shall conform to the
requirements of Section 03300, Cast-in-Place Concrete (Shafts and Underground
Structures).
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 7 OF 12

2.2 EQUIPMENT
.1 Drilling Equipment:
.1 Drilling equipment for contact and pressure grouting shall be selected to suit
proposed methods, and the objectives of grouting specified herein.
.2 Cement Grout Mixers and Agitators:
.1 Mixers shall be high-speed colloidal type capable of providing a homogenized
mix with a tangential return flow from the centrifugal pump.
.2 Mixers shall have sufficient capacity to ensure an uninterrupted supply of grout
to the pump.
.3 Provide a means of accurately measuring grout ingredients at the mixer.
.4 Provide a means for increasing or decreasing the water/cement ratio at the mixer
as indicated by the field conditions.
.5 Provide a separate agitator serving as a holding tank between the mixer and the
pump that allows continuous pumping.
.6 Equip agitators with baffles to induce turbulence and rotating paddles that will
promote thorough mixing of the grout at all times prior to and during injection.

.3 Cement Grout Pumps:


.1 Provide a water connection on the grout pump to facilitate flushing the system
and injection of water into the grout holes.
.2 Pumps used for contact grouting shall have a maximum pressure capacity of
1.5 MPa and consist of a helical screw rotor-type (Moyno pump) that produces
uniform flow without pulsation.
.3 Provide standby pump of same specifications for each grout operation.

.4 Appurtenances:
.1 Packers:
.1 Packers shall be capable of tightly sealing the grout holes at the selected
locations and depths, such that grouting can be done at grout pressures
equal to the maximum pressure used in the hole without leakage. Packers
shall be designed prevent hydrostatic head build up during placement
and seating of the packers. Packers shall be equipped with shutoff
valves.
.2 Grout pipe to and through the packer shall have a minimum inside
diameter of 38mm.
.2 Shut-In Valves: All grout holes potentially affected by a specific connection
shall be provided with an effective valve for quick closure to allow for
prevention of loss of grout.
.5 Instrumentation:
.1 Pressure Gauges:
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 8 OF 12

.1 Pressure gauges shall be accurate within 5kPa for the entire range of
injection pressures, and shall be provided with appropriate gauge savers.
.2 Pressure gauges shall be installed both at the collar of the hole and at the
pump.
.3 Gauges of different capacities shall be used and calibrated for low,
intermediate, and high pressure grouting work.
.4 Verify accuracy of gauges weekly by use of a set of calibrated master
pressure gauges which are not used in actual grouting operations.
.2 Calibrated Master Pressure Gauges:
.1 One set of calibrated pressure gauges shall be furnished to be used as a
master to check pressure gauges used in the field for grouting. If gauges
used in the field for grouting are limited to operate in too narrow of a
range of pressures and resulting in the need for more than one type of
gauge, more than one set of Calibrated Master Pressure Gauges would
be required as well.
.3 Flowmeters:
.1 Verify accuracy of flowmeters used to monitor grout injected as required
by the Engineer.
.6 Piping:
.1 Locate a manifold consisting of a system of valves and pressure gauge in the line
at the collar of the hole to permit continuous circulation, accurate control and
monitoring of grouting pressure, bleeding, and regulation of flow.
.2 The arrangement of manifold, hoses and pipes used shall allow for reliable
recording of injected quantities of grout in each connection.
.3 Size:
.1 Minimum inside diameter of the supply lines and manifolds, including
valves and fittings, shall be 25 mm.
.2 Supply lines shall not exceed 25 mm inside diameter.
.3 Embedded grout and vent pipes for contact grouting shall have a
minimum internal diameter of 25 mm.

2.3 MIXES
.1 Cementitious grout mixes shall be developed by the Contractor and shall be subject to
review and approval by the City Representative prior to commencement of grouting.

Part 3 EXECUTION

3.1 GENERAL
.1 All grouting shall be performed in accordance with an execution sequence provided by
the Contractor and accepted by the Engineer.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 9 OF 12

.2 All grouting shall be performed with a pressure regulator and a grout return line to avoid
damage to the final lining.

.3 Do not perform any contact grouting until the cast-in-place concrete, reinforced concrete
pipe backfill, or precast concrete tunnel lining backfill has achieved the specified 28-day
strength and essentially completed shrinkage of the concrete material.

.4 All voids between the final lining and the rock surface shall be completely filled with
concrete, concrete backfill, or cement grout.

.5 Perform all contact, grouting in a progressive, methodical manner:


.1 Proceed from one end of the tunnel to the other end of the tunnel. Skipping
areas to return subsequently will not be allowed.
.2 Proceed from lower to higher holes, both in regard to location on the lining
circumference, and in regard to tunnel invert gradient.

.6 Discharge water from grouting operations shall be collected, treated and disposed of in
accordance with Section 01355, Waste Management and Disposal and Section 02140,
Groundwater Control.

.7 Do not perform grouting without the appropriate pressure gauges and flowmeters in
place and in working order.

.8 Any grout hole that becomes plugged or obstructed before grouting shall be reopened,
redrilled, downstaged, or plugged with grout and abandoned.

.9 Maintain equipment used for mixing and injection of grout in satisfactory operating
condition at all times. Keep equipment and lines clean by constant circulation of grout
and by periodic flushing.

.10 All grout holes through the cast-in-place concrete lining shall, on completion of contact
or pressure grouting, be filled by drypacking non-shrink grout into the holes.

.11 Promptly clean the tunnel of spills, deposits of grout and other debris. Do not permit
more than 2 calendar days' accumulation of trash, debris and deposits in the tunnel.

.12 All contact grouting penetrations/holes shall be provided with threaded pipe plugs, seal
welded, and ground flush with the steel lining internal surface prior to the field
application 'of the cement mortar lining.

3.2 PREPARATION
.1 Drill or clean out each contact grout hole from the inside pipe face to the face of the rock
surface:
.1 Using a drill equipped with a bit of the same nominal diameter as that for holes
to be grouted.
.2 For all holes to be grouted or to which contact grout may be communicated.

.2 Affix a valve to each hole which has been cleaned and open all valves.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 10 OF 12

3.3 CONTACT GROUTING


.1 General:
.1 For the tunnel crown, perform contact grouting through the jacking pipes
systematically between the concrete lining and the surrounding ground.
.2 Do not pump grout into more than one connection at a time.
.3 Relieve air and groundwater through the valved, open, ungrouted holes adjacent
to the hole being grouted to the extent possible. Grout holes from lowest point in
tunnel to highest point.
.4 Do not close any valved, open, ungrouted hole until grout of the same
consistency as that being injected issues forth.
.5 Grout each hole until communication with adjacent holes is observed, or until
refusal is reached. Grout procedure consists of: hook up to each valve; begin
pumping; observe communication from adjacent holes; shut off valve when grout
of the same consistency issues forth; and move to the adjacent hole.
.6 Regardless of whether an ungrouted, valved connection appears to have been
closed off as a result of grout communication from another hole as described
above, make a hookup to that hole and grout the hole until communication
occurs with adjacent holes, or until maximum injection pressure is reached. Re-
drilling holes verifiably closed off as a result of grout communication will be
required.
.7 Remove grout valves and permanently install grout hole pipe plugs after the
grout has reached initial set.
.8 For all excavations and lined areas, panning and embedded drain materials and
pipes shall be contact grouted as shown on the Contract Drawings.
.9 Contact grout holes shall be located and staggered as shown on the Contract
Drawings. Place additional holes as necessary.
.10 Areas of extensive overbreak shall be contact grouted by pre-installed grout pipe
or by drilling through the concrete lining and at least 2 inches into rock.
.11 Provide grout pipes, packers, and drain pipes at locations as specified on the
Contract Drawings, approved working drawings, and as determined necessary by
the Engineer in the field in regard to contact grouting of panning and other
groundwater handling installations.
.12 Specific contact grouting of the panning may be excluded if verification can be
made to the satisfaction of the City Representative that the panning has been
adequately treated during contact grouting of connected drains.
.13 Alteration of the mix proportions, grouting pressure, sequence of injection and
pumping rate throughout the grouting operations to achieve the desired results
shall be approved by the City Representative.
.14 All contact grouting shall proceed from connections beginning at the lowest
point in a continuous, up-gradient direction. Skip and leap operation along the
tunnel alignment will not be permitted. For each connection, anticipated vent
holes will be identified prior to commencement of grouting, and continuously
observed as grouting proceeds.
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 11 OF 12

.2 Grout Holes:
.1 If grout holes are drilled, do not drill through cast-in-place lining until the
concrete has cured for at least 7 days or has reached a minimum compressive
strength of 20 MPa.
.2 Drill holes for contact grouting and venting, excluding those for panning and
invert drains, through the concrete lining and any localized voids a minimum of
50 mm into rock.
.3 Vent holes for contact grouting of overbreak areas shall be located in known
high points in the specific area to be grouted. Verify the escape of air/water and
grout from the vent holes during grouting.
.4 Contact grouting vent holes shall be drilled a minimum of 50 mm into rock and a
grout packer installed into each vent hole. The packer shall extend to within
25 mm of the end of the hole. Verify the escape of air and grout from the vent
holes. Once grout issues from the vent hole, the packer shall be closed off and
subsequently used as a grout hole as the grouting operation proceeds towards the
vent hole.
.5 Install grout holes and vent holes for grouting of the panning material and invert
drain as shown on the Contract Drawings. The spacing of the holes shall be
adequate to ensure that all voids are filled, including the invert drain pipe and
surrounding crushed rock, and that the final linings are in contact with rock
around its entire circumference. In areas of continuous panning, spacing of grout
and vent holes shall not exceed 3 m of tunnel length. The Contractor may modify
the hole spacing for contact grouting of panning upon approval of the Engineer.
.6 The diameter of each grout hole shall not be less than 38 mm and shall be
compatible with vent pipes specified in Part 2 - Products of this Section.
.7 Drill grout holes through concrete and rock, avoiding damage to permanent
lining components such as reinforcing steel and threaded fittings in steel lining,
where present.
.8 Remove temporary plugs in vent pipes and grout holes, and estimate the void gap
for each grout and vent hole.

.3 Grouting:
.1 The maximum pressure at the point of injection shall not exceed 0.3MPa for
contact grouting unless otherwise approved by the Engineer.
.2 Leave adjacent grout holes open during grouting operations to facilitate the
escape of air and water from pockets in the space surrounding the tunnel lining.
Where grout is found to flow from adjacent grout connections in sufficient
quantity to seriously interfere with the grouting operations or to cause
appreciable loss of grout, valves on such connections may be temporarily closed,
and intermittently opened for bleeding and subsequent grout connection.
.3 Once grouting is started, do not interrupt grouting of a hole without specific
approval of the Engineer.

.4 Completion of Grouting:
CITY OF OTTAWA SECTION 02455
COMBINED SEWAGE STORAGE TUNNEL CONTACT GROUTING
CONTRACT NO. ISD14-2036 PAGE 12 OF 12

.1 Upon completion of grouting at each connection, close the shut-in valve and
leave it in place until the grout has set.
.2 Fill all open grout and vent holes with non-shrink grout at completion of the
grouting operations to within 150 mm of the tunnel lining surface and dry pack
the remainder of the hole with sand and cement to have a smooth finished
surface.

3.4 FIELD QUALITY CONTROL


.1 Data or notes taken by the City Representative during periodic inspections of grouting
will not relieve the Contractor's responsibility in documenting grouting operations.

.2 Contact Grouting - Test three cylinders for every 10 m3 of grout placed according to
Section 03300, Cast-in-Place Concrete (Shafts and Underground Structures). Minimum
cylinder diameter shall be 75 mm. Tests performed on grout cubes or prisms shall not be
accepted for verifying strength.

.3 During grouting operations, verify:


.1 Hole location, depth, and spacing satisfy criteria specified herein.
.2 Ensure that grouting is performed from bottom upwards, and continuously in all
aspects.
.3 Communication between grout holes.
.4 Maximum recommended grout pressures are not exceeded.
.5 Grout mixes satisfy the criteria specified herein.
.6 Grout lines are not plugged or obstructed.
.7 Grouting operations are performed in the correct sequence, specified herein.
.8 Closure criteria and/or refusal criteria are satisfied prior to terminating grouting
of each hole.

.4 Master Gauges and Meters:


.1 Perform testing of all field gauges and meters no less often than weekly using
master gauges and meters.
.2 Perform field tests in the presence of the Engineer.
.3 Verify accuracy of master gauges and meters through the use of a test laboratory
no less frequently than every two months.

3.5 CLEAN-UP
.1 No buildup of wasted or leaked grout shall be allowed in the lined facilities at any time.
.2 If leakage of grout or other foreign material occurs, remove and dispose of such material
by washing or other suitable means.
.3 Clean and remove all waste grout and grouting materials.

END OF SECTION
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 1 OF 26

PART 1 GENERAL

1.1 SUMMARY

.1 This Section specifies requirements for furnishing, installing, monitoring, reading,


recording, maintaining, protecting, and removing or abandoning geotechnical
instrumentation. Geotechnical instrumentation consists of inclinometers, soil deformation
monitoring points, pavement monitoring points, reflectorless monitoring points, survey
reference points, utility monitoring points, piezometers, tiltmeters, convergence point
arrays, multiple point borehole extensometers, monitoring bolts, and tape extensometers.
Requirements for the restoration of facilities affected by instrumentation removal or
abandonment are specified elsewhere.

.2 Refer to Section 01117 for specific constraints relating to geotechnical instrumentation


and monitoring for works north of Wellington Street on PWGSC property. Additional
monitoring of PWGSC infrastructure shall be completed under a cash allowance item as
specified in Section 00410 in addition to the requirements indicated on the Contract
Drawings and outlined in Sections 02480 and 02482.

.3 Related Sections:
.1 Section 01117 Construction Sequences and Constraints
.2 Section 01220 Progress Meetings
.3 Section 01330 Submittal Procedures
.4 Section 01355- Disposal of Excess Material
.5 Section 01450 Quality Control
.6 Section 02200 Site Preparation
.7 Section 02140 Groundwater Control
.8 Section 02150 Excavation Support System
.9 Section 02226 Removal of Existing Asphalt Pavement
.10 Section 02231 Clearing and Grubbing
.11 Section 02315 Excavation, Trenching and Backfilling
.12 Section 02400 Shaft Construction
.13 Section 02430 Tunnel Excavation by Tunnel Boring Machine (TBM)
.14 Section 02481 Tunnel Deformation Monitoring
.15 Section 02481 Precast Concrete Tunnel Lining

.4 Definitions:
.1 Geotechnical Instrumentation: Devices measuring groundwater levels, surface and
subsurface movement, and movement of existing infrastructure. Includes
measurement devices and appurtenant equipment, probes, sensors, cabling,
readout devices, and data loggers and PC-based data management systems;
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 2 OF 26

including ancillary facilities required for their operation, such as boreholes,


casings, housings, and covers.
.2 Subsurface Instrumentation: Instrumentation installed from within tunnel, shaft
and other subsurface excavations during construction.
.3 Survey Control: Precise field measurements as specified herein, taken by
qualified personnel using approved methods and equipment capable of
accurately determining elevations, distances and coordinates that are essential
for the prosecution of this sections work.
.4 Inclinometer: An instrument in which an inclinometer probe is lowered into a
specially grooved inclinometer casing to monitor horizontal ground displacements
relative to fixity at the bottom of the casing that might occur during excavation of
shafts or other subsurface structures.
.5 Monument: A locking steel enclosure case installed to provide protection for
instrumentation from vandalism, traffic, and/or debris.
.6 Multiple Point Borehole Extensometer: Device for monitoring the changing
distance between 2 or more anchor points in a borehole and a reference head at the
borehole collar.
.7 Soil Deformation Monitoring Point: A capped steel pipe driven into the ground
that is used for monitoring vertical deformation (settlement or heave) of the soil at
or near the ground surface.
.8 Pavement Monitoring Point: A PK nail driven into a pavement surface that is used
for monitoring vertical deformation (settlement or heave) of the pavement at the
ground surface.
.9 Monitoring Point Array: A series of pavement monitoring points located in a line
perpendicular to the tunnel alignment. The array is centered over the center line of
the tunnel alignment and is used to measure the settlement immediately above the
tunnel and the lateral extent of settlement.
.10 Reflectorless Point: Location established to monitor vertical displacements by
automatic total station that does not involve installation of a reflector or object on
the ground.
.11 Survey Reference Point: Location delineated by an Optical Survey Target that is
established to monitor by optical survey methods the occurrence and amount of
vertical and horizontal displacements.
.12 Utility Monitoring Point: A steel pipe, installed in borehole over an existing
subsurface utility of concern such that its bottom rests on top of the utility, that is
used for monitoring vertical deformation (settlement or heave) of an existing
subsurface utility.
.13 Vibrating Wire Piezometer: Pressure transducer used to measure water
pressure at a subsurface point of interest, allowing determination of
groundwater elevations and pore pressures. A monitoring location may have
several transducers to allow measurements to be taken at multiple depths if so
configured.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 3 OF 26

.14 Monitoring Bolts: Bolts installed into precast tunnel lining segments used to
measure deformations of the precast concrete tunnel lining, with measurements
made by optical survey methods.
.15 Tiltmeter: A device used to measure changes in the inclination of a structure.
.16 Monitoring Cross Section: Tunnel cross section defining installation location of
monitoring bolts and roof leveling points as shown on the Contract Documents.
.17 Convergence Point: An anchor installed as part of a paired anchor system attached
to the tunnel perimeter, chamber perimeter, or initial support system, or into the
rock surfaces for unlined tunnels, where indicated or directed, to measure changes
in tunnel, or chamber, width or height. A complete array of Convergence Points
typically consists of at least two pairs of anchors or monitoring points installed at
specific locations, allowing for a variety of measurements. The Convergence
Points are commonly monitored at specified time intervals based on time elapsed
since excavation at the particular location.
.18 Tape Extensometer: Instrument used to measure changes in distance between
convergence points at various elapsed time periods since excavation at a location
of interest.

.5 Performance Requirements: Refer to Sections 02140 Groundwater Control, 02150


Excavation Support System, 02400 Shaft Construction, and 02430 Tunnel
Excavation by Tunnel Boring Machine (TBM) for additional requirements that must
be met in the event that movements or deflections exceed the threshold (action)
criteria specified in Table 1. The objective is for the Contractor to implement its
construction means and methods in order to avoid or limit movements or deflection to
values lower than the threshold values stated in Table 1.

Table 1- Threshold Value, Contractors Response Value, and Maximum Allowable Movement Levels

Type of Instrumentation Threshold Contractor Shutdown


(movement direction) Value Response Value
(Contractor Value
Action
Required)
Soil Deformation 12 mm 20 mm 25 mm
Monitoring Points,
Pavement Monitoring
Points, (vertical)
Survey Reference Points, 12 mm 20 mm 25 mm
Reflectorless Points,
Reflective Tape, Optical
Survey Targets (vertical)
Survey Reference Point, 12 mm 20 mm 25 mm
Reflective Tape, Optical
Survey Targets(horizontal)
Multiple Point Borehole 12 mm 20 mm 25 mm
Extensometer (vertical)
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 4 OF 26

Type of Instrumentation Threshold Contractor Shutdown


(movement direction) Value Response Value
(Contractor Value
Action
Required)
Piezometers (groundwater 1m 1.6m 2m
level drawdown below
lowest groundwater table
elevation shown in GBR
applies to piezometers with
tip elevations within 5
metres of bedrock surface)
Utility Monitoring Points 12 mm 20 mm 25 mm
(vertical)
Tiltmeters (Inclination) 0.055 degrees 0.090 degrees 0.110
degrees
Inclinometer (horizontal) 12 mm 20 mm 25 mm
Tape Extensometer 0.1% 0.16% 0.2%
(convergence as a percent of
initial length)
Movement at Top of 12 mm 20 mm 25 mm
Shoring
Tunnel Lining Movement at 12 mm 20 mm 25 mm
Tunnel Eyes and Portals

.1 Tolerances:
.1 General: Install within 150 mm of theoretical location specified or
indicated to avoid obstacles or utilities, except:
.1 Where otherwise approved by the Contract Administrator.
.2 Where the 150 mm tolerance is not sufficient for avoiding conflict
with utilities or other obstacles. In this case, Contractor shall
submit a revised instrumentation location to be approved by the
Contract Administrator.
.2 Installed Inclinometer Casing Spiral: No more than 10 degrees of spiral
or axial rotation between the top and bottom of the casing.
.3 Inclinometer Casing Verticality: No more than 1 degree of deviation
overall.
.4 Survey Control: Employ survey procedures and equipment that are in
accordance with the FGCC Standards and Specifications for Geodetic
Control Networks using Second Order Class 1 specifications for
horizontal and vertical control work.
.5 Survey Reference Point Readings:
.1 Elevation: Within 3 mm.
.2 Position: Within 3 mm.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 5 OF 26

.2 When the Threshold Value is reached for any monitored instrument, the
Contractor shall meet with the Contract Administrator to discuss construction
means and methods to determine what changes, if any, shall be made to better
control ground movement or groundwater levels. When the threshold value is
reached, the frequency of readings for any affected instruments shall be double the
frequency stated in Table 2 or Table 3, whichever is applicable, or as otherwise
directed by the Contract Administrator. The increased frequency of reading shall
be maintained until readings made during five consecutive working days are
below the Threshold Value for the instrument(s) in question or reading values
have stabilized as determined by the Contract Administrator.
.3 When the Contractor Response Value is reached for any monitored
instrument, the Contractor shall actively control ground movement or
groundwater levels in accordance with the approved Contingency Plan to
prevent reaching the Shutdown Value. When the Response value is reached, the
frequency of readings for any affected instruments shall be double the frequency
stated in Table 2 or Table 3, whichever is applicable, or as otherwise directed by
the Contract Administrator. The increased frequency of reading shall be
maintained until readings made during five consecutive working days are below
the Threshold Value for the instrument(s) in question or reading values have
stabilized as determined by the Contract Administrator. Contractor must work
continuously to stabilize movement or groundwater levels until movement
stops.
.4 When the Shutdown Value is reached, the Contract Administrator may direct the
Contractor to stop all work immediately, and the Contractor must meet with the
Contract Administrator to develop a plan of action before work can be resumed.
Implementation of the approved Contingency Plan must commence immediately
and continue for as long as necessary as determined by the Contract
Administrator. No standby time will be paid if work is shut down because a
Shutdown Value is reached. Instrumentation reading frequency shall be
maintained at the increased frequency implemented as a result of readings
previously reaching either the Threshold and Response Values. The increased
frequency of reading shall be maintained until readings made during five
consecutive working days are below the Threshold Value for the instrument(s) in
question or reading values have stabilized as determined by the Contract
Administrator
.5 Restoration: Restore damage to existing facilities caused by construction
related movement or groundwater level changes in excess of allowable
maximums at no additional cost to the Owner. Obtain prior approval from the
Contract Administrator for any proposed repairs to roadways.

1.2 SUBMITTALS

.1 General:
.1 Make submittals in accordance with Section 01330 Submittal Procedures.
.2 All instrumentation readings shall be reported in Metric units.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 6 OF 26

.2 Product Data: Submit two sets of manufacturers catalogs, specifications, and


installation, operating, and maintenance instructions for each type of data acquisition
and management system, instrumentation component, and monitoring device, all as
required for a complete installation at least 30 days prior to installing instruments.

.3 Instrumentation Location Plans:


.1 Provide plans showing proposed instrument locations for each shaft.
.2 Provide plans showing proposed instrument locations for each building.
.3 Provide plans showing proposed locations for all other instruments.

.4 Develop and submit instrumentation plans for Taberet Hall and the areas designated on
north Cumberland Street, for the general areas as indicated on plans. Contractors plans
must meet the following requirements:
.1 Contractor must monitor each property under which the tunnel will pass
within the general areas as shown on the Drawings. Locations of required
structures to be monitored are identified by structure address in Appendix B of
this Section. See Section 02482 for additional vibration and noise monitoring
requirements to be included in the Contractor developed instrumentation
plans. Submittals for instrumentation in Contractor developed areas shall
include noise and vibration monitoring plans.
.2 Drawings shall clearly show locations of each monitoring device on each
structure. At a minimum, Drawings shall be at a metric scale of no less than
1:100.
.3 Monitor all identified structures with a monitoring method capable of
measuring tilt in two perpendicular directions. At a minimum, monitor all
exterior walls that the tunnel passes directly under or monitor at least the two
walls closest to the tunnel alignment for structures that the tunnel alignment
does not pass directly under, but are identified for required monitoring.
Acceptable methods of monitoring include placement of tiltmeters or
placement of monitoring points oriented in a manner that enables tilt
measurement of the structure being monitored on at least two axes.
.1 If tilt meters are not used, monitoring points shall be placed in sufficient
quantities to estimate tilt on at least two walls on each of two stories of
the structure, in cases where structures are two stories or taller. At a
minimum, monitoring points shall be placed at intervals of no less than
10 m along each wall being monitored.

.4 Monitor all instrumentation on a schedule that meets the requirements for


tiltmeters in Table 2, at a minimum.
.5 Monitor movement levels in accordance with Table 1 at a minimum.

.5 Negotiation Records:
.1 Submit documentation of negotiations with private or public property owners
regarding placement of geotechnical instruments on private or public property or
structures.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 7 OF 26

.2 Clearly indicate agreements reached regarding installation locations, methods and


timing of installation; monitoring; and removal when instruments are no longer
required.
.3 Where a property owner has not allowed installation of a geotechnical instrument
for a structure identified in this Section or on the Drawings, clearly document
good faith efforts to achieve agreement.
.6 As-Built Data:
.1 Legible Surveyors notes from instrumentation installation within one working
day following installation.
.2 As-built plan of instrumentation type and location accurate to within 25 mm
vertical and horizontal and at a scale no less than 10 mm equal to 5 m within one
working day of installing required instrumentation. Include identification numbers
with elevations, stations and offsets, and coordinates as applicable for each type of
instrumentation.
.3 As-built installation details of each instrument, including depth, lengths,
elevations, materials used, and dimensions of key elements.
.4 Procedures and sequence used for installation of each instrument.

.7 Contingency Plan
.1 Contractor shall develop Contingency Plan to be approved by the Contract
Administrator that details measures to be taken to stabilize or attempt to reverse
movement or groundwater levels in the event that the Threshold Value is reached
for any type of instrumentation.
.2 Contractor shall implement the Contingency Plan within 24 hours of any reading
equaling or exceeding the Contractor Response Value reading for any instrument.
Any necessary equipment needed to implement all Contingency Plans shall be
kept onsite throughout the duration of the Project.

.8 Mix Designs: Materials, admixtures, other additives, and grout mix design required for
inclinometer installation. Provide manufacturers product descriptions for all admixtures
and additives.

.9 Drill Logs.
.1 Detailed boring logs describing soils and rock encountered, depths of strata tops
and bottoms, drilling rates, recovery, and details of instrument installations.
Drilling activities shall be supervised and boring logs recorded by a qualified
geologist or soils engineer experienced with the specific types of earth materials to
be encountered. Drafted logs shall be prepared and submitted for approval. Field
logs shall not be an acceptable submittal.

.10 A daily report including a summary of all monitoring data collected the previous day.
Provide the data electronically and with a hard copy in a format acceptable to the
Contract Administrator.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 8 OF 26

.11 Instrumentation Installation and Quality Plan: Describe how the quality of materials
required for installation of each instrument and the installation process will be
controlled (e.g. measurements, inspections, testing, etc.) in accordance with Section
01450 Quality Control. In addition, provide:
.1 Description of methods for installing each instrument type.
.2 Proposed methods for identifying instrumentation.
.3 Proposed format for presenting raw data readings. Include the date, time, and
name of personnel taking measurements or performing monitoring.
.4 Methods for assuring the quality of data readings.
.5 Methods for protecting instrumentation and if damaged, assuring timely repair or
replacement.
.12 Workforce Qualifications: Submit prior to the start of any instrumentation installation
work verification that the workforce is qualified to complete the work of this Section
(licenses, certifications, etc.) and that the work will be effectively supervised (manager,
foreman, etc.).
.1 Manufacturer: Company with a minimum of 5 years experience specializing in
the fabrication of instrumentation of the type specified.
.2 Installation and Monitoring Personnel: At least 5 years experience installing and
reading instrumentation of the type specified.
.3 Surveyor: Conform to the requirements of Section 01720. In addition, Surveyor
to have at least 5 years experience in surveying of structure or surface
deformations.
.4 Drilling Supervisor/Logger: Geologist or engineer with minimum five years of
experience with the type of drilling equipment and soils/rock at each site.

.13 Certifications and permits to be submitted a minimum of 30 days prior to installation of


instruments or commencement of shaft and tunnel excavation, whichever occurs first:
.1 Calibration certificates by manufacturer for each sensor, probe, readout device and
data logger.
.2 Manufacturer certifications for materials specified in Part 2 herein.
.3 By the manufacturers representative, that instrumentation has been installed in
accordance with manufacturer requirements and that further on-site supervision by
the manufacturer is not required.
.4 Required permit(s) for pavement monitoring, soil deformation monitoring points,
piezometers, and boreholes.

.14 Acceptance Criteria: Provide certification to indicate that the manufacturers test
equipment is calibrated and maintained in accordance with the test equipment
manufacturers calibration requirements, and that all calibrations have been made with
equipment certified as meeting standards established by the Canadian General Standards
Board for that purpose.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 9 OF 26

1.3 QUALITY CONTROL

.1 Testing: Calibrate all sensors and readout instruments at the manufacturers facility
prior to shipment.
.2 Notifications:
.1 Three working days prior notice of intent to install instrumentation.
.2 Immediately upon discovering damaged or malfunctioning instrumentation.
.3 Immediately for any reading exceeding specified levels or limits.
.4 Immediately for any reading exceeding the Threshold Value Levels specified in
Table 1 when excavation is taking place within 150 m in plan of the designated
instrumentation location.
.5 Two weeks prior to abandoning existing instrumentation previously installed for
this contract with request for approval from the Contract Administrator as
indicated in Section 3.7.

1.4 REFERENCES

.1 Standards:
.1 ASTM International (ASTM):
.1 ASTM A53, Standard Specification for Pipe. Steel, Black and Hot Dipped
Zinc-Coated (Galvanized), Welded and Seamless.
.2 ASTM D543, Standard Guide for Field Logging of Subsurface Explorations
of Soil and Rock.
.3 ASTM D2487, Standard Practice for Classification of Soils for Engineering
Purposes (Unified Soil Classification System).
.4 ASTM D2488, Standard Practice for Description and Identification of Soils
(Visual Manual Procedure).
.2 Ontario Water Resources Act, R.R.O. 1990, Regulations 903, Wells
.3 Other standards as may be required by the Contractor and instrumentation
manufacturer.

1.5 JOB CONDITIONS

.1 The anticipated ground conditions are set forth in the Geotechnical Baseline Report
(GBR).

.2 Refer to the Geotechnical Data Report (GDR) for locations and details of piezometers
previously installed for this Contract.

.3 Procurement, installation, and monitoring of the instrumentation shall be performed by


the Contractor.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 10 OF 26

1.6 SEQUENCING AND SCHEDULING

.1 Unless otherwise specified, ensure that instrumentation is installed, fully functional,


calibrated, that the first set of readings are taken, and that the instrumentation is ready for
monitoring no later than 7 days prior to performing excavation within 150 m in plan of
any designated instrumentation location.

1.7 PRODUCT DELIVERY, STORAGE AND HANDLING

.1 As recommended by instrument manufacturers.

1.8 WARRANTY

.1 Equipment warranty as provided by the manufacturer.

.2 Installation warranty shall be for the period of construction and post-construction


instrumentation monitoring as specified herein.

PART 2 PRODUCTS

2.1 GENERAL

.1 Ensure that all instrumentation components are on hand and approved by the Contract
Administrator before excavation begins.

.2 For each instrument type, provide all instruments and necessary components, including
readout devices, from the same manufacturer.

.3 Acceptable instrumentation manufacturers:


.1 Applied Geomechanics Inc., San Francisco, CA.
.2 Roctest Ltd., 1 Trans-Border Drive, P.O. Box 3568, Champlain, NY 12919.
.3 Slope Indicator Co., 12123 Harbour Reach Drive, Suite 106, Mukilteo, WA
98275.
.4 Geokon, Inc., 48 Spencer Street, Lebanon, NH 03766.
.5 RST Instruments LTD., 200-2050 Hartley Av.enue, Coquitlam, BC, Canada V3K
6W5.
.6 Or approved equals.

.4 Refer to Contract Drawings for instrumentation details in addition to those stated


herein.

2.2 INCLINOMETERS

.1 Inclinometer Probes: Overall resolution of +.0.03 mm lateral movement per 610 mm


of casing and an accuracy of 0.25 mm per reading and 8 mm per 50 readings. Use
Slope Indicator Co. Digtilt inclinometer probe (Part No. 50302500); RST Wireless
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 11 OF 26

Inclinometer System, Geokon Inc. Model MP-20; Roctest Ltd. Model Accutilt; or
equal probes. Provide a carrying case for each probe.

.2 Cable: Combination signal and suspension cable. Cable with a steel or Kevlar core,
heavy-duty, waterproof jacket and external markings spaced at 300 mm intervals.
Cable 60 m long and furnished with one pulley assembly suitable for mounting on
the inclinometer casing. Use Slope Indicator Co. Digitilt Control Cable or equal.

.3 Portable Data Logger: Pocket PC-based logger with Bluetooth data link to cable
reel, powered by rechargeable internal batteries. Use Slope Indicator Co. Digitilt
Datamate Readout (Part No. 50310900); RST Inclinometer Pocket PC Logger,
Roctest Ltd. Model Accutilt-SA, or equal.

.4 Casing:
.1 Acrylonitrile-butadiene-styrene (ABS) plastic, approximately 70 mm inside
diameter, with four internal longitudinal grooves at 90 degrees apart, and
nominal outside diameter no greater than 76mm. Complete with caps, regular
couplings for each separate inclinometer installation. Use Slope Indicator Co.
QC casing (Part No. 51150210), or equal. Wrap connections with tape to
water-proof.
.2 Casing sections: No less than 3m lengths, with no section having more than
one degree of spiral before installation.
.3 Couplings, locking devices and caps: Sizes and types recommended by the casing
manufacturer.
.4 Cement Grout: Use cement grout that conforms to the recommendations of the
inclinometer manufacturer.
.5 Casing Protectors: Provide a square steel stick-up cover where possible to improve
accessibility or a traffic-rated 305 mm ID flush cover with steel bolt down cover as
specified herein at each inclinometer installation.

.6 Twist survey apparatus: A groove alignment tool attached to orientation rods and a
protractor fitted to the assembly, to measure the angular rotation of the grooves with
depth.

.7 Provide computer software for inclinometer data reduction and graphing of


inclinometer readings. Use Slope Indicator Digipro Software (Part No. 50310000),
or equal.

2.3 TILTMETERS

.1 Tiltmeters shall be Slope Indicator EL Tiltmeters, model 56802100, or approved equal


and shall be mounted using manufacturer supplied groutable anchors and in accordance
with manufacturer instructions. Signal wire shall be as provided by the manufacturer.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 12 OF 26

2.4 MULTIPLE POINT BOREHOLE EXTENSOMETERS

.1 Provide two-, three- or four-position multiple point (multiple anchor) extensometers, as


shown on Drawings, to measure subsurface movement.

.2 Provide rod type extensometers similar in design to one of the following models, or
approved equal.
.1 Model No. 517043, Slope Indicator Co for stainless steel rods and protective pipe.
Other components to be approved by Engineer.
.2 Flexible rod extensometer with D-type rod assembly, RST Instruments.
.3 Rod type Extensometers, Model A-3, Geokon Inc.

.3 An extensometer with electrical sensors equipped with a remote monitoring system will
be allowed.

.4 Provide sufficient numbers of multiple point borehole extensometers and readout devices
to ensure the constant availability of functioning units on the site in case of loss or failure
of primary units. Working back up units shall be available on site at all times.

.5 Provide multiple anchor extensometers that satisfy the following criteria:


.1 The range of each anchor shall cover 50mm for heave measurements and 150 mm
for settlement measurements.
.2 Grout subsurface anchor points and the entire subsurface assembly with an
approved grout mix.
.3 Encapsulate measurement rods in oil-filled flexible tubing.
.4 Provide reference point for measurement of elevation of instrument as required.

.6 Provide a traffic rated bolt-down cover of size indicated, with a protective cap for the
extensometer reference head as recommended by the instrument manufacturer.

2.5 PAVEMENT MONITORING POINTS (PMP) AND MONITORING POINT


ARRAYS (MPA)

.1 PMPs will be used to monitor deformation at the ground surface or pavement surface.
All points shall be clearly identified with permanent easily readable letters and numbers.

.2 Details of PMPs and locations shall be as shown on the Contract Drawings.

2.6 SOIL DEFORMATION MONITORING POINTS (SDMP)

.1 Details of components and materials as shown on the Drawings.

.2 Locations for SDMPs are as noted on the Drawings


CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 13 OF 26

2.7 UTILITY MONITORING POINTS

.1 Use black steel pipe and threaded couplings, ASTM A53, welded, standard weight,
for inner bench marks monitoring pipes and outer casing.

.2 Provide monitoring pipes and casing of lengths required for each monitoring
location as shown on the Drawings.

.3 Use ball fabricated read points made of stainless steel.

.4 Use centering devices for placement between the inner benchmark and outer casing
that is suitable for use in deep settlement markers.

2.8 ELECTRIC VIBRATING WIRE PIEZOMETERS

.1 Provide vibrating wire components that are from the same manufacturer.
.2 Use a vibrating wire piezometer appropriate for pressures up to 690 kPa with a cable
length that will extend 1.5m above the ground surface after installation. Use Geokon
Model 4500-S, Slope Indicator Co. Part No. 52611034 or 52611035, RST
Instruments Model VW2100, or equal
.3 Provide a digital vibrating wire piezometer indicator to obtain readings. Provide a
readout device from the same manufacturer as the piezometers. Geokon Model
GK- 403, Slope Indicator Part No. 52611900, or equal.
.4 Provide a traffic-rated, bolt-down monument cover at each installation location as
shown on the Drawings.
2.9 REFLECTIVE TAPE

.1 Reflective tape to be compatible with the survey equipment used and capable of
providing measurements within the specified tolerances.

.2 Provide reflective tape similar in design to Leica Geosystems GZM30 Reflective Tape,
or equal.

2.10 OPTICAL SURVEY TARGETS

.1 Surveyors prisms or reflectors compatible with the survey equipment used and
capable of providing measurements within the specified tolerances.

.2 Provide optical survey target similar in design to Leica Geosystems GPR112, or


approved equal. Optical survey targets to be installed using manufacturers instructions.

.3 Provide GHT112 Mounting Set for optical survey target, or approved equal. Mounting
set to be installed using manufacturers instructions.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 14 OF 26

2.11 MONUMENT (GUARD CASING) WITH ACCESS COVER

.1 Furnish monuments with access cover and install flush with the ground surface to
protect installed inclinometer casings, and piezometers. Use steel of sufficient
strength to withstand H-20 and HS-20 truck loadings. Provide a watertight access
cover. Use casings with diameters as shown on the Drawings.

.2 Set monuments in place with concrete with 150 mm annular thickness around the
monument.

.3 Inside each monument, install a hardened domed head nail embedded into concrete to
serve as a leveling point.

.4 Paint monuments with a bright orange paint. In areas where instrumentation is


subject to damage by construction operation, install suitable barriers or guard posts as
necessary to protect the monuments.

2.12 AUTOMATIC TOTAL STATION (ATS)

.1 Use Soldata Centaur automatic total station or equivalent.

.2 The Contractor shall choose suitable positions of the Automatic Total Stations as shown
on the Contract Drawings or as subject to the agreement of the Contract Administrator.

.3 Automatic total stations shall be robust and weather resistant, and be capable of
operating to the specified accuracy in all weather conditions. ATS shall be suitably
mounted on a secure foundation or purpose built bracket. The mounting shall be
birdproof and vandal and theft proof.

.4 The position of the reference prisms are to be selected by the Contractor. Where
reference points are within the zone of influence the data processing software shall
recalculate the position of these points based on survey by other ATS to allow correct
calculation of the position of all total stations using those reference points. The
Contractor shall propose the number and position of reference points outside the zone of
influence subject to the agreement of the Contract Administrator.

.5 During the monitoring period, one spare ATS shall be maintained on site for use as an
emergency replacement for damaged or malfunctioning equipment, and a second shall be
maintained as cover for machines removed for planned maintenance. The Contractor
shall allow for replacement setups, including calibration at no additional cost to the City.

.6 Results from monitoring of reflectorless target positions by the automated total


monitoring station shall be presented as change in elevations with an overall accuracy of
3 mm. Reflectorless target positions are shown in the Contract Drawings.

2.13 MONITORING BOLTS

.1 Monitoring Bolt with a fine threaded end (with cap for tread protection) for attachment
to a optical survey target or prism as approved by Contract Administrator.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 15 OF 26

2.14 CONVERGENCE POINTS AND TAPE EXTENSOMETERS

.1 Provide permanent convergence points made of stainless steel, compatible with the
tape extensometer manufacturers recommendations and suitable for the type of
initial support system installed. Use of one of the following models, or approved
equal.
.1 Model No. 51863, Slope Indicator Co.
.2 Model No. CX5000, Roctest Ltd.
.3 Model No. 1600-6, Geokon Inc.

.2 Number of anchors (per location) as indicated on the Drawings and as directed by the
Contract Administrator.

.3 Use groutable eyebolt anchors for rigid attachment of convergence points to the
initial tunnel support, e.g. steel sets, or rock surfaces, as approved by Contract
Administrator. All convergence monitoring anchors shall be installed to be protected
from damage throughout the monitoring period.

.4 Provide a tape extensometer with minimum 20m survey tape from one of the
following models, or approved equal.
.1 Model No. 518115, Slope Indicator Co.
.2 Model No. 1600, Geokon Inc.
.3 Model CONVEX, Roctest Ltd.

PART 3 EXECUTION

3.1 GENERAL

.1 Disposal of excavated materials shall be in accordance with the requirements of Section


01355 Disposal of Excess Material.

.2 For instrumentation on private and public buildings, Contractor is required to negotiate


placement of all instrumentation, including Noise and Vibration Monitoring Equipment
as detailed in Section 02482, with property owner that is consistent with the Contract
requirements and acceptable to the property owner.

3.2 PREPARATION

.1 Instrument locations in areas not otherwise prepared as part of the work at each site
shall be prepared, cleared, and stripped in accordance with Section 02200 Site
Preperation and Section 02231 Clearing and Grubbing.

.2 Provide additional excavation in accordance with Section 02315 Excavating


Trenching and Backfilling to develop a large enough work area to install the
instruments.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 16 OF 26

3.3 INSTALLATION

.1 General:
.1 Install instrumentation as shown in the drawings, such as the array section
details, and as approved by the Contract Administrator. Install in accordance
with the manufacturers printed instructions and as specified in this Section.
Install within the accuracy limits specified by the manufacturer.
.1 Instrumentation to be installed and monitored during shaft construction
and existing instrumentation to be monitored during shaft construction
at shaft locations is as follows:
.1 Site 2 2 inclinometers to be installed by Contractor, 1 Vibrating
Wire Piezometer (to be installed before tunnel construction and to
be monitored for both tunnel and shaft construction) to be
installed by Contractor
.2 Site 3a 4 inclinometers to be installed by Contractor, 1
Vibrating Wire Piezometer to be installed by Contractor (to be
installed before tunnel construction and to be monitored for both
tunnel and shaft construction), 1 existing open stand pipe
piezometer 13-205
.3 Site 3c 4 inclinometers to be installed by Contractor, 1
Vibrating Wire Piezometer to be installed by Contractor, 1
existing open stand pipe piezometers 13-207A, 13-209
.4 Site 4 2 inclinometers to be installed by Contractor, 1 Vibrating
Wire Piezometer (to be installed before tunnel construction and to
be monitored for both tunnel and shaft construction) to be
installed by Contractor
.5 Site 5a 4 inclinometers to be installed by Contractor, 1
Vibrating Wire Piezometers to be installed by Contractor, 1
existing open stand pipe piezometer 13-110
.6 Site 5b 1 inclinometer to be installed by Contractor, 1 existing
open stand pipe piezometer 13-227A
.7 Site 5c 1 inclinometer to be installed by Contractor, 1 vibrating
wire piezometer to be installed by Contractor
.8 Site 8 2 inclinometers to be installed by Contractor, 1 vibrating
wire piezometer (to be installed before tunnel construction and to
be monitored for both tunnel and shaft construction) to be installed
by Contractor
.9 Site 9 2 inclinometers to be installed by Contractor, 1 vibrating
wire piezometer (to be installed before tunnel construction and to
be monitored for both tunnel and shaft construction) to be installed
by Contractor
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 17 OF 26

.10 Site 10 4 inclinometers to be installed by Contractor, 1 vibrating


wire piezometer to be installed by Contractor, 1 existing open stand
pipe piezometer 14-402
.2 Install instrumentation for Taberet Hall and the designated areas on
North Cumberland Street indicated on the Drawings at locations as
indicated on Contractors approved instrumentation plan for these areas.
.2 Inspect and log any drilled hole for instrument installation in accordance with
the associated ASTM standards. Confirm the ground conditions are compatible
with proposed installation.

.2 Survey Reference Point:


.1 Furnish and install survey reference points as specified herein and as approved by
the Contract Administrator prior to installation of any instrumentation.

.3 Tiltmeters
.1 Locate tiltmeters at addresses as shown in the attached Appendix A, and in
accordance with the Contract Administrators instructions. Confirm the location
where each tiltmeter will be installed with the Contract Administrator in the field
prior to mounting. Contractor is required to place tiltmeters on properties
designated as Instrumentation Required in Appendix A. For remaining
properties, Contractor is to negotiate tiltmeter placement with owners of
properties listed in Appendix A according to the following requirements:
.1 Negotiate and place tiltmeters on every property west of Elgin Street on the
EWT alignment and every property north of Slater on the North-South
tunnel alignment.
.2 Negotiate and place tiltmeters on every other property east of Elgin Street
on the East-West Tunnel alignment and every other property south of Slater
on the NST alignment.
.3 Additional tiltmeter placement may be directed requested at the discretion
of the Construction Manager or Engineer as a provisional item.
.2 For optional properties, confirm properties chosen for negotiation for placement
of instrumentation with Contract Administrator prior to beginning negotiations
with property owner. Tiltmeters shall be installed and initial readings shall be
taken prior to commencement of excavation. Tiltmeters shall be installed in
accordance with the manufacturers recommendations. Tiltmeters shall be nulled
in accordance with the manufacturers recommendations and using manufacturer
supplied nulling devices. Readings shall be made in accordance with
manufacturers instructions using the manufacturers recommended data loggers.
.3 Tiltmeters shall be installed so that they measure tilt in an axis perpendicular to
the line of tunneling.
.4 Reflectorless Monitoring Point:
.1 Install reflectorless monitoring points as shown on the Contract Drawings and as
approved by the Contract Administrator.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 18 OF 26

.5 Pavement Deformation Monitoring Point (PMP) and Monitoring Point Arrays (MPA)
.1 PMPs shall be installed as part of Monitoring Point Arrays as shown on the
Contract Drawings or described in this Section over the centerline of the tunnel
alignment to determine the lateral and longitudinal extent of settlement.

.6 Soil Deformation Monitoring Points (SDMP).


.1 SDMPs shall be installed as shown on the Contract Drawings or described in this
section over the centerline of the tunnel alignment to determine the extent of
settlement, if any, below the pavement. SDMPs shall also be installed at locations
shown on the Contract Drawings to monitor subsidence of shoring systems.
.2 Protective covers shall be installed above each SDMP.

.7 Multiple Point Borehole Extensometers:


.1 Drill boreholes with a diameter consistent with the recommendations of the
manufacturer, at locations indicated, to required depths for borehole
extensometers. Perform installation with qualified personnel.. Verify that hole is
drilled such that manufacturers installation requirements will be met.
.2 Install multiple-anchor rod-type extensometers at locations indicated on the
Contract Drawings, with anchors set at elevations as shown on the Drawings and as
approved by the Contract Administrator.
.3 Backfill with sand-cement grout using the tremie method to fill the hole from the
bottom.
.4 Provide a traffic-rated, flush mount, steel monument as specified herein at each
installation.
.8 Vibrating Wire Piezometers:
.1 Prior to excavation operations, install vibrating wire piezometers as directed, to the
elevations or depths shown on the Drawings and as approved by the Contract
Administrator. Install per manufacturer recommendations.
.2 Prepare transducers for installation as per the manufacturers recommendations.
.3 Unless otherwise approved by the Contract Administrator, install piezometers
using the fully grouted method as per the manufacturers recommendations.

.9 Optical Survey Targets: Securely attach to the ends of steel bars or other steel members
by welding or bolting.

.10 Reflective Tape Targets

.1 For each building from Appendix A that is instrumented with a tiltmeter, install at
least two reflective tape targets.

.2 Install reflective tape targets on the structure wall facing the tunnel alignment.
Locations of reflective tape targets are to be approved by Contract Administrator
before installation.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 19 OF 26

.11 Automatic Total Station


.1 The total station shall reference stable points (prisms) outside the zone of
influence and the system configured to self-correct for any movement of the total
station. It is the Contractors responsibility to select locations for stable points
and install these points in accordance with manufacturer recommendations.
Submit proposed locations to the Contract Administrator for review as a submittal
prior to installation.

.12 Inclinometers
.1 Inclinometers shall be provided as shown on the Contract Drawings.

.2 Inclinometer casing installations shall be completed at least seven days in advance


of starting shaft excavation.

.3 Install inclinometer casings in accordance with the manufacturers


recommendations and the approved submittals. Grout annulus between the
inclinometer and the drill hole in accordance with the manufacturers
recommendations. Grout installations from the bottom of the hole to the ground
surface using approved methods. Use a grout tube inside the casing, connected to
grout port connection in bottom cap only when external tremie pipes will not be
possible. Grout casing into hole immediately after installation.

.4 Protective covers shall be installed above each Inclinometer.

.13 Installation of Monitoring Bolts

.1 Assure sufficient anchoring of the bolts to avoid loosening of the bolts over the
entire construction period. Install bolts in predrilled holes bonded with epoxy
resin.
.2 Convergence Points:
.1 Install convergence points as indicated in the Contract Documents.
Complete installation of each anchor array within three days of
excavation at the location of the array.
.2 Ensure that anchors are recessed or otherwise adequately protected from
damage due to construction activities.
.3 For anchors installed in rock, securely fasten anchor points by attaching
eye bolt to a bar anchor of dimensions as shown on the Drawings and
grouting the anchor within holes drilled into rock as indicated on the
Drawings, and in accordance with the manufacturer's recommended
installation procedure and as approved by Contract Administrator.
.4 For anchors installed on steel supports, weld anchor to installed steel
support as shown on the Drawings, and in accordance with the
manufacturer's recommended installation procedure and as approved by
Contract Administrator.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 20 OF 26

.5 Install anchors at locations as shown on the Drawings or as directed by


Contract Administrator.
.6 Damaged anchors shall immediately be replaced and new initial readings
obtained.

3.4 SURVEYS AND INITIAL READINGS

.1 After installation, survey the location of each instrument or its marker point to a
horizontal accuracy of 3 mm and elevation accuracy of 3 mm. Submit location
information to the Contract Administrator.

.2 After completion of each instrument installation, take 3 sets of verification data


readings for each instrument to demonstrate the adequacy of the installation, to
demonstrate the proper operation of the instrument, and to establish an initial value.
The average of the three verification data readings will be considered to be the initial
value for each instrument. Submit the verification data and initial readings to the
Contract Administrator.

.3 Initial readings for each instrument shall be submitted within 1 working day of taking
readings.

3.5 MONITORING

.1 General: The Contractor shall monitor all instruments during construction. Upon
request, provide such cooperation, assistance, labour and equipment necessary to
allow the Contract Administrator to monitor instruments.
.1 Take additional, immediate measurements where measured values indicate
excessive variability, as determined by the Contract Administrator.

.2 Coordinate with such instrumentation monitoring activities as directed by the


Contract Administrator as follows:
.1 Make probes, sensors, and readout devices available as required.
.2 Schedule employees' and subcontractors' activities to minimize interference.
.3 Remove obstructions from lines of sight when requested.

.3 Temporarily cease activities that create hazards to instrument monitoring or surveying


personnel.

.4 Be available to discuss the interpretation of instrumentation data as used in evaluating


tunneling and shaft excavation performance and controlling settlements to prevent
damage to structures, facilities, and utilities.

.5 Monitoring frequency:
.1 The standard frequency of instrument readings shall be as stated in Tables 2 and 3
following, unless otherwise indicated or directed by the Contract Administrator:
.2 Monitor survey reference points daily until excavation work is complete.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 21 OF 26

.3 Monitor piezometers adjacent to shafts continuously during shaft draw down for
shafts excavated in the wet.
.4 Monitoring equipment within the Ministry of Transportation (MTO) right of way
shall be monitored three times daily until the NST tunnel face has advanced 90 m
beyond the northern limit of the MTO right-of-way. After that time, monitoring
shall occur as indicated on Tables 2 and 3, as applicable.
.5 After tunnel face is greater than 90m from reflectorless point locations,
reflectoress point locations shall be replaced with a single MPA and shall be
monitored twice monthly until completion of construction.
.6 Optical Survey Targets at top of rock slope at Site 6 shall be monitored:
.1 Daily during slope excavation and stabilization and for 30 days after slope
is stabilized.
.2 Weekly from 30 days after slope is stabilized until tunneling operations are
within 90m south of slope face.
.3 Daily while tunneling operations are within 90 m from slope face until
completion of all site 6 structures.

.7 When the NST tunnel face reaches 90m south of Wellington Street, monitoring
frequency of all instruments north of Wellington Street shall be increased to every
6 hours. When the tunnel face reaches 30m south of Wellington Street, monitoring
frequency of all instruments north of Wellington Street shall be increased to every
3 hours until the excavated tunnel face reaches the portal at Site 6.

Table 2 - Monitoring Frequency of Equipment along Tunnel Alignments


d* SDMP, Piezometers Multiple Point Utility Tiltmeters Inclinometers Reflectorless
(m) PMP, Borehole Monitoring and Points
Extensometers Points Reflective
Tape
-30 to daily daily daily daily daily daily continuously
0
0 to daily daily daily daily daily daily continuously
30

30 to twice twice weekly twice weekly twice weekly twice twice weekly continuously
90 weekly weekly

>90 twice twice twice monthly twice twice twice monthly twice monthly
monthl monthly monthly monthly
Note: d* is measured along longitudinal plan tunnel centerline. - 30 denotes 30 m ahead of the tunnel face. 90 denotes 90 m behind the
excavated tunnel face.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 22 OF 26

Table 3 - Monitoring Frequency of Equipment at Shaft, Chamber, Tunnel Eye,


and Portal Sites
Equipment During excavation and for 30 From 30 days after initial
days after initial excavation excavation support has been
support has been installed installed through backfill of
shaft or underground
structure completion
Tape Extensometer Daily Weekly
Tunnel Lining Daily Weekly
Monitoring Points at
Portal and Tunnel Eye
Entrances and Exits
Monitoring Points at Top Daily Weekly
of Shoring

Inclinometers and Daily Weekly


Piezometers
Optical Survey Targets Daily Weekly

3.6 INSTRUMENT PROTECTION, MAINTENANCE AND RESTORATION

.1 Protect and maintain instruments throughout the duration of monitoring. Drain water
or flush debris from under monument covers. Keep monument covers secured.

.2 Provide substantial protective barriers around instruments in construction areas that


are suitable for protecting instruments from damage due to construction activities as
specified herein or as otherwise required.

.3 Maintain instrumentation in accordance with manufacturer recommendations.

.4 Notify Contract Administrator of damaged or missing instrumentation within 4


hours of such discovery. Repair or replace damaged or missing instrumentation in
accordance with manufacturer recommendations at no additional cost to the City.
Repair or replacement shall be within 48 hours or as approved by Contract
Administrator.

.5 If any instruments are damaged that are deemed by the City to be critical, the
Contractor shall cease Work until the damaged instrument is replaced and readings
re-established. The Contractor will not be entitled to additional time or
compensation resulting from this delay or the cost of materials, labour or equipment
to install the replacement.

.6 For replacement instrumentation, take initial readings and correlate with previous
readings.
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 23 OF 26

3.7 REMOVAL

.1 Removal:
.1 Verify with Contract Administrator that instrumentation is no longer required
at least 14 days prior to planned removal or abandonment.
.2 Remove instrumentation prior to substantial completion of the work, unless
otherwise directed by Contract Administrator.
.3 Remove all instrumentation per requirements and methods of the applicable
regulating agency.
.4 Backfill grout holes with grout mix as required by applicable laws or regulations or as
approved by the applicable regulating agency and restore surfaces to conditions
existing before installation.
.5 Fill holes drilled in masonry or concrete surfaces with cement mortar to present an
appearance matching the surrounding surface.
.6 Remove piezometers and monitoring wells in accordance with MOECC
requirements as outlined in MOECC Technical Bulletin Wells Regulation Well
Abandonment: How to Plug and Seal a Well.

3.8 FIELD QUALITY CONTROL

.1 Conform to the applicable requirements of Section 01450 Quality Control.

.2 Products: Submit verification that the installed products are authentic (delivery receipts,
bills of lading, etc.).

.3 Execution: Submit verification that the work was installed correctly (inspection records,
as-built drawings, etc.).
.1 Provide survey coordinates for all buried instruments.
.2 Provide photographs for all buried instruments.
.4 Testing and Inspection

.1 The Contractor shall be responsible for the performance of all inspections and
testing.
.2 The Contractor shall provide free access to the Contract Administrator upon
request for additional inspection and testing.

END OF SECTION
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 24 OF 26

APPENDIX A: Instrumented Structure Addresses (100 104 Required,


Others to be negotiated per this Specification Section)

Site 3c to 1 57. 360 Cumberland Street 103. Parliament Hill (Justice Building,
1. 481 Slater/Bronson Street 58. 350 Cumberland/York Street Northwest Corner) Instrumentation
2. 479 Slater Street 59. 167 Cumberland/York Street Required
3. 467 Slater Street 60. 332 Cumberland Street 104. Parliament Hill (Justice Building,
4. 475 Slater Street 61. 198 Cumberland/Clarence Street Southwest Corner) Instrumentation
5. 463 to 453 Slater Street Required
62. 179 Cumberland/Clarence Street
6. 440 Slater/Bay Street 105. 275 Kent/Sparks Street
63. 308 Cumberland Street
7. 400 Slater/Bay Street 106. 100 Kent/Sparks Street
8. 150 Slater/Kent Street Structure #1 64. 302 Cumberland/Murray Street
65. 172 Guigues Avenue 107. 112 Kent/Albert Street
9. 150 Slater/Kent Street Structure #2
66. 222 Cumberland/Guisgues Ave 108. 150 Kent/Slater Street
10. 275 Slater/Kent Street
67. 210 Cumberland/St. Andrew Street 109. 180 Kent/Slater Street
11. 122 Slater/Bank Street
12. 119 Slater/Bank Street 68. 192 Cumberland/Bruyere Street 110. 200 Kent/Laurier Street
13. 215 Slater Street 69. 175 Cumberland/Wilbrod Street 111. 281 Kent/Gloucester Street
14. 171 Slater/O'Connor Street 70. 503 Cumberland Street 112. 260 Kent Street / Nepean Street
15. 151 Slater/O'Connor Street 71. 499 Cumberland Street 113. 248 Kent Street
16. 123 Slater Street 72. 495 Cumberland/Stewart Street 114. 250 Kent/Lisgar Street
17. 81 Slater/ Metcalf Street 115. 256 Kent/Lisgar Street
73. 485 Cumberland Street
18. 88 Slater Street 116. 1 to 5 Kent Street
19. 72 Slater/Elgin Street 74. 473 Cumberland/Daly Street
75. 89 Cumberland/Daly Street 117. 282 to 292 Kent/Cooper Street
20. 200 Slater/Bay Street 118. 5 to 13 Kent/Somerset Street
21. 400 Slater/Bay Street South 76. 455 Cumberland Street
77. 447 Cumberland Street 119. 330 Kent/Maclaren Street
22. 368 Slater Street
23. 433 Slater Street Building #1 78. 445 Cumberland/Besserer Street 120. 450 Kent/Maclaren Street
24. 433 Slater Street Building #2 79. 242 Cumberland/ Rideau Street 121. 338 Kent Street
25. 180 Slater/Kent Street 80. 179 Cumberland/George Street 122. 471 Kent/Gilmour Street
26. 300 Slater/Kent Street 81. 383 Cumberland Street 123. 388 Kent Street
27. 333 Slater Street 82. 180 Cumberland/York Street 124. 71 Kent/James Street
28. 132 Slater Street 83. 333 Cumberland Street 125. 70 Kent/James Street
29. 129 Slater/Bank Street 126. 396 Kent Street
84. 202 Cumberland/Clarence Street
30. 208 Slater Street 127. 71 Kent Street / Florence St
31. 269 Slater Street 85. 309 Cumberland/Clarence Street
86. 287 Cumberland/Murray Street 128. 80 Kent/Florence Street
32. 170 Slater Street 129. 428 Kent/Gladstone Street
33. 110 Slater/O'Connor Street 87. 281 Cumberland Street
88. 277 Cumberland/St. Patrick Street 130. 444 Kent Street / Gladstone St
34. 150 Slater/O'Connor Street
35. 140 Slater Street 89. 207 Cumberland/Guigues Street 131. 448 Kent Street
36. 130 Slater Street 90. 227 Cumberland/St. Andrew Street 132. 427 Kent/McLeod Street
37. 100 Slater/Metcalf Street 91. 199 Cumberland/St. Andrew Street 133. 466 Kent/ McLeod Street
38. 99 Slater/Metcalf Street 92. 209 Cumberland Street 134. 490 Kent/Flora Street
39. 84 Slater Street 93. 135 Stanley St/ Queen Victoria St 135. 114 Kent/Flora Street
40. 74 Slater Street 94. 137 Stanley St/ Queen Victoria St 136. 502 Kent Street
41. 66 Slater Street 95. 132 Stanley St/ Queen Victoria St 137. 504 Kent Street
42. 100 Slater/Elgin Street 96. 136 Stanley St/Queen Victoria St 138. 506 Kent/Arlington Street
97. 47 Queen Victoria St 139. 265 Kent/Arlington Street
Site 5 to 3c 98. 49 Queen Victoria St 140. 234 Kent/Wellington Street
43. 101 Laurier St/Nicholas St 99. 51 Queen Victoria St 141. 240 Kent/Sparks Street
44. 50 Laurier St/ Nicholas St 142. 294 Kent/Albert Street
45. 55 Laurier St/ Nicholas St 143. 275 Kent/Slater Street
46. 165 Laurier St/Waller St 144. 300 Kent/Slater Street
Site 6 to 10
47. 115 Cumberland Street 100. 301 Wellington St (Supreme Court 145. 199 Kent/Laurier Street
48. 486 to 476 Cumberland Street of Canada Southeast Corner) 146. 209 Kent/Gloucester Street
49. 474 Cumberland Street/Daly Ave Instrumentation Required 147. 213 Kent/Nepean Street
50. 79 Cumberland Street/Daly Ave 101. Parliament Hill (Supreme Court of 148. 235 Kent/Lisgar Street
51. 444 Cumberland Street Canada Parking Garage Northeast 149. 388 Kent/Lisgar Street
52. 180 Cumberland Street Corner) - Instrumentation Required 150. 453 Kent/Cooper Street
53. 200 Cumberland/Bessler Street 102. Parliament Hill (Supreme Court of 151. 429 Kent Street / Somerset Street
54. 225 Cumberland/Rideau Street Canada Parking Garage Southeast 152. 2 to 8 Kent Street
55. 380 Cumberland/George Street Corner) Instrumentation Required 153. 441 Kent Street / MacLaren Street
56. 358 Cumberland Street 154. 444 Kent Street / MacLaren Street
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 25 OF 26

155. 359 Kent/Gilmour Street 162. 423 Kent Street 169. 505 Kent Street
156. 381 Kent/James Street 163. 424 Kent/McLeod Street 170. 507 Kent Street
157. 66 Kent/James Street 164. 473 Kent Street 171. 509 Kent Street
158. 393 Kent Street 165. 475 Kent Street 172. 511 Kent/Arlington Street
159. 397 Kent/Florence Street 166. 477 Kent Street
160. 429 Kent Street/ Gladstone Street 167. 109 Kent/Flora Street
161. 435 to 441 Kent 168. 501 Kent Street / Flora Street
CITY OF OTTAWA SECTION 02480
COMBINED SEWAGE STORAGE TUNNEL GEOTECHNICAL AND STRUCTURAL
INSTRUMENTATION AND MONITORING
CONTRACT NO. ISD14-2036 PAGE 26 OF 26

Appendix B: Required Locations of Instrumentation in Contractor Developed


Instrumentation Areas

1. 550 Laurier St/Waller St (Taberet


Hall)
2. 310 Cumberland Street
3. 307 Cumberland Street / St. Patrick
Street
4. 172 Guigues Avenue
5. 257 Cumberland Street
6. 200-208 Guigues Avenue
7. 209 Cumberland Street
8. 197 Cumberland Street
9. 193 Cumberland Street / Bruyere
Street
10. 201 Bruyere Street
11. 203 Bruyere Street
12. 207 Bruyere Street
13. 211 - 213 Bruyere Street
14. 183 Cumberland Street
15. 173 Cumberland Street
16. 169 - 171 Cumberland Street
17. 236 - 238 Cathcart Street
18. 240 Cathcart Street
19. 246 Cathcart Street
20. 248 Cathcart Street
21. 254 Cathcart Street
22. 258 Cathcart Street
23. 21 Cathcart Street / Cathcart Square
24. 15 - 17 Cathcart Street
25. 13 Cathcart Street
26. 11 Cathcart Street
27. 7 Cathcart Street
28. 1-3 Cathcart Street
29. 251- 261 Cathcart Street
30. 265 277 Cathcart Street
31. 106 King Edward Avenue
32. 102 King Edward Avenue
33. 100 Kind Edward Avenue / Bolton
Street
34. 256 Bolton Street
35. 254 Bolton Street
36. 250 Bolton Street
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 1 OF 13

PART 1 PART 1- GENERAL

1.1 SUMMARY

.1 This section provides general noise and vibration control and monitoring requirements for
the project. It also specifies monitoring and protection requirements specific to the 1220mm
water main on Chamberlain Avenue.

.2 Related Documents and Sections include:


.1 Document 00822 - Statutory and Other Requirements
.2 Section 01060 - Regulatory Requirements
.3 Section 01117 Construction Sequences
.4 Section 01119 Preservation and Protection
.5 Section 01353 Special Procedures: Traffic Control
.6 Section 01561 - Environmental Protection
.7 Section 02228 - Blasting
.8 Section 02480 - Geotechnical and Structural Instrumentation and Monitoring

.3 Definitions
.1 Threshold Value: Value at which corrective actions are required, including procedural
modifications as established in the submitted plan that permit work to continue without
exceeding the specified Shutdown Value.
.2 Response Value: Value at which the Contractor shall actively control ground vibration
in accordance with the approved plan to prevent reaching the Shutdown Value.
.3 Shutdown Value: Value at which the Contractor shall stop all work immediately, and
must meet with the Contract Administrator to develop a plan of action before work can
be resumed.
.4 dBA: A-weighted decibel.
.5 Peak Particle Velocity (PPV): the maximum speed in millimetres per second that
ground particles move as a result of energy released from explosive detonations.
.6 dBL: Decibel.

.4 Design Criteria:
.1 Comply with the requirements of Section 01060.
.2 Comply with Ontario Provincial Standard Specifications except as amended herein.

.5 Performance Requirements

.1 Noise levels during construction shall not exceed the thresholds specified herein.
.2 Vibration levels during construction shall not exceed the thresholds specified in this
Section.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 2 OF 13

1.2 SUBMITTALS

.1 General: Make submittals in accordance with Section 01330.

.2 As soon as feasible after the Notice to Proceed, submit manufacturers product data
describing all specified vibration-monitoring instruments to the Contract Administrator at all
sites. The Contract Administrator will route information as required to PWGSC for review,
including requests for consideration of substitutions, if any, together with product data and
instruction manuals for requested substitutions.

.3 Within 3 weeks after the Notice to Proceed, submit to the Contract Administrator for review
the resumes of the Vibration Monitoring Specialist Engineer and any vibration monitoring
technical support personnel, sufficient to define details of relevant experience.

.4 Within 5 work days of receipt of each instrument at the site, submit to the Contract
Administrator a copy of the instruction manual and the laboratory calibration and test
equipment certification.

.5 Prior to the start of construction and prior to performing any vibration monitoring, the
Contractor shall submit to the Contract Administrator for review a written plan detailing the
procedures for vibration monitoring. Such details shall include:
.1 The name of the Firm and Vibration Monitoring Specialist Engineer licensed in the
Province of Ontario and qualifications showing the necessary level of experience
providing the vibration monitoring services
.2 Description of the instrumentation and equipment to be used.
.3 Measurement locations and methods for mounting the vibration sensors
.4 Procedures for data collection and analysis.
.5 Means and methods of providing warning when the Response Values, as specified in
Article 1.5.1, are reached.
.6 Generalized plans of action to be implemented in the event any Response Value, as
specified in Article 1.5.1, is reached. The generalized plans of action shall be positive
measures by the Contractor to control vibrations (e.g. using alternative construction
methods).
.7 Submit data and reports as specified in Article 3.4.

.6 Noise and Vibration Control Plan - Contractor shall prepare and submit to the Contract
Administrator for review and approval, as per Section 01330 Submittal Procedures at least
30 days prior to commencing construction, a Noise and Vibration Control Plan prepared by a
qualified noise and vibration specialist. Plan shall include identification of noise control
measures, monitoring protocol, notification procedures, and other information as necessary.
A qualified noise and vibration specialist is defined as a Board Certified Canadian Acoustical
Association member or other qualified consultant or engineer, subject to approval by the
Contract Administrator. The plan shall be submitted to the Contract Administrator at least 20
working days prior to the start of the works on their sites.

.1 The plan shall incorporate vibration monitoring of the 1220mm Chamberlain water
main, the Supreme Court Building, the Justice Building, and the daycare adjacent to
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 3 OF 13

the Justice Building. The existing vibration monitoring plan/shop drawings for the
MTO Kent Street bridge replacement works will be provided to the Contractor if and
when available.

.7 Quality Control

.1 A record of laboratory calibration shall be provided for all vibration monitoring


instruments to be use on site. Certification shall be provided to indicate that the
instruments are calibrated and maintained in accordance with the equipment
manufacturers calibration requirements.

1.3 QUALITY ASSURANCE

.1 Reference Standards:
.1 Canadian Standards Association
.1 Procedure for Measurement of Sound and Vibration Due to Blasting
Operations Z107.54-M85 (R 1999)
.2 Qualifications:
.1 The Contractors vibration monitoring personnel shall have the qualifications specified
herein. The personnel may be on the staff of the Contractor or may be on the staff of a
specialist subcontractor. However, they shall not be employed nor compensated by
subcontractors, or by persons or entities hired by subcontractors, who will provide
other services or material for the project.
.2 The Contractors vibration monitoring personnel shall include a qualified Vibration
Monitoring Specialist Engineer who is a registered Professional Engineer in the
province of Ontario, who has a minimum of a Bachelor of Science degree in civil
engineering, and who has at least 5 years of experience in the installation and use of
vibration-monitoring instrumentation and in interpreting instrumentation data. The
Vibration Monitoring Specialist Engineer shall:
.1 Be on site and supervise the initial installation of each vibration-monitoring
instrument.
.2 Supervise interpretations of vibration-monitoring data.

.3 The Contractors vibration-monitoring personnel shall be subject to the review of the


Contract Administrator.

1.4 RESPONSIBILITIES OF CONTRACTOR

.1 Furnish and install vibration-monitoring instrumentation.

.2 Protect from damage and maintain instruments installed by the Contractor and repair or
replace damaged or inoperative instruments.

.3 Collect, interpret and report data from instrumentation specified herein.

.4 Implement response actions.


CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 4 OF 13

.5 Monitoring shall occur continuously.

.6 Contractor shall monitor noise levels following approved monitoring protocols. Monitoring
shall occur, where allowed by adjacent property owners, at the nearest sensitive receptor.
If noise thresholds are exceeded, Contractor shall stop work and identify alternate methods
and equipment or place restrictions on construction operations to comply with noise
thresholds.

.7 Contractor shall not resume operations before correcting conditions that cause excessive
noise or vibration, subject to approval by the Contract Administrator. Contractor shall not
be entitled to additional compensation or extension of contract time for suspended
operations because of its failure to meet specified noise and vibration criteria.

.8 Contractor shall pay any and all fines and penalties that may be levied for violations
pertaining to noise and vibration thresholds specified herein, at no additional cost to the
City.

.9 Contractor shall implement effective noise and vibration control measures, as necessary,
whenever construction activities (including mobilization and demobilization) would
otherwise exceed the allowable thresholds. Contractor shall be responsible for ensuring
that all implemented noise and vibration control measures are installed and used correctly.
Control measures include but are not limited to the following:

.1 Best available controls techniques including mufflers, intake silencers, ducts, engine
enclosures and acoustically attenuating shields or shrouds for all construction-noise
equipment and trucks.
.2 Avoidance of impact equipment whenever feasible. If impact equipment is
required, Contractor shall use hydraulic- or electric- powered impact equipment
(e.g., jack hammers, pavement breakers and rock drills) instead of pneumatically-
powered tools. Where use of pneumatic tools is unavoidable, mufflers on the
compressed-air exhausts shall be used (to achieve a 10 dBA reduction) along with
external jackets on the tools (to achieve a further reduction of 5 dBA).
.3 Operation of equipment requiring the use of back up beepers shall be minimized
near sensitive receptors to the extent feasible during nighttime construction work
hours between 10 p.m. to 7 a.m. unless granted a noise by-law exemption as per
Section 01060 Regulatory Requirements. The use of back up beepers at Site 6 must
also comply with restrictions as per Section 01117 Construction Sequences.
Stationary noise sources shall be located as far from sensitive receptors as feasible.
If they must be located near receptors, adequate muffling, (such enclosures) shall
be installed to ensure noise thresholds specified herein are not exceeded. Enclosure
openings shall be faced away from sensitive receptors.
.4 Materials stockpiles as well as staging and parking areas shall be located as far as
feasible from sensitive receptors.
.5 If construction is within 30 m of school classrooms or childcare facilities,
Contractor shall schedule construction activities (or at least the noisier phases of
construction) on weekend or school vacation days to the extent feasible, avoiding
weekday hours when schools are in session. If construction must occur within the
school session hours, construction caused interior noise levels in any classroom
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 5 OF 13

shall not exceed the 70 dBA speech interference level criterion. The Contractor is
made aware of a daycare located adjacent to the Justice Building on PWGSC
property north of Wellington Street.
.6 Vibration monitoring is required when any work is within 100 metres of the
Chamberlain WM.
.1 Continuous vibration monitoring to the 1220 mm water main (WM) located
within the project limits at the locations specified herein, during all phases of
the work, including but not limited to, all on-site work activities required:
.1 During all contract works within the staging areas.
.2 During reinstatement operations within the staging areas.
.3 If hoe-ramming is required for rock excavation, the vibration instruments
shall be monitored on a continuous basis by the Vibration Monitoring
Specialist Engineer. If the vibration limits are exceeded, the work near the
WM shall be stopped immediately. If the readings are not within the
limits in Article 1.5.1, the Contractor shall alter the procedure for the
construction operation until the vibrations are within acceptable levels.
.7 Design and construct temporary noise barriers at locations indicated on the Contract
Drawings and/or as required to meet specified noise criteria.
.8 Additional specific control measures at tunnel portal and shaft construction sites
include but are not limited to:
.1 Construction traffic limitations as specified in Section 01353.
.2 Use of quiet ventilation fans
.3 Minimize portable generator use
.4 Erect temporary sound barriers
.5 Restrict heavy equipment operation during nighttime hours
.6 Use nonmetallic containers for muck removal
.7 Limit controlled detonations (i.e. blasting) in the tunnel shaft/portal areas to
daytime hours
.8 Retrofit windows and/or doors in affected homes, and
.9 Prohibit or limit use of backup alarms as described above.

.9 The Contractor shall not be entitled to additional compensation for delays resulting
from adjustments to the Contractors method/operation so that vibration limits are not
exceeded. All costs for delays resulting from adjustments to the Contractors
method/operation shall be at no expense to the owner.

1.5 RESPONSE VALUES NOISE AND VIBRATION

.1 Instrument Response Values for Ground-Borne Vibrations


.1 For measurements at any receptor (activity based), unless otherwise noted below.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 6 OF 13

Source Type Threshold Value, Contractor Shutdown Value,


mm/sec PPV Response Value, mm/sec PPV
[Contractor Action mm/sec PPV
Required]
Continuous / Intermittent 4 6 7
Source, any frequency
Transient Source, any 5 8 9
frequency
Blasting, any frequency 10 16 20
NOTE: Transient sources create an isolated vibration event such as drop of equipment. Continuous/intermittent sources
include, but not limited to, jackhammer, loaded trucks, pogo-stick compactors and impact excavators.

.2 Measurements at the 1220mm Chamberlain Water Main, resulting from any activity.
Frequency Threshold Value, Contractor Response Shutdown Value,
(Hz) mm/sec PPV Value, mm/sec PPV mm/sec PPV
[Contractor Action
Required]
Any 10 16 20

.3 For vibration limits for work adjacent to recently placed concrete, refer to Section
01119 Preservation and Protection.

.2 Noise thresholds

Day Time L max


(at any location)
Mon-Fri 7 a.m. 7 p.m. 130 dBA, unless otherwise limited
per Section 1.4, above
Mon-Fri 7 p.m. 10 p.m. 70 dBA
Mon-Fri 10 p.m. 7 a.m. 65 dBA
Sat-Sun 8 a.m. 5 p.m. 70 dBA
Sat-Sun 5 p.m. 10 p.m. 70 dBA
Sat-Sun 10 p.m. 8 a.m. 65 dBA

.3 In the event that any monitoring results indicate exceedance of noise or vibration thresholds,
the Contractor shall immediately notify the Contract Administrator of the exceedance,
identify the source and cause of the exceedance, implement corrective actions, and provide
documentation to the Contract Administrator that subsequent noise and vibration levels are
within acceptable limits.

.4 Contract Administrator will inform Contractor of noise or vibration complaints received


and the Contractor, in coordination with the Contract Administrator, shall modify any
construction activities that generate excessive noise or vibration levels.

.5 If the Contractor receives any noise or vibration complaints directly, the Contractor shall
immediately notify the Contract Administrator.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 7 OF 13

.6 The Contract Administrator will require the Contractor to suspend operations when noise
or vibration complaints are received, damage or disturbance to adjoining property or
occupants has been reported, and noise or vibration exceeds specified limits. Contractor
shall restrict use of equipment causing noise or vibration disturbances so that specified
limits are not exceeded.

.7 Contractor shall monitor noise and vibration at the construction site and adjoining
buildings using acceptable equipment and methods. Monitoring shall be sufficient to
measure potential building damage and effects on occupants, property and sensitive
equipment.

.8 The response values for continuous/intermittent or transient sources shall be adhered to at all
times.

PART 2 PRODUCTS

2.1 EQUIPMENT

.1 The Contractor shall use seismographs with the following features to monitor noise and
vibration:

.1 Four channels comprising one airblast overpressure and three seismic channels.
.2 Capable of providing a permanent, hardcopy record of particle velocity and
airblast overpressure traces.
.3 A flat frequency response from 2.0 to 200 Hz.
.4 Capable of measuring vibrations between 0.013 and 0.1 mps.
.5 Capable of measuring overpressures between 80 to 140 dBL overall peak sound level
(0.0003 to 0.2 kPa).
.6 Portable.
.7 Self-sustaining power supply for a minimum of 10 days.
.8 Water resistant.
.9 Continuous monitoring mode must be capable of recording single-component peak
particle velocities, and frequency of peaks with an interval of one minute or less.
.10 Vibration monitoring on the Chamberlain Water Main shall be carried out with
Instantel Micromate digital seismographs or an approved equivalent, capable of
monitoring on a continuous basis and providing peak levels at regular intervals (no
greater than 5 minutes) as well as full waveform data. The vibration monitoring
equipment shall be capable of measuring vibration intensities up to 250 mm/s at a
frequency response of 2 to 250 Hz. The vibration monitors shall be equipped with a
real time warning system consisting of either a red flashing light or an air horn to alert
when a threshold value has been reached. The vibration monitor geophones shall be
capable of withstanding saturated conditions and require watertight connections.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 8 OF 13

.2 Any request from the Contractor for consideration of a substitution shall clearly state the
nature of the deviation from the product specified.

.3 The Contractor shall furnish all installation tools, materials and miscellaneous
instrumentation components for vibration monitoring.

PART 3 EXECUTION

3.1 INSTALLATION OF SEISMOGRAPHS

.1 The Contractor shall install seismographs at the near point of the buildings that are closest to
the project site, above the tunnel alignment, and at other locations specifically identified on
the Contract Drawings and Appendix B of Section 02480 - Geotechnical and Structural
Instrumentation and Monitoring, including the Supreme Court Building, the Justice
Building, the daycare adjacent to the Justice Building, and the Chamberlain Water Main.

.2 Seismographs shall be installed at all buildings or structures where the tunnel is crossing
directly beneath any portion of the building or structure.

.3 Seismographs shall be installed on all buildings or where indicated on the plans. These
include parcels for which tunnel easements have been obtained, whether or not the tunnel is
directly beneath a portion of the building or structure or not.

.4 Seismographs shall be installed at all buildings or structures within 100 m of any site at
which blasting is used.

.5 Unless easements have been obtained, the Contractor will be responsible for negotiating
placement of seismographs with Property Owners in accordance with Section 02480. In the
event a Property Owner refuses instrument installation, clearly document good faith efforts to
achieve agreement.

.6 The seismograph vibration sensors shall be located at points on the ground between 1 and 2
metres from the building facades.

.7 The seismograph vibration sensors shall be firmly mounted on the surface slab of concrete or
asphalt, or firmly set in undisturbed soil or affixed directly in the case of the Chamberlain
Water Main.

.8 The seismographs required north of Wellington along the NST alignment, as indicated on the
Contract Drawings, shall be in place for the duration of the work at Site 6 and at any time the
NST tunneling is between a location 100 m south of Wellington through the portal at Site 6.

.9 The seismographs shall be in place a minimum of five (5) days prior to the work commencing
in these areas to confirm observed background levels.

.10 Existing vibration monitors (seismographs) are currently installed directly on the
Chamberlain Water Main at several locations to be provided to the Contractor and performed
as part of the MTO Kent Street Bridge Replacement contract. The existing monitors are
located on the WM along Chamberlain and Kent, and on the WM adjacent to the staging area
at Chamberlain and Bronson and locations will be provided if and when available. The
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 9 OF 13

Contractor shall install new monitors as per the below procedure and shall not rely on the
existing monitors at the watermain at Chamberlain and Kent (Site 10) and at the watermain at
Chamberlain and Bronson (Site 10b staging area).

.1 A hole shall be advanced through existing ground to the top of the pipe with a
hydraulic-vacuum excavator. Control of groundwater inflow may be required. The
vibration monitor (seismograph) geophone shall then be lowered into place on top of
the WM, or the concrete encasement if applicable, adhered to the surface of the WM or
concrete, and the hole backfilled with native material to hold the geophone in place.
The Micromate should be placed in a secure, waterproof lockbox at the ground surface
or bolted to a hard surface in an accessible location. The ground must be hard and
compact. All installation shall be in accordance with manufactures recommendations
or the recommendations of the manufacturers designated dealer.
.2 Vibration monitoring is required when any work occurs within 100 metres of the WM.

.11 At least four (4) seismographs shall be readily available for installation at other
structures/locations at the discretion of the Contract Administrator at all times during the
Project.

3.2 FIELD CALIBRATION AND MAINTENANCE

.1 The Contractors instrumentation personnel shall conduct regular maintenance of


seismograph installations.

.2 All seismographs shall have been calibrated by the manufacturer or certified calibration
laboratory within one year of their use on site. A current certificate of calibration shall be
submitted to the Contract Administrator with the Contractors data. Calibration shall be
maintained in accordance with manufacturer recommendations throughout the project.

.3 The installed instrumentation on the Chamberlain WM shall be inspected and serviced on a


bimonthly basis, or more frequently if required due to on-site conditions, at all locations
where the seismograph geophones are within the fluctuating seasonal groundwater table. For
instrumentation buried above the seasonal groundwater fluctuations, inspection and servicing
shall be every three months unless on-site conditions require otherwise.

.4 In the event that a sensor is no longer functioning:


.1 Immediately notify the Contract Administrator;
.2 Stop all construction operations that are within 15 m of the existing monitor locations
which are subject to vibration monitoring requirements;
.3 Notify the Contractor Administrator when the sensor is put back into operation.

.5 The Contractor shall ensure that the Vibration Monitoring Specialist Engineer is on site
monitoring readings for the full duration of all construction operations above and below the
WM.

3.3 DATA COLLECTION


CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 10 OF 13

.1 The Contractor shall collect seismograph data prior to any vibration-producing demolition or
construction activities to document background vibrations at each monitoring location. This
monitoring shall consist of a continuous recording of the maximum single-component peak
particle velocities for one-minute intervals, which shall be printed on a strip chart. The
background monitoring shall be performed for a minimum of five consecutive days,
continuously.

.2 The Contractor shall monitor vibration during demolition and other significant vibration
producing construction activities. This monitoring shall consist of a continuous recording of
the maximum single-component peak particle velocities for one-minute intervals, which shall
be printed on a strip chart. During the monitoring, the Contractor shall document all events
that are responsible for the measured vibration levels, and submit the documentation to the
Contract Administrator with the data as specified in Article 3.4.

.3 All vibration monitoring data shall be recorded contemporaneously and plotted continuously
on a graph by the data acquisition equipment or software. Each graph shall show time-
domain wave traces (particle velocity versus time) for each transducer with the same vertical
and horizontal axes scale.

.4 The Contractor shall notify the Contract Administrator at least 24 hours prior to starting a
new vibration-producing construction task, and shall have the seismographs in place and
functioning properly prior to any such activity within 100 m of the monitoring locations. No
significant vibration-producing activity shall occur within this zone unless the monitoring
equipment is functioning properly and baseline data has been collected and submitted.

.5 The equipment shall be set up in a manner such that an immediate warning is given when the
peak particle velocity in any direction exceeds the Response Values specified in Article 1.5.1.
The warning emitted by the vibration-monitoring equipment shall be instantaneously
transmitted to the responsible person designated by the Contractor by means of warning
lights, audible sounds or electronic transmission. The Contractor shall immediately inform
the Contract Administrator of all such occurrences.

.6 The Contractor shall review seismograph readings a minimum of once per day when working
at Site 6, and shall record readings continuously at all identified structures and within 100 m
of the site.

.7 The Contractor shall obtain seismograph readings continuously within 100 m behind and 100
m ahead of the face of the tunnel during mining operations. This will require regular
movement of seismographs as the tunnel progresses. The Contractor shall maintain
additional seismographs such that monitoring proceeds continuously throughout construction
within the required distances from the tunnel face. The Contractor may negotiate for
permission to install the seismographs on private property along with the tiltmeters or install
the seismographs on public property subject to approval from the appropriate City or
Government Agencies.

3.4 DATA REDUCTION, PROCESSING, PLOTTING AND REPORTING

.1 Within 10 working days after the completion of the background vibration monitoring, and
prior to any vibration inducting activities, the Contractor shall submit to the Construction
Administrator a hard copy report documenting the results at each of the monitoring locations.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 11 OF 13

The report shall include all data collected in both hard copy and electronic format readable by
the Contract Administrator.

.2 Should specialized software be required to read any data files submitted, such software shall
be provided to the Contract Administrator at no additional cost to the City.

.3 During construction, the Contractor shall provide weekly, hard copy reports summarizing any
vibration monitoring data collected at the specified vibration-monitoring locations. The
reports for each week shall be submitted on or before the end of the following week.

.4 All reports shall be signed by the approved Vibration Monitoring Specialist Engineer, and
shall include the following:
.1 Project identification.
.2 Location of the monitoring equipment, including approximate coordinates and address
of adjacent building.
.3 Location of vibration sources (e.g. traffic, drilling equipment, TBM, etc.)
.4 Summary tables indicating the date, time and magnitude and frequency of maximum
single-component peak particle velocity measured during each one-hour interval of the
monitoring period.
.5 Field data forms (construction vibration monitoring only).
.6 Appendix graphs of the strip charts printed during the monitoring periods.

.5 In addition to the hard copy data specified herein, the Contractor shall provide electronic data
files with each report.

.6 For the Chamberlain WM, The Contractor shall notify the Contract Administrator in writing
that the vibrations measured at the WM has not exceeded the limits specified in the contract,
at the intervals below:
.1 Daily when work is conducted within 100 m of the WM.

3.5 DAMAGE TO INSTRUMENTATION

.1 The Contractor shall protect all instruments and appurtenant fixtures, leads, connections, and
other components of vibration-monitoring systems from damage due to construction
operations, weather, traffic, and vandalism.

.2 If an instrument is damaged or inoperative, the Contractors instrumentation personnel shall


repair or replace the damaged or inoperative instrument within 72 hours at no additional cost
to the City. The Contractor shall notify the Contract Administrator at least 24 hours prior to
repairing or replacing a damaged or inoperative instrument. The Contract Administrator will
be the sole judge of whether repair or replacement is required.

3.6 DISCLOSURE OF DATA

.1 The Contractor shall not disclose any instrumentation data to third parties and shall not
publish data without prior written consent of the City.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 12 OF 13

3.7 DATA INTERPRETATION AND IMPLEMENTATION OF PLANS OF ACTION

.1 The Contractor shall interpret the data collected, including making correlations between
seismograph data and specific construction activities. The data shall be evaluated to
determine whether the measured vibrations can be reasonably attributed to construction
activities.

.2 If a Threshold Value is reached, the Contractor shall:


.1 Immediately notify the Contract Administrator.
.2 Meet with the Contract Administrator to discuss the need for response action(s).
.3 If directed by the Contract Administrator during the above meeting that a response
action is needed, submit within 24 hours a detailed specific plan of action based as
appropriate on the generalized plan of action submitted previously as part of the
vibration-monitoring plan specified in Article 1.05.
.4 If directed by the Contract Administrator, implement response action(s) within 24
hours of submitting a detailed specific plan of action, so that the Limiting Value is not
exceeded.
.3 If a Shutdown Value is reached, the Contractor shall:
.1 Immediately notify the Contract Administrator and suspend activities in the affected
area, with the exception of those actions necessary to avoid exceeding the Shutdown
Value.
.2 Meet with the Contract Administrator to discuss the need for response action(s).
.3 If directed by the Contract Administrator during the above meeting that a response
action is needed, submit within 24 hours a detailed specific plan of action based as
appropriate on the generalized plan of action submitted previously as part of the
vibration-monitoring plan specified in Article 1.05.
.4 If directed by the Contract Administrator, implement response action(s) within 24
hours of submitting a detailed specific plan of action, so that the Shutdown Value is
not exceeded.
.5 If at any time the vibration limit is exceeded during execution of the WM monitoring
works, the Contractor shall immediately cease all operations and shall adjust the
method/operation until vibration limits are not exceeded.
CITY OF OTTAWA SECTION 02482
COMBINED SEWAGE STORAGE TUNNEL NOISE AND VIBRATION MONITORING
CONTRACT NO. ISD14-2036 PAGE 13 OF 13

3.8 DISPOSTION OF INSTRUMENTS

.1 The Contractor shall remove all instruments at the conclusion of the Project and restore all
facilities. Prior to such removal, the Contractor shall obtain the approval of the Contract
Administrator to remove all instruments in writing.

.2 All salvaged instruments shall become the property of the Contractor. The Contract
Administrator can elect to maintain any instrumentation in place at the conclusion of the
project at no additional cost to the City. In such cases, instruments shall be the property of
the City.

END OF SECTION

CITY OF OTTAWA SECTION 02511
COMBINED SEWAGE STORAGE TUNNEL WATER MAINS
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 SECTION INCLUDES


.1 Materials and installation for water mains, hydrants, valves, valve boxes, and valve
chambers, including service connections to lines, grades and dimensions indicated on the
Contract Drawings or as directed by the Contract Administrator.

.2 Watermain installation shall be in accordance with City of Ottawa Specifications and


Standard Drawings as outlined herein.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01330 - Submittal Procedures

.4 Section 01355 - Waste Management and Disposal

.5 Section 01780 - Closeout Submittals

.6 Section 02315 - Excavating, Trenching and Backfilling

1.3 PAYMENT PROCEDURES


.1 Payment for all work completed in accordance with this Section will be paid as per
Section 01025, Measurement and Payment.

1.4 REFERENCE
.1 Ontario Provincial Standard Specifications
.1 OPSS.MUNI 212 Construction Specification For Borrow
.2 OPSS 401 Construction Specification For Trenching, Backfilling and
Compacting
.3 OPSS 403 Construction Specification For Rock Excavation For Pipelines,
Utilities And Associated Structures In Open Cut
.2 City of Ottawa Special Provision
.1 Special Provision S.P. No.: F-2120 Select Subgrade Material for Trench Backfill
.2 Special Provision S.P. No.: F-4080 Adjusting or Rebuilding of Maintenance
Holes, Catch Basins, Curb Inlets, Ditch Inlets, Valve Boxes, and Valve
Chambers
.3 Special Provision S.P. No.: F-4411 Watermain Construction by Open Cut
.4 Special Provision S.P. No.: F-4412 Watermain Pipe
.5 Special Provision S.P. No.: F-4413 Valves, Valve Boxes, Valve Chambers
.6 Special Provision S.P. No.: F-4414 Hydrants
CITY OF OTTAWA SECTION 02511
COMBINED SEWAGE STORAGE TUNNEL WATER MAINS
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.7 Special Provision S.P. No.: F-4415 Insulation


.8 Special Provision S.P. No.: F-4416 Temporary Services
.9 Special Provision S.P. No.: F-4417 Relocations, Blankings and Connections to
Existing Watermains
.10 Special Provision S.P. No.: F-4418 Water Services
.11 Special Provision S.P. No.: F-4491 Commissioning of Watermains
.12 Special Provision S.P. No.: F-4492 Thrust Restraint of Watermain and Fittings
.13 Special Provision S.P. No.: F-4493 Tracing Wire for Watermain and Fittings
.14 Special Provision S.P. No.: F-4494 Cathodic Protection of New Watermain and
Fittings
.3 City of Ottawa Material Specification
.1 Material Specification MW-13.1 - Valve Boxes and Chambers
.2 Material Specification MW-18.1 - Watermain Pipe
.3 Material Specification MW-19.1 - General Specification
.4 Material Specification MW-19.2 - Tracing Wire
.5 Material Specification MW-19.3 - Special Fittings, Couplings and Test Tees
.6 Material Specification MW-19.4 - Fire Hydrants
.7 Material Specification MW-19.5 - Valves
.8 Material Specification MW-19.6 - Water Meters
.9 Material Specification MW-19.7 - Tapping Sleeves and Repair Clamps
.10 Material Specification MW-19.8 - Services
.11 Material Specification MW-19.9 - Cathodic Protection
.12 Material Specification MW-19.15 - Approved Water Distribution Products
Listing
.4 City of Ottawa Standard Drawings
.1 Standard Drawing W1 Pipe Joints at Chambers
.2 Standard Drawing W2 Circular Chamber Butterfly Valves
.3 Standard Drawing W3 Circular Chamber Gate Valves
.4 Standard Drawing W4 Tapping Valve & Sleeve in Chamber
.5 Standard Drawing W5 Circular Chamber Base Sections
.6 Standard Drawing W6 Circular Chamber Section
.7 Standard Drawing W7 Precast Top for Butterfly & Tapping Valve Chambers
.8 Standard Drawing W8 Precast Top for Gate Valve Chambers
.9 Standard Drawing W9 Adjustment Section
.10 Standard Drawing W14 Precast Top
.11 Standard Drawing W14.1 Construction Joint Waterproofing Details
CITY OF OTTAWA SECTION 02511
COMBINED SEWAGE STORAGE TUNNEL WATER MAINS
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.12 Standard Drawing W15 Standard Cover for Valve Chambers


.13 Standard Drawing W16 Standard Frame for Valve Chambers (Modified OPSD
401.020)
.14 Standard Drawing W17 Standard Trench Detail
.15 Standard Drawing W19 Hydrant Installation
.16 Standard Drawing W22 Thermal Insulation For Watermains in Shallow
Trenches
.17 Standard Drawing W23 Thermal Insulation of Watermains at Open Structures
.18 Standard Drawing W24 Valve Box Assembly
.19 Standard Drawing W25 Watermain Crossing Below Sewer
.20 Standard Drawing W25.1 Typical Connection Detail from New to Existing
Watermain
.21 Standard Drawing W25.2 Watermain Crossing Over Sewer
.22 Standard Drawing W25.3 Concrete Thrust Blocks for PVC and DI Pipe 400mm
and Under
.23 Standard Drawing W25.4 Thrust Block Dimension Tables for PVC and DI Pipe
400mm and Under
.24 Standard Drawing W25.5 Restraining and Retaining Rings for PVC and DI Pipe
400mm and Under
.25 Standard Drawing W25.6 Tables of Restrained Lengths for PVC and DI Pipe
400mm and Under
.26 Standard Drawing W26 Typical Service Line 19 & 25mm (Nominal) Diameter
.27 Standard Drawing W28 Temporary Support for Existing Watermain
.28 Standard Drawing W29 Support Detail for Crossing Below an Existing
Watermain
.29 Standard Drawing W29.1 Support Detail for Crossing Below an Existing
Watermain
.30 Standard Drawing W33 Service Line 40 & 50mm (Nominal) Diameter
.31 Standard Drawing W35 Service Post Assembly for Services Up to 50mm
.32 Standard Drawing W36 Tracer Wire Installation
.33 Standard Drawing W38 Service Installation at Sewer Crossing
.34 Standard Drawing W39 Cathodic Protection for Ductile Iron Watermain Systems
.35 Standard Drawing W40 Cathodic Protection for PVC Watermain Systems
.36 Standard Drawing W41 Typical Anode Installation D.I. Watermain
.37 Standard Drawing W42 Typical Anode Installation PVC Watermain
.38 Standard Drawing W47 Waterproofing of Splices
.39 Standard Drawing W48 Cathodic Protection Details Single Anode Array at
Copper Service
CITY OF OTTAWA SECTION 02511
COMBINED SEWAGE STORAGE TUNNEL WATER MAINS
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.40 Standard Drawing W50 Typical Private Service > 100mm Connection Procedure

1.5 SUBMITTALS
.1 Submit shop drawings in accordance with Section 01330 - Submittal Procedures.

1.6 CLOSEOUT SUBMITTALS


.1 Provide data to produce as-built drawings, including directions for operating valves, list
of equipment required to operate valves, details of pipe material, location of air and
vacuum release valves, hydrant details, maintenance and operating instructions in
accordance with Section 01780 - Closeout Submittals.

1.7 WASTE MANAGEMENT AND DISPOSAL


.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Waste Management and Disposal.

Part 2 Products
2.1 MATERIALS
.1 Materials shall be as per City of Ottawa Material Specifications, MW-13.1, MW-18.1,
MW-19.1, MW-19.2, MW-19.3, MW-19.4, MW-19.5, MW-19.6, MW-19.7, MW-19.8,
MW-19.9, MW-19.15.

.2 Pipe bedding and surround materials: City of Ottawa Special Provision No. F-3147 and
as per the Contract Drawings.

.3 Water fountain valve box at Site 3a to be freeze resistant valve box designed for use in
the water fountain as shown in the contract drawings and in the climate encountered in
Ottawa.

Part 3 Execution
3.1 EXCAVATION AND BACKFILL
.1 Excavate and backfill in accordance with Section 02315 Excavating, Trenching and
Backfilling.

.2 Obtain approval of Consultant before installing valve chambers.

3.2 EROSION AND SEDIMENT CONTROL


.1 Prior to commencing any work erosion and sediment control measures shall be in place
in accordance with Section 01160, Erosion and Sediment Control Plan.

3.3 INSTALLATION AND COMMISSIONING


.1 Installation and commissioning of watermain, valves and associated appurtenances by
open cut as per the City of Ottawa Special Provisions and standard drawings listed in
Item 1.4.2, 1.4.3 and 1.4.4 of this section.

END OF SECTION
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 1 OF 10

Part 1 General

1.1 SECTION INCLUDES


.1 This section includes materials and installation for sanitary sewers.

.2 This section also includes pipe material for odour control ducts and air vent piping for
buried ducts. Indoor PVC ducts in the Odour Control Facilities are not covered in this
section.

.3 This section does not include work involved to construct the RRC Diversion Sewer
Tunnel or the EWT, NST and associated shafts. This section includes requirements for
CCTV of the RRC Diversion Sewer, EWT and NST.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01330 - Submittal Procedures

.4 Section 01355 - Waste Management and Disposal

.5 Section 01780 - Closeout Submittals

.6 Section 02315 - Excavating, Trenching and Backfilling

.7 Section 02631 - Maintenance Holes and Catch Basins

1.3 PAYMENT PROCEDURES


.1 Payment for all work completed in accordance with this Section will be paid as per
Section 01025, Measurement and Payment.

1.4 REFERENCES
.1 ASTM International, (ASTM)
.1 ASTM D3034 RevA-14, Standard Specification for Type PSM Poly (Vinyl
Chloride) (PVC) Sewer Pipe and Fittings.
.2 Canadian Standards Association (CSA International)
.1 CAN/CSA-A257 Series-14, Standards for Concrete Pipe.
.3 Canadian Standards Association (CSA International)
.1 CSA B1800-11, Plastic Non-pressure Pipe Compendium - B1800 Series
(Consists of B181.1, B181.2, B181.3, B181.5, B182.1, B182.2, B182.4, B182.6,
B182.7, B182.8 and B182.11).
.1 CSA B182.2-11, PVC Sewer Pipe and Fittings (PSM Type).
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 2 OF 10

.2 CSA B182.11-02, Recommended Practice for the Installation of Thermoplastic


Drain, Storm, and Sewer Pipe and Fittings.

.4 Ontario Provincial Standards


.1 OPSS 410, Nov. 2013, Construction Specification for Pipe Sewer Installation in
Open Cut
.2 OPSS.MUNI 1820, Nov. 2014, Material Specification for Circular and Elliptical
Concrete Pipe
.3 OPSD-802.030, Nov. 2010, Rigid Pipe Bedding, Cover, and Backfill, Type 1 or
2 Soil

.5 City of Ottawa
.1 Special Provision S.P. No.: F-2120 Select Subgrade Material for Trench Backfill
.2 Special Provision S.P. No.: F-4100 Pipe Sewers.
.3 Special Provision S.P. No.: F-4090 Cleaning and Televising Sewer.
.4 MS-18.1 - Sewer Pipe.
.5 MS-22.1 Sewer General.
.6 MS-22.15 - Approved Sewer Product Listing.
.7 Standard Drawing S6 Single Trench (Sewer).
.8 Standard Drawing S7 Combined Trench (Sewer).
.9 Standard Drawing S8 Clay Seal for Pipe Trenches.
.10 Special Provision S.P. No.: F-4050 Pipe Subdrain
.11 Special Provision S.P. No.: F-4101 Connecting to Existing Maintenance Holes,
Catch Basins, Ditch Inlets Culverts and Sewers
.12 Special Provision S.P. No.: F-4102 Expanded Polystyrene Insulation for Sewers
.13 Special Provision S.P. No.: F-4104 Abandonment of Sewer Infrastructure
.14 Special Provision S.P. No.: F-4105 Maintaining Flow in Sewers and Sewer
Services

1.5 DEFINITIONS
.1 Pipe section is defined as length of pipe between successive manholes and/or between
manhole and any other structure which is part of sewer system.

1.6 SUBMITTALS
.1 Submit shop drawings in accordance with Section 01330 - Submittal Procedures and as
specified in this section.

.2 Submit manufacturer's test data and certification at least 2 weeks prior to beginning
Work.

.3 Ensure certification is marked on pipe.


CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 3 OF 10

.4 Submit manufacturers information data sheets and instructions in accordance with


Section 01330 - Submittal Procedures.

.5 Submit CCTV inspection plan for all existing and installed sewers at least 30 days prior
to inspection. The CCTV inspection plan shall include the following as a minimum:
.1 List of all existing and installed sewers to be inspected, including pipe diameters,
length, and access structures/maintenance holes to be utilized.
.2 Traffic control plan(s) as required to complete the inspections.
.3 Schedule of pre-construction and post-construction CCTV inspections.
.4 For sewers greater than 1500mm diameter, the inspection plan shall also include:
.1 Detailed methodology for inspection.
.2 Contingency and emergency response plan for pipe blockage during
inspection.

1.1 WASTE MANAGEMENT AND DISPOSAL


.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Waste Management and Disposal.

1.2 DELIVERY, STORAGE AND HANDLING


.1 Deliver, store and handle materials in accordance with manufacturers recommendations.

1.3 SCHEDULING
.1 Schedule Work to minimize interruptions to existing services and maintain existing
sewage flows during construction.

.2 Submit schedule of expected interruptions for approval and adhere to approved schedule.

Part 2 Products

2.1 CONCRETE PIPE AND FITTINGS


.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 OPSS 1820 shall apply for the concrete pipe and fittings for sewers and air ducts/vents
except where superseded by the following specifications.

.3 Minimum size for which concrete pipe will be permitted for this project: 300 mm. All
sewers larger than 675 mm shall be concrete pipe.

.4 Precast concrete pipe classes shall be as per Contract Drawings.

.5 Non-pressurized concrete sewer pipe shall be manufactured in accordance with CSA


standards A257.2 (reinforced) and A257.3 (joints).
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 4 OF 10

.6 Pipe shall be supplied only by manufacturers pre-qualified by the Ontario Concrete Pipe
Association (OCPA). Lifting holes shall not be permitted on 900 mm diameter pipe and
smaller. Lift holes on larger pipe shall be made watertight.

.7 Factory Cored Tee type service connections must:


.1 Be performed at the factory;
.2 Be drilled into preformed shoulder of adequate thickness and at right angles;
.3 Include a pipe stop as an integral part of the cored hole where gasketed inserts
are not used.

.8 Pipe shall be subject to rejection on account of any of the following:


.1 Variations in diameter beyond CSA standards
.2 Fractures or cracks exceeding 50 mm in length in bell or spigot.
.3 Blisters and defects that indicate defective mixing and moulding
.4 Failure to produce a clear ringing sound when placed on end and dry-tapped with
a light hammer
.5 Insecure attachment of branches or spurs.

.9 All pipes to be clearly stamped indicating the pipe class.

2.2 PVC GRAVITY SEWERS AND AIR DUCTS/VENTS


.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All Polyvinyl Chloride (PVC) gravity sanitary sewer, air ducts/vents and drain pipes
shall be: to CAN/CSA-B182.2 and ASTM D3034.
.1 Standard Dimensional Ratio (SDR):
.1 150mm and smaller sewer or drain pipe shall be SDR 28
.2 200mm and larger sewer or drain pipe shall be SDR 35

.2 Maximum size for which PVC pipe is permitted on this project: 675 mm

.3 Locked-in gasket and integral bell system.

.4 Fitting to be PVC as per CAN/CSA-B182.2 and ASTM D3034

.5 Nominal lengths: 4 m.

.6 Sanitary sewer laterals are to have sweep bends; no angled bends are permitted.

2.3 INSULATION
.1 Insulation requirements and specifications shall be in accordance with City Specification
SP F-4102.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 5 OF 10

2.4 GASKETS
.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All gaskets to be standard material, unless contaminated soil condition are encountered,
where they shall be constructed of nitrile.

2.5 WATERSTOPS
.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All pipe wall penetrations into maintenance holes to be sealed with appropriately sized,
as recommended by the manufacturer, Link-Seal modular seals with standard EPDM seal
elements and stainless steel hardware.

2.6 COUPLING
.1 Coupling for PVC pipe to be Robar 1506 or Fernco Flexible coupling with stainless steel
316 clamps and hardwares.

.2 Coupling for concrete pipe to be HOBAS Closure Coupling, Teekay AXIFLEX Coupling
(Type II) or approved equivalent with stainless steel 304 casing and stainless steel 316
fasteners.

.3 Coupling and exposed pipe to be coated in Denso paste and tape.

2.7 PIPE BEDDING AND SURROUND MATERIALS


.1 Granular material to Section 02315 Excavating, Trenching and Backfilling.

.2 Bedding:
.1 Granular A material with thickness no less than 150 mm for pipes on earth and
no less than 300 mm for pipes on rock, placed in lifts no greater than 300 mm
thick and compacted to 98% Standard Proctor.
.2 Bedding material shall extend to the spring line of the pipe.
.3 All as per City Standard Drawing S6.
.4 If disturbance to the subgrade occurs, place a sub-bedding layer consisting of
300 mm of Granular B Type II beneath the Granular A or a thicker layer of
Granular A.

.3 Cover Material:
.1 Cover to extend from spring line of pipe to at least 300 mm above obvert of pipe.
.2 Granular A material placed in thick lifts no greater than 225 mm and compacted
to 95% SPMDD.
.3 All as per City Standard Drawing S6.

.4 Sewer bedding and backfill requirements shall be as per OPSD 802 series as applicable,
depending on the ground conditions reported for specific sites and pipe material
stipulated.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 6 OF 10

2.8 BACKFILL
.1 Trench backfill placed within the frost penetration depth (1.8m below finished grade)
shall match the soil exposed to the trench wall. It shall be free draining non-frost
susceptible sand or sand and gravel conforming to the requirements for OPSS Granular B
Type I and shall be configured with 3H:1V frost tapers.

.2 The existing inorganic fill or native inorganic soils may be suitable for use as backfill.
These materials may be reused as backfill provided testing indicates that it meets the
OPSS requirements for Granular B Type I or Select Subgrade Material.

.3 Trench backfill shall be placed in maximum 300mm thick loose lifts and compacted to a
minimum of 95% of the materials SPMDD.

.4 Other requirements shall be in accordance with Section 02315 Excavating, Trenching


and Backfilling.

Part 3 Execution

3.1 PREPARATION
.1 Clean and dry pipes and fittings before installation.

.2 Ensure that pipes and fittings are new and undamaged. Carefully inspect materials and
replace defective material to the satisfaction of the Contract Administrator.

.3 Obtain Contract Administrator's approval of pipes and fittings prior to installation.

3.2 EROSION AND SEDIMENT CONTROL


.1 Prior to commencing any work erosion and sediment control measures shall be in place
in accordance with Section 01160, Erosion and Sediment Control Plan.

3.3 TRENCHING
.1 Do trenching Work in accordance with Section 02315 - Excavating, Trenching and
Backfilling.

.2 Do not allow contents of any sewer or sewer connection to flow into trench.

.3 Trench alignment and depth require approval of Contract Administrator prior to placing
bedding material and pipe.

3.4 GRANULAR BEDDING


.1 Place granular bedding in unfrozen condition.

.2 Place granular bedding materials in uniform layers as indicated in Section 2.6, Pipe
Bedding and Surround Materials.

.3 Shape bed true to grade and to provide continuous, uniform bearing surface for pipe.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 7 OF 10

.1 Do not use blocks when bedding pipe.


.4 Shape transverse depressions as required to suit joints.

.5 Fill excavation below bottom of specified bedding adjacent to manholes or structures


with compacted bedding material.

3.5 INSTALLATION
.1 Lay and join pipes in accordance with manufacturer's recommendations and to approval
of the Contract Administrator. Sewer tolerance to adhere to City of Ottawa F-4100 (+/-
30mm).

.2 Handle pipe using methods approved by the Contract Administrator.


.1 Do not use chains or cables passed through rigid pipe bore so that weight of pipe
bears upon pipe ends.
.3 Lay pipes on prepared bed, true to line and grade, with pipe invert smooth and free of
sags or high points.
.1 Ensure barrel of each pipe is in contact with shaped bed throughout its full
length.
.4 Begin laying at outlet and proceed in upstream direction with socket ends of pipe facing
upgrade.

.5 Do not exceed maximum joint deflection recommended by pipe manufacturer.

.6 Do not allow water to flow through pipe during construction, except as may be permitted
by the Contract Administrator.

.7 Whenever work is suspended, install removable watertight bulkhead at open end of last
pipe laid to prevent entry of foreign materials.

.8 Install plastic pipe and fittings in accordance with CSA B182.11.

.9 Pipe jointing:
.1 Install gaskets in accordance with manufacturer's recommendations.
.2 Support pipes with hand slings or crane as required to minimize lateral pressure
on gasket and maintain concentricity until gasket is properly positioned.
.3 Align pipes before joining.
.4 Maintain pipe joints free from mud, silt, gravel and other foreign material.
.5 Avoid displacing gasket or contaminating with dirt or other foreign material.
Gaskets so disturbed shall be removed, cleaned and lubricated and replaced
before joining is attempted.
.6 Complete each joint before laying next length of pipe.
.7 Minimize joint deflection after joint has been made to avoid joint damage.
.8 At rigid structures, install pipe joints not more than 1.2 m from side of structure.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 8 OF 10

.9 Apply sufficient pressure in making joints to ensure that joint is complete as


outlined in manufacturer's recommendations.
.10 Ensure completed joints are restrained by compacting bedding material
alongside and over the installed pipes.

.10 When stoppage of Work occurs, block pipes as directed by the Contract Administrator to
prevent creep during down time.

.11 Cut pipes as required for special inserts, fittings or closure pieces as recommended by
pipe manufacturer, without damaging pipe or its coating and to leave smooth end at right
angles to axis of pipe.

.12 Make watertight connections to manholes.


.1 Use shrinkage compensating grout when suitable gaskets are not available.
.13 Use prefabricated saddles or field connections approved by the Contract Administrator,
for connecting pipes to existing sewer pipes.
.1 Joints to be structurally sound and watertight.

3.6 PIPE SURROUND


.1 Place surround material in unfrozen condition.

.2 Upon completion of pipe laying, and after the Contract Administrator has inspected pipe
joints, surround and cover pipes as indicated.
.1 Leave joints and fittings exposed until field testing is completed.
.3 Hand place surround material in uniform layers not exceeding 225 mm compacted
thickness as indicated.

.4 Place layers uniformly and simultaneously on each side of pipe.

.5 Compact each layer from pipe invert to spring line of pipe to at least 98% SPMDD.

.6 Compact each layer from spring line of pipe to 300 mm above pipe to at least 95%
SPMDD.

.7 When field test results are acceptable to the Contract Administrator, place surround
material at pipe joints.

3.7 PRECAST CHAMBERS AND BOX CONCRETE PIPE


.1 Refer to Section 02631 Maintenance Holes and Catch Basins for details on installation
of precast structures including manholes and catch basins.

.2 Confirm with the supplier of the precast concrete structures the weight of the individual
sections and proper handling and jointing procedures.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 9 OF 10

.3 Install double seals, waterproofing membrane and protection board at each precast joint
and where indicated in accordance with the manufacturers instructions. The precast
structures to be watertight. Any visible leakage will have to be repaired.

.4 Protect the precast structures against buoyancy forces during construction until fully
backfilled.

.5 Backfill walls of the precast structures with 300 mm thick surrounding layer of Granular
A placed against the walls. Place the granular in 300 mm layers and compact to 95%
SPMDD.

.6 Install all ladders, platforms, covers, retrieval brackets and hatches as required and as
indicated on the Contract Drawings.

3.8 BACKFILL AND COVER


.1 Refer to Section 02315 Excavating, Trenching and Backfilling for details.

.2 Place backfill material in unfrozen condition.

.3 Cover to extend from spring line of pipe to at least 300 mm above obvert of pipe, placed
in thick lifts no greater than 300 mm and compacted to 95% SPMDD.

.4 Place backfill material, above cover in uniform layers not exceeding 300 mm compacted
thickness up to grades as indicated. Compact the backfill material to at least 95%
SPMDD.

3.9 FIELD TESTING


.1 The field testing shall be performed in the presence of a certified professional engineer
who shall submit a certified copy of the test results.

.2 Field testing shall be completed in accordance with City Specification F-4100.

.3 Repair or replace pipe, pipe joint, fittings or bedding found defective.

3.10 CCTV INSPECTION FOR EXISTING AND INSTALLED PIPES


.1 Television and photographic inspections:
.1 CCTV to be carried out as per City SP No. F-4090 Cleaning and Televising
Sewer.
.2 Carry out CCTV inspection of existing sewers within the construction limits and
the first length of existing sewer pipes outside of the contract limits including
cross streets pre and post construction. Major sewers (Rideau Canal Interceptor,
Rideau River Collector, and Interceptor Outfall Sewer) within the construction
limits shall be inspected pre and post construction.
.3 Carry out CCTV inspection of installed sewers and air ducts/vents.
.4 Carry out CCTV inspection of the installed RRC Diversion Sewer, EWT and
NST.
CITY OF OTTAWA SECTION 02530
COMBINED SEWAGE STORAGE TUNNEL SANITARY SEWER AND
ODOUR CONTROL DUCTS
CONTRACT NO. ISD14-2036 PAGE 10 OF 10

3.11 CLEANING AND FLUSHING


.1 All new and existing sewer pipes to be cleaned and flushed prior to field testing and
CCTV inspection. Rideau Canal Interceptor, Rideau River Collector, and Interceptor
Outfall Sewer do not require cleaning and flushing prior to CCTV inspection.

END OF SECTION
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 1 OF 9

Part 1 General

1.1 SECTION INCLUDES


.1 This section includes materials and installation for storm sewers and pipe subdrains.

.2 This section does not include work involved to construct the RRC Diversion Sewer
Tunnel or CSST Tunnel and associated shafts. This section includes requirements for
CCTV of the storm sewers.

1.2 SECTION INCLUDES


.1 Materials and installation for storm sewer.

1.3 RELATED SECTIONS


.1 Section 01025- Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01330 - Submittal Procedures

.4 Section 01355 - Waste Management and Disposal

.5 Section 01780 - Closeout Submittals

.6 Section 02315 - Excavating, Trenching and Backfilling

.7 Section 02531 - Sanitary Sewer and Odour Control Ducts

.8 Section 02631 - Maintenance Holes and Catch Basins

1.4 PAYMENT PROCEDURES


.1 Payment for all work completed in accordance with this Section will be paid as per
Section 01025, Measurement and Payment.

1.5 REFERENCES
.1 ASTM International, (ASTM)
.1 ASTM D3034 RevA-14, Standard Specification for Type PSM Poly (Vinyl
Chloride) (PVC) Sewer Pipe and Fittings.
.2 Canadian Standards Association (CSA International)
.1 CAN/CSA-A257 Series-14, Standards for Concrete Pipe.
.3 Canadian Standards Association (CSA International)
.1 CSA B1800-11, Plastic Non-pressure Pipe Compendium - B1800 Series
(Consists of B181.1, B181.2, B181.3, B181.5, B182.1, B182.2, B182.4, B182.6,
B182.7, B182.8 and B182.11).
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 2 OF 9

.1 CSA B182.2-11, PVC Sewer Pipe and Fittings (PSM Type).


.2 CSA B182.11-02, Recommended Practice for the Installation of Thermoplastic
Drain, Storm, and Sewer Pipe and Fittings.
.4 Ontario Provincial Standards
.1 OPSS 410, Nov. 2013, Construction Specification for Pipe Sewer Installation in
Open Cut
.2 OPSS.MUNI 1820, Nov. 2014, Material Specification for Circular and Elliptical
Concrete Pipe
.3 OPSD-802.030, Nov. 2010, Rigid Pipe Bedding, Cover, and Backfill, Type 1 or
2 Soil
.5 City of Ottawa
.1 Special Provision S.P. No.: F-2120 Select Subgrade Material for Trench Backfill
.2 Special Provision S.P. No.: F-4100 Pipe Sewers.
.3 Special Provision S.P. No.: F-4090 Cleaning and Televising Sewer.
.4 MS-18.1 - Sewer Pipe.
.5 MS-22.1 Sewer General.
.6 MS-22.15 - Approved Sewer Product Listing.
.7 Standard Drawing S6 Single Trench (Sewer).
.8 Standard Drawing S7 Combined Trench (Sewer).
.9 Standard Drawing S8 Clay Seal for Pipe Trenches.
.10 Special Provision S.P. No.: F-4050 Pipe Subdrain
.11 Special Provision S.P. No.: F-4101 Connecting to Existing Maintenance Holes,
Catch Basins, Ditch Inlets Culverts and Sewers
.12 Special Provision S.P. No.: F-4102 Expanded Polystyrene Insulation for Sewers
.13 Special Provision S.P. No.: F-4104 Abandonment of Sewer Infrastructure
.14 Special Provision S.P. No.: F-4105 Maintaining Flow in Sewers and Sewer
Services

1.6 DEFINITIONS
.1 A pipe section is defined as length of pipe between successive catch basins and/or
manholes.

1.7 SUBMITTALS
.1 Submit shop drawings in accordance with Section 01330 - Submittal Procedures and as
specified in this section.

.2 Submit manufacturer's test data and certification at least 2 weeks prior to beginning
Work.

.3 Certification to be marked on pipe.


CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 3 OF 9

.4 Submit manufacturers information data sheets and instructions in accordance with


Section 01330 - Submittal Procedures.

.5 Submit CCTV inspection plan of storm sewers with all other CCTV works planned as
specified in Section 02531 Sanitary Sewer and Odour Control Ducts.

1.8 WASTE MANAGEMENT AND DISPOSAL


.1 Separate waste materials for reuse and recycling in accordance with Section 01355 -
Waste Management and Disposal.

1.9 DELIVERY, STORAGE AND HANDLING


.1 Deliver, store and handle materials in accordance with manufacturers recommendations.

1.10 SCHEDULING
.1 Schedule Work to minimize interruptions to existing services and to maintain existing
flow during construction.

.2 Submit schedule of expected interruptions for approval and adhere to approved schedule.

Part 2 Products

2.1 CONCRETE PIPE AND FITTINGS


.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 OPSS 1820 shall apply for the concrete pipe and fittings except where superseded by the
following specifications.

.3 Minimum size for which concrete pipe will be permitted for this project: 300 mm. All
sewers larger than 675 mm shall be concrete pipe.

.4 Non-pressurized concrete sewer pipe shall be manufactured in accordance with CSA


standards A257.2 (reinforced) and A257.3 (joints).

.5 Pipe shall be supplied only by manufacturers pre-qualified by the Ontario Concrete Pipe
Association (OCPA). Lifting holes shall not be permitted on 900 mm diameter pipe and
smaller. Lift holes on larger pipe shall be made watertight.

.6 Factory Cored Tee type service connections must:


.1 Be performed at the factory;
.2 Be drilled into preformed shoulder of adequate thickness and at right angles;
.3 Include a pipe stop as an integral part of the cored hole where gasketed inserts
are not used.

.7 Pipe shall be subject to rejection on account of any of the following:


.1 Variations in diameter beyond CSA standards
.2 Fractures or cracks exceeding 50 mm in length in bell or spigot.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 4 OF 9

.3 Blisters and defects that indicate defective mixing and moulding


.4 Failure to produce a clear ringing sound when placed on end and dry-tapped with
a light hammer
.5 Insecure attachment of branches or spurs.

.8 All pipes to be clearly stamped indicating the pipe class.

2.2 PVC GRAVITY SEWERS


.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All Polyvinyl Chloride (PVC) gravity sanitary sewer and drain pipes shall be: to
CAN/CSA-B182.2 and ASTM D3034.
.1 Standard Dimensional Ratio (SDR):
.1 150mm and smaller sewer or drain pipe shall be SDR 28
.2 200mm and larger sewer or drain pipe shall be SDR 35

.2 Maximum size for which PVC pipe is permitted on this project: 675 mm

.3 Locked-in gasket and integral bell system.

.4 Fitting to be PVC as per CAN/CSA-B182.2 and ASTM D3034

.5 Nominal lengths: 4 m.

2.3 SUBDRAIN
.1 Subdrains to be HDPE perforated as per OPSS 405:
.1 100mm on roads or to match existing
.2 200mm or as specified on drawings for surface drainage at Site 6.

2.4 INSULATION
.1 Insulation requirements and specifications shall be in accordance with City Specification
SP F-4102.

2.5 GASKETS
.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All gaskets to be standard material, unless contaminated soil condition are encountered,
where they shall be constructed of nitrile.

2.6 WATERSTOPS
.1 Materials shall be as per MS-18.1, MS-22.1 and MS-22.15.

.2 All pipe wall penetrations into maintenance holes to be sealed with appropriately sized,
as recommended by the manufacturer, Link-Seal modular seals with standard EPDM seal
elements and stainless steel hardware.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 5 OF 9

2.7 COUPLING
.1 Coupling for PVC pipe to be Robar 1506 or Fernco Flexible coupling with stainless steel
316 clamps and hardwares.

.2 Coupling for concrete pipe to be HOBAS Closure Coupling, Teekay AXIFLEX Coupling
(Type II) or approved equivalent with stainless steel 304 casing and stainless steel 316
fasteners.

.3 Coupling and exposed pipe to be coated in Denso paste and tape.

2.8 PIPE BEDDING AND SURROUND MATERIALS


.1 Granular material to Section 02315 Excavating, Trenching and Backfilling.

.2 Bedding:
.1 Granular A material with thickness no less than 150 mm for pipes on earth and
no less than 300 mm for pipes on rock, placed in lifts no greater than 300 mm
thick and compacted to 98% Standard Proctor.
.2 Bedding material shall extend to the spring line of the pipe.
.3 All as per City Standard Drawing S6.
.4 If disturbance to the subgrade occurs, place a sub-bedding layer consisting of
300 mm of Granular B Type II beneath the Granular A or a thicker layer of
Granular A.

.3 Cover Material:
.1 Cover to extend from spring line of pipe to at least 300 mm above obvert of pipe.
.2 Granular A material placed in thick lifts no greater than 225 mm and compacted
to 95% Standard Proctor.
.3 All as per City Standard Drawing S6.

.4 Sewer bedding and backfill requirements shall be as per OPSD 802 series as applicable,
depending on the ground conditions reported for specific sites and pipe material
stipulated.

2.9 BACKFILL
.1 Trench backfill placed within the frost penetration depth (1.8m below finished grade)
shall match the soil exposed to the trench wall. It shall be free draining non-frost
susceptible sand or sand and gravel conforming to the requirements for OPSS Granular B
Type I and shall be configured with 3H:1V frost tapers.

.2 The existing inorganic fill or native inorganic soils may be suitable for use as backfill.
These materials may be reused as backfill provided testing indicates that it meets the
OPSS requirements for Granular B Type I or Select Subgrade Material.

.3 Trench backfill shall be placed in maximum 300mm thick loose lifts and compacted to a
minimum of 95% of the materials SPMDD.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 6 OF 9

.4 Subdrain backfill with clear stone as per Section 02315 Excavating, Trenching and
Backfilling.

.5 Other requirements shall be in accordance with Section 02315 Excavating, Trenching


and Backfilling.

Part 3 Execution

3.1 EROSION AND SEDIMENT CONTROL


.1 Prior to commencing any work erosion and sediment control measures shall be in place
in accordance with Section 01160, Erosion and Sediment Control Plan.

3.2 PREPARATION
.1 Clean and dry pipes and fittings before installation.

.2 Ensure that pipes and fittings are new and undamaged. Carefully inspect materials and
replace defective material to the satisfaction of the Contract Administrator.

.3 Obtain Contract Administrator's approval of pipes and fittings prior to installation.

3.3 TRENCHING
.1 Do trenching Work in accordance with Section 02315 - Excavating, Trenching and
Backfilling.

.2 Do not allow contents of sewer or sewer connection to flow into trench.

.3 Trench alignment and depth require approval of Contract Administrator prior to placing
bedding material and pipe.

3.4 GRANULAR BEDDING


.1 Place granular bedding in unfrozen condition.

.2 Place granular bedding materials in uniform layers as indicated in Section 2.6, Pipe
Bedding and Surround Materials.

.3 Shape bed true to grade and to provide continuous, uniform bearing surface for pipe. Do
not use blocks when bedding pipes.

.4 Shape transverse depressions as required to suit joints.

.5 Fill excavation below bottom of specified bedding adjacent to manholes or catch basins
with compacted bedding material.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 7 OF 9

3.5 INSTALLATION
.1 Lay and join pipe in accordance with manufacturer's recommendations and to approval
of Contract Administrator. Sewer tolerance to adhere to City of Ottawa F-4100 (+/-
30mm).

.2 Handle pipe using methods approved by Contract Administrator.


.1 Do not use chains or cables passed through rigid pipe bore so that weight of pipe
bears upon pipe ends.
.3 Lay pipes on prepared bed, true to line and grade with pipe inverts smooth and free of
sags or high points.
.1 Ensure barrel of each pipe is in contact with shaped bed throughout its full
length.
.4 Begin laying at outlet and proceed in upstream direction with socket ends of pipe facing
upgrade.

.5 Do not exceed maximum joint deflection recommended by pipe manufacturer.

.6 Do not allow water to flow through pipes during construction except as may be permitted
by Contract Administrator.

.7 Whenever Work is suspended, install removable watertight bulkhead at open end of last
pipe laid to prevent entry of foreign materials.

.8 Install plastic pipe and fittings in accordance with CSA B182.11.

.9 Pipe jointing:
.1 Install gaskets in accordance with manufacturer's recommendations.
.2 Support pipes with hand slings or crane as required to minimize lateral pressure
on gasket and maintain concentricity until gasket is properly positioned.
.3 Align pipes before joining.
.4 Maintain pipe joints free from mud, silt, gravel and other foreign material.
.5 Avoid displacing gasket or contaminating with dirt or other foreign material.
Remove disturbed or dirty gaskets; clean, lubricate and replace before joining is
attempted.
.6 Complete each joint before laying next length of pipe.
.7 Minimize joint deflection after joint has been made to avoid joint damage.
.8 At rigid structures, install pipe joints not more than 1.2 m from side of structure.
.9 Apply sufficient pressure in making joints to ensure that joint is complete as
outlined in manufacturer's recommendations.
.10 Ensure completed joints are restrained by compacting bedding material
alongside and over the installed pipes.

.10 When any stoppage of Work occurs, restrain pipes as directed by Contract
Administrator, to prevent "creep" during down time.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 8 OF 9

.11 Cut pipes as required for special inserts, fittings or closure pieces, as recommended by
pipe manufacturer, without damaging pipe or its coating and to leave smooth end at right
angles to axis of pipe.

.12 Make watertight connections to manholes and catch basins.


.1 Use shrinkage compensating grout when suitable gaskets are not available.
.13 Use prefabricated saddles or field connections approved by the Contract Administrator,
for connecting pipes to existing sewer pipes.
.1 Joint to be structurally sound and watertight.
.14 Install subdrain, granulars, geotextile as per F-4050.

3.6 PIPE SURROUND


.1 Place surround material in unfrozen condition.

.2 Upon completion of pipe laying, and after Contract Administrator has inspected pipe
joints, surround and cover pipes as indicated.
.1 Leave joints and fittings exposed until field testing is completed.
.3 Hand place surround material in uniform layers not exceeding 225 mm compacted
thickness as indicated.

.4 Place layers uniformly and simultaneously on each side of pipe.

.5 Compact each layer from pipe invert to spring line of pipe to at least 98% SPMDD.

.6 Compact each layer from spring line of pipe to 300 mm above pipe to at least 95%
SPMDD.

.7 When field test results are acceptable to Contract Administrator, place surround material
at pipe joints.

3.7 PRECAST CHAMBERS


.1 Refer to Section 02631 Maintenance Holes and Catch Basins for details on installation
of precast structures including manholes and catch basins.

.2 Confirm with the supplier of the precast concrete structures the weight of the individual
sections and proper handling and jointing procedures.

.3 Install double seals, waterproofing membrane and protection board at each precast joint
and where indicated in accordance with the manufacturers instructions. The precast
structures to be watertight. Any visible leakage will have to be repaired.

.4 Protect the precast structures against buoyancy forces during construction until fully
backfilled.

.5 Backfill walls of the precast structures with 300 mm layer of Granular A placed against
the walls. Place the granular in 300 mm layers and compact to 95% SPMDD.
CITY OF OTTAWA SECTION 02630
COMBINED SEWAGE STORAGE TUNNEL STORM SEWER
CONTRACT NO. ISD14-2036 PAGE 9 OF 9

.6 Install all ladders, platforms, covers, retrieval brackets and hatches as required and as
indicated on the Contract Drawings.

3.8 BACKFILL AND COVER


.1 Refer to Section 02315 Excavating, Trenching and Backfilling for details.

.2 Place backfill material in unfrozen condition.

.3 Cover to extend from spring line of pipe to at least 300 mm above obvert of pipe, placed
in thick lifts no greater than 300 mm and compacted to 95% SPMDD.

.4 Place backfill material, above cover in uniform layers not exceeding 300 mm compacted
thickness up to grades as indicated. Compact the backfill material to at least 95 %
SPMDD.

3.9 FIELD TESTING


.1 The field testing shall be performed in the presence of a certified professional engineer
who shall submit a certified copy of the test results.

.2 Field testing shall be completed in accordance with City Specification F-4100.

.3 Repair or replace pipe, pipe joint, fittings or bedding found defective.

3.10 CCTV INSPECTION FOR EXISTING AND INSTALLED PIPES


.1 Television and photographic inspections:
.1 CCTV to be carried out as per City SP No. F-4090 Cleaning and Televising
Sewer.
.2 Carry out CCTV inspection of existing sewers within the construction limits and
the first length of existing sewer pipes outside of the contract limits including
cross streets pre and post construction.
.3 Carry out CCTV inspection of installed sewers

3.11 CLEANING AND FLUSHING


.1 All new and existing sewer pipes to be cleaned and flushed prior to field testing and
CCTV inspection.

END OF SECTION

CITY OF OTTAWA SECTION 02631
COMBINED SEWAGE STORAGE TUNNEL MAINTENANCE HOLES AND CATCH BASINS
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

1.1 SECTION INCLUDES


.1 Materials and installation for constructing new precast manholes, chambers, catch basins
and ditch inlets which are included in standard City and OPS details, but does not
include cast-in-place structures. Further, it does not include precast structures that are not
typical City and OPS standards; these are described in Section 03410 Precast
Structures.

1.2 RELATED SECTIONS


.1 Section 01025 - Measurement and Payment

.2 Section 01160 - Erosion and Sediment Control Plan

.3 Section 01330 - Submittal Procedures

.4 Section 01355 - Waste Management and Disposal

.5 Section 02315 - Excavating, Trenching and Backfilling

.6 Section 03410 - Precast Structures

.7 Section 05500 - Metal Fabrications

1.3 PAYMENT PROCEDURES


.1 Payment for all work completed in accordance with this Section will be paid as per
Section 01025, Measurement and Payment.

1.4 REFERENCES
.1 ASTM International (ASTM)
.1 ASTM C139-03, Specification for Concrete Masonry Units for Construction of
Catch Basins and Manholes.
.2 ASTM C478M-03a, Specification for Precast Reinforced Concrete Manhole
Sections [Metric].
.2 Ministry of Transportation, Ontario (MTO)
.1 Laboratory Testing Manual LS-602, Sieve Analysis of Aggregates.

.3 Ontario Provincial Standard Specifications (OPSS)


.1 OPSS 407 - November 2013, Construction Specification for Maintenance Hole,
Catch Basin, Ditch Inlet and Valve Chamber Installation.
.2 OPSS 501 Construction Specification for Compacting.

.4 City of Ottawa
.1 Special Provision S.P. No.: F-2120 Select Subgrade Material for Trench Backfill
.2 Special Provision S.P. No.: F-4070 Maintenance Holes, Catchbasins, Ditch Inlets
and Chambers.
CITY OF OTTAWA SECTION 02631
COMBINED SEWAGE STORAGE TUNNEL MAINTENANCE HOLES AND CATCH BASINS
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.3 Special Provision S.P. No.: F-4080 Adjusting or Rebuilding Maintenance Holes,


Catch Basins, Ditch inlets and Valve Chambers
.4 Special Provision S.P. No.: F-4081 Self-Leveling Maintenance Hole Frame and
Cover
.5 Material Specification MS-13.1 Maintenance Holes, CBs, ICDs and TWSIs
.6 Material Specification MS-22.15 Approved Sewer Products Listing
.7 Standard Drawing S1 Installation of Catch Basin with Curb and Gutter
.8 Standard Drawing S2 Installation of Catch Basin with Monolithic Sidewalk and
Curb, Barrier, and Depressed Curb
.9 Standard Drawing S3 Installation of Curb Inlet Type Catch Basin
.10 Standard Drawing S19 Heavy Duty "Fish" Type Round Catch Basin Cover
(Modified OPSD 400.07)
.11 Standard Drawing S22 Curb Inlet "Fish" Type Catch Basin Frame
.12 Standard Drawing S23 Curb Inlet "Fish" Type Catch Basin Cover
.13 Standard Drawing S24 Standard Circular Sanitary and Combined Maintenance
Hole Cover
.14 Standard Drawing S24.1 Standard Circular Storm Maintenance Hole Cover
.15 Standard Drawing S25 Standard Circular Frame for Maintenance Holes
(Modified OPSD 401.020).

1.5 SHOP DRAWINGS


.1 Submit shop drawings in accordance with Section 01330 - Submittal Procedures.

1.6 WASTE MANAGEMENT AND DISPOSAL


.1 Separate and recycle waste materials in accordance with Section 01355 - Waste
Management and Disposal.

Part 2 Products

2.1 MANHOLE / CHAMBER MATERIALS


.1 Materials shall be as per S.P. No. F-4070, MS-13.1, and MS-22.15.

.2 For granular material refer to Section 02315 - Excavating, Trenching and Backfilling.

.3 Precast concrete maintenance hole units shall be as per OPSD and as indicated on
Contract Drawings with flat cap where required to accommodate specified frame and
cover.

.4 Where specified on drawings covers shall be as per Standard Drawing S24 and S24.1.

.5 Where specified on drawings frames shall be as per Standard Drawing S25.


CITY OF OTTAWA SECTION 02631
COMBINED SEWAGE STORAGE TUNNEL MAINTENANCE HOLES AND CATCH BASINS
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.6 Where specified on drawings all 914mm covers shall be C-23B 35 cover with 37 5/8
ID frame, bolted or lockable and watertight, manufactured by Bibby Ste-Croix or
approved equal.

.7 Grates for air vent chambers shall be as per Section 05500 Metal Fabrications, or
OPSD 403.010 where specified on drawings.

2.2 CATCH BASIN / DITCH INLET MATERIALS


.1 Materials shall be as per S.P. No.: F-4070, MS-13.1, and MS-22.15.

.2 For granular material refer to Section 02315 - Excavating, Trenching and Backfilling.

.3 Precast concrete catch basin units shall be as per OPSD 705.010 and installed as per S1,
S2, or S3 as indicated on Contract Drawings.

.4 Catch basin covers shall be as per Standard Drawing S19, S23.

.5 Catch basin frames shall be as per Standard Drawing S22.

.6 Precast Concrete ditch inlet shall be per OPSD 705.030 and grating shall be per OPSD
403.010.

Part 3 Execution

3.1 EXCAVATION AND BACKFILL


.1 Excavate and backfill in accordance with Section 02315 Excavating, Trenching and
Backfilling and as indicated.

.2 Obtain approval of Consultant before installing maintenance holes and catch basins.

3.2 EROSION AND SEDIMENT CONTROL


.1 Prior to commencing any work erosion and sediment control measures shall be in place
in accordance with Section 01160, Erosion and Sediment Control Plan.

3.3 INSTALLATION
.1 Confirm with the supplier of the precast concrete structures the weight of the individual
sections and proper handling and jointing procedures.

.2 Install double seals, waterproofing membrane and protection board at each precast joint
and where indicated in accordance with the manufacturers instructions. The precast
structures are to be watertight. Any visible leakage will have to be repaired.

.3 Protect the precast structures against buoyancy forces during construction until fully
backfilled.

.4 Install all ladders, platforms, covers, retrieval brackets and hatches as required and as
indicated on the Contract Drawings.
CITY OF OTTAWA SECTION 02631
COMBINED SEWAGE STORAGE TUNNEL MAINTENANCE HOLES AND CATCH BASINS
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.5 Backfill walls of the precast structures with 300 mm thick surrounding layer of Granular
A placed against the walls. Place the granular in 300 mm layers and compact to 95%
SPMDD.

.6 Installation of precast manhole, chamber, catch basin and ditch inlet structures as per
S.P. No.: F-4070.

.7 Adjust or rebuild manhole, chamber, catch basin and ditch inlet structures as per S.P.
No.: F-4080.

END OF SECTION
CITY OF OTTAWA SECTION 02701
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: GENERAL
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 SECTION INCLUDES


.1 This section includes materials and requirements for aggregates only for road backfill and
reinstatement. Refer to Section 02315 Excavating, Trenching, and Backfilling for pipe
bedding and backfill requirements.

1.2 RELATED SECTIONS


.2 Section 01330 - Submittal Procedures

.3 Section 01355 - Disposal of Excess Material

.4 Section 02315 - Excavating, Trenching and Backfilling

.5 Section 02721 - Granular Base

.6 Section 02723 - Granular Sub-Base

1.3 REFERENCES
.1 ASTM D4791-[99], Standard Test Method for Flat Particles, Elongated Particles, or Flat
and Elongated Particles in Coarse Aggregate.

Part 2 Products

2.1 MATERIALS
.1 Aggregate qualities: sound, hard, durable material free from soft, thin, elongated or
laminated particles, organic material, clay lumps or minerals, or other substances that
would act in deleterious manner for use intended.
.2 Flat and elongated particles of coarse aggregate: to ASTM D4791.
.1 Greatest dimension to exceed five times least dimension.
.3 Fine aggregates satisfying requirements of applicable section to be one, or blend of
following:
.1 Natural sand.
.2 Manufactured sand.
.3 Screenings produced in crushing of quarried rock, boulders, gravel or slag.
.4 Coarse aggregates satisfying requirements of applicable section to be:
.1 Crushed rock.
.2 Gradations to be within limits specified when tested to ASTM C136 and ASTM
C117. Sieve sizes to CAN/CGSB-8.1.
CITY OF OTTAWA SECTION 02701
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: GENERAL
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

GRADATION REQUIREMENTS

PERCENTAGE PASSING

MTO
SIEVE GRANULAR A GRANULAR B SELECT
DESIGNATION TYPE II (note 1) SUBGRADE
MATERIAL

100 mm - 100 100


37.5 mm - N/A
26.5 mm 100 50 100 50 100
19 mm 85 100 - N/A
(87 100, note 2)
13.2 mm 65 90 - N/A
(75 95 note 2)
9.5 mm 50 73 - N/A
(60 83 note 2)
4.75 mm 35 55 20 55 20 100
(40 60 note 2)
1.18 mm 15 40 10 40 10 100
300 m 5 22 5 22 5 95
150 m - - 2.0 - 65.0
75 m 28 0 10 0 25.0
(2 10 note 3)
Notes:

1. When RAP is blended with Granular B Type I or Type III, 100% of the RAP shall pass the 75 mm sieve.
Conditions in Note 1 supersede this requirement.
2. When the aggregate is obtained from an air-cooled blast furnace slag source.
3. When the aggregate is obtained from a quarry or an air-cooled blast furnace slag or nickel slag source.

.5 Type 3 fill: selected material from excavation or other sources, approved by Contract
Administrator for use intended, unfrozen and free from rocks larger than 200 mm,
cinders, ashes, sods, refuse or other deleterious materials.

2.2 SOURCE QUALITY CONTROL

.1 Inform Contract Administrator of proposed source of aggregates and provide access for
sampling at least 2 weeks prior to commencing production.

.2 If, in opinion of Contract Administrator, materials from proposed source do not meet, or
cannot reasonably be processed to meet, specified requirements, locate an alternative
source or demonstrate that material from source in question can be processed to meet
specified requirements.

.3 Advise Contract Administrator 2 weeks in advance of proposed change of material


source.
CITY OF OTTAWA SECTION 02701
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: GENERAL
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.4 Acceptance of material at source does not preclude future rejection if it fails to conform
to requirements specified, lacks uniformity, or if its field performance is found to be
unsatisfactory.

Part 3 Execution

3.1 PREPARATION

.1 Processing
.1 Process aggregate uniformly using methods that prevent contamination,
segregation and degradation.
.2 Blend aggregates, if required, to obtain gradation requirements, percentage of
crushed particles, or particle shapes, as specified. Use methods and equipment
approved by Contract Administrator.
.3 Wash aggregates, if required to meet specifications. Use only equipment
approved by Contract Administrator.
.4 When operating in stratified deposits use excavation equipment and methods that
produce uniform, homogeneous aggregate.

.2 Handling
.1 Handle and transport aggregates to avoid segregation, contamination and
degradation.
.2 Cover and secure aggregate material transported to and from site.
.3 Minimize dump heights when loading aggregates into trucks.

.3 Stockpiling
.1 Stockpile aggregates on site in locations as indicated and satisfying restrictions
identified in Section 02315 Excavating, Trenching, and Backfilling unless
directed otherwise by Contract Administrator . Do not stockpile on completed
pavement surfaces.
.2 Stockpile aggregates in sufficient quantities to meet project schedules.
.3 During winter operations, prevent ice and snow from becoming mixed into
stockpile or in material being removed from stockpile.

END OF SECTION

CITY OF OTTAWA SECTION 02702
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: LANDSCAPING
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

PART 1 - GENERAL

1.1 RELATED SECTIONS


.1 Section 01355 - Disposal of Excess Material

.2 Section 01330 - Submittal Procedures

.3 Section 03300 - Cast-in-Place Concrete

.4 Section 02723 - Granular Sub-base

.5 Section 02721 - Granular Base

1.2 REFERENCES
.1 ASTM International(ASTM)
.1 ASTM D 4791-99, Standard Test Method for Flat Particles, Elongated Particles, or
Flat and Elongated Particles in Coarse Aggregate.

1.3 SAMPLES
.1 Submit samples in accordance with Section 01330 - Submittal Procedures.

.2 Allow continual sampling by Engineer during production.

.3 Provide Engineer with access to source and processed material for sampling.

.4 Install sampling facilities at discharge end of production conveyor, to allow Engineer to


obtain representative samples of items being produced. Stop conveyor belt when requested
by Engineer to permit full cross section sampling.

.5 Pay cost of sampling and testing of aggregates which fail to meet specified requirements.

.6 Provide water, electric power and propane to Engineer laboratory trailer at production site.

1.4 WASTE MANAGEMENT AND DISPOSAL


.1 Divert unused granular materials from landfill to local quarry facility as approved by
Engineer.

PART 2 - PRODUCTS

2.1 MATERIALS
.1 Aggregate quality: sound, hard, durable material free from soft, thin, elongated or
laminated particles, organic material, clay lumps or minerals, or other substances that
would act in deleterious manner for use intended.
.2 Flat and elongated particles of coarse aggregate: to ASTM D 4791.
.1 Greatest dimension to exceed five times least dimension.
CITY OF OTTAWA SECTION 02702
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: LANDSCAPING
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.3 Fine aggregates satisfying requirements of applicable section to be one, or blend of


following:
.1 Natural sand.
.2 Manufactured sand.
.3 Screenings produced in crushing of quarried rock, boulders, gravel or slag.
.4 Coarse aggregates satisfying requirements of applicable section to be one of or blend of
following:
.1 Crushed rock.
.2 Gravel [and crushed gravel] composed of naturally formed particles of stone.
.3 Light weight aggregate, including slag and expanded shale.

2.2 SOURCE QUALITY CONTROL


.1 Inform Engineer of proposed source of aggregates and provide access for sampling at least
4 weeks prior to commencing production.

.2 If, in opinion of Engineer, materials from proposed source do not meet, or cannot
reasonably be processed to meet, specified requirements, locate an alternative source or
demonstrate that material from source in question can be processed to meet specified
requirements.

.3 Advise Engineer 4 weeks in advance of proposed change of material source.

.4 Acceptance of material at source does not preclude future rejection if it fails to conform to
requirements specified, lacks uniformity, or if its field performance is found to be
unsatisfactory.

PART 3 - EXECUTION

3.1 PREPARATION

.1 Topsoil stripping
.1 Do not handle topsoil while in wet or frozen condition or in any manner in which
soil structure is adversely affected.
.2 Begin topsoil stripping of areas as indicated by Engineer after area has been cleared
of weeds and grasses and removed from site.
.3 Strip topsoil to depths as indicated as directed by Engineer. Avoid mixing topsoil
with subsoil.
.4 Stockpile in locations as indicated by Engineer. Stockpile height not to exceed 2 m.
.2 Aggregate source preparation
.1 Prior to excavating materials for aggregate production, clear and grub area to be
worked, and strip unsuitable surface materials. Dispose of cleared, grubbed and
unsuitable materials as directed by Engineer.
CITY OF OTTAWA SECTION 02702
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: LANDSCAPING
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.2 Where clearing is required, leave screen of trees between cleared area and
roadways as directed.
.3 Clear, grub and strip area ahead of quarrying or excavating operation sufficient to
prevent contamination of aggregate by deleterious materials.
.4 When excavation is completed dress sides of excavation to nominal 1.5:1 slope,
and provide drains or ditches as required to prevent surface standing water.
.5 Trim off and dress slopes of waste material piles and leave site in neat condition.
.3 Processing
.1 Process aggregate uniformly using methods that prevent contamination,
segregation and degradation.
.2 Blend aggregates, if required, to obtain gradation requirements, percentage of
crushed particles, or particle shapes, as specified. Use methods and equipment
approved by Engineer.
.3 Wash aggregates, if required to meet specifications. Use only equipment approved
by Engineer.
.4 When operating in stratified deposits use excavation equipment and methods that
produce uniform, homogeneous aggregate.
.4 Handling
.1 Handle and transport aggregates to avoid segregation, contamination and
degradation.
.5 Stockpiling
.1 Stockpile aggregates on site in locations as indicated unless directed otherwise by
Engineer. Do not stockpile on completed pavement surfaces.
.2 Stockpile aggregates in sufficient quantities to meet Project schedules.
.3 Stockpiling sites to be level, well drained, and of adequate bearing capacity and
stability to support stockpiled materials and handling equipment.
.4 Except where stockpiled on acceptably stabilized areas, provide compacted sand
base not less than 300 mm in depth to prevent contamination of aggregate.
Stockpile aggregates on ground but do not incorporate bottom 300 mm of pile into
Work.
.5 Separate different aggregates by strong, full depth bulkheads, or stockpile far
enough apart to prevent intermixing.
.6 Do not use intermixed or contaminated materials. Remove and dispose of rejected
materials as directed by Engineer within 48 h of rejection.
.7 Stockpile materials in uniform layers of thickness as follows:
.1 Max 1.5 m for coarse aggregate and base course materials.
.2 Max 1.5 m for fine aggregate and sub-base materials.
.3 Max 1.5 m for other materials.
.8 Uniformly spot-dump aggregates delivered to stockpile in trucks and build up
stockpile as specified.
CITY OF OTTAWA SECTION 02702
COMBINED SEWAGE STORAGE TUNNEL AGGREGATES: LANDSCAPING
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

.9 Do not cone piles or spill material over edges of piles.


.10 Do not use conveying stackers.
.11 During winter operations, prevent ice and snow from becoming mixed into
stockpile or in material being removed from stockpile.
3.2 CLEANING
.1 Leave aggregate stockpile site in tidy, well drained condition, free of standing surface
water.

.2 Leave any unused aggregates in neat compact stockpiles as directed by Engineer.

.3 For temporary or permanent abandonment of aggregate source, restore source to condition


meeting requirements of authority having jurisdiction.

END OF SECTION
CITY OF OTTAWA SECTION 02721
COMBINED SEWAGE STORAGE TUNNEL GRANULAR BASE
CONTRACT NO. ISD14-2036 PAGE 1 OF 4

Part 1 General

1.1 RELATED SECTIONS

.1 Section 01355 - Disposal of Excess Material

.2 Section 02315 - Excavating, Trenching and Backfilling

.3 Section 02701 - Aggregate General

.4 Section 02723 - Granular Sub-base

.5 Section 02741 - Hot Mix Asphalt Concrete Paving

1.2 REFERENCES

.1 ASTM International (ASTM)


.1 ASTM C117-04, Standard Test Methods for Material Finer Than 0.075 mm Sieve
in Mineral Aggregates by Washing.
.2 ASTM C131-03, Standard Test Method for Resistance to Degradation of
Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles
Machine.
.3 ASTM C136-05, Standard Test Method for Sieve Analysis of Fine and Coarse
Aggregates.
.4 ASTM D1557-02e1, Test Method for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000ft-lbf/ft3) (2,700kN-m/m3).
.5 ASTM D1883-99, Standard Test Method for CBR (California Bearing Ratio) of
Laboratory Compacted Soils.
.6 ASTM D4318-00, Standard Test Methods for Liquid Limit, Plastic Limit and
Plasticity Index of Soils.

.2 Ministry of Transportation, Ontario (MTO)

.1 Laboratory Testing Manual LS-602, Sieve Analysis of Aggregates.

.3 Ontario Provincial Standard Specifications


.1 OPSS 501 Construction Specification for Compaction.
.2 OPSS 1010 - Aggregates - Base, Subbase, Select Subgrade, and Backfill Material

.4 City of Ottawa Special Provision F-3147 Granular Materials

1.3 DELIVERY, STORAGE, AND HANDLING

.1 Deliver and stockpile aggregates in accordance with Section 02315 - Excavating,


Trenching and Backfilling.
CITY OF OTTAWA SECTION 02721
COMBINED SEWAGE STORAGE TUNNEL GRANULAR BASE
CONTRACT NO. ISD14-2036 PAGE 2 OF 4

.2 Stockpile granular materials in manner to prevent segregation.

.3 Store cement in weathertight bins or silos that provide protection from dampness and easy
access for inspection and identification of each shipment.

Part 2 Products

2.1 MATERIALS

.1 Granular base shall be Granular A as per City of Ottawa Special Provision F-3147
Granular Materials.

.2 Thickness shall be in accordance with the contract drawing.

Part 3 Execution

3.1 INSPECTION OF UNDERLYING SUBGRADE

.1 Check grade of sub-base for conformity with elevations and sections before placing
granular base material.

3.2 PLACING

.1 Place granular base after sub-base surface is inspected and approved by Consultant.

.2 Construct granular base to depth and grade in areas indicated.

.3 Ensure no frozen material is placed.

.4 Place material only on clean unfrozen surface, free from snow and ice.

.5 Begin spreading base material on crown line or on high side of one-way slope.

.6 Place material using methods which do not lead to segregation or degradation of aggregate.

.7 For spreading and shaping material, use spreader boxes having adjustable templates or
screeds which will place material in uniform layers of required thickness.

.8 Shape each layer to smooth contour and compact to specified density before succeeding
layer is placed.

.9 Remove and replace that portion of layer in which material becomes segregated during
spreading.

3.3 COMPACTION AND TESTING

.1 Compact to density not less than 98% SPMDD in accordance with ASTM D698.

.2 Compaction and testing as per Section 01400 Quality Control, Section 02250
Compaction Control and Testing and OPSS 501.
CITY OF OTTAWA SECTION 02721
COMBINED SEWAGE STORAGE TUNNEL GRANULAR BASE
CONTRACT NO. ISD14-2036 PAGE 3 OF 4

.3 Shape and roll alternately to obtain smooth, even and uniformly compacted base.

.4 Apply water as necessary during compacting to obtain specified density. If material is


excessively moist, aerate by scarifying with suitable equipment until moisture content is
corrected.

.5 In areas not accessible to rolling equipment, compact to specified density with mechanical
tampers.

.6 Correct surface irregularities by loosening and adding or removing material until surface is
within specified tolerance.

.7 Testing to be performed throughout progress of work to determine adequacy of


compaction.

.8 Co-operate with inspection staff during testing period.

3.4 SITE TOLERANCES

.1 Finished base surface to be within plus or minus 10 mm of established grade and cross
section but not uniformly high or low.

.2 Correct surface irregularities by loosening and adding or removing material until surface is
within specified tolerance.

3.2 PROOF ROLLING

.1 For proof rolling use standard roller of 45400 kg gross mass with four pneumatic tires each
carrying 11350 kg and inflated to 620 kPa. Four tires arranged abreast with centre to centre
spacing of 730 mm.

.2 Obtain approval from Contract Administrator to use non standard proof rolling equipment.

.3 Proof roll at level in granular base as indicated. If use of non standard proof rolling
equipment is approved, Contract Administrator to determine level of proof rolling.

.4 Make sufficient passes with proof roller to subject every point on surface to three separate
passes of loaded tire.

.5 Where proof rolling reveals areas of defective subgrade or sub-base:


.1 Remove base, sub-base /and subgrade material to depth and extent as directed by
Contract Administrator.
.2 Backfill excavated subgrade with common material and compact as directed by
Contract Administrator.
.3 Replace sub-base material and compact as directed by Contract Administrator.
.4 Replace base material and compact in accordance with this section.
.6 Where proof rolling reveals defective base, remove defective materials to depth
and extent as directed by Contract Administrator and replace with new materials
CITY OF OTTAWA SECTION 02721
COMBINED SEWAGE STORAGE TUNNEL GRANULAR BASE
CONTRACT NO. ISD14-2036 PAGE 4 OF 4

in accordance with this section at no extra cost.

3.5 PROTECTION

.1 Maintain finished base in condition conforming to this Section until succeeding material is
applied or until acceptance by Consultant.

END OF SECTION
CITY OF OTTAWA SECTION 02723
COMBINED SEWAGE STORAGE TUNNEL GRANULAR SUB-BASE
CONTRACT NO. ISD14-2036 PAGE 1 OF 3

Part 1 General

1.1 SECTION INCLUDES


.1 This section includes materials and requirements for granular sub-base only for road
backfill and reinstatement. Refer to Section 02315 Excavating, Trenching, and
Backfilling for pipe bedding and backfill requirements.

1.2 RELATED SECTIONS

.1 Section 01355 - Disposal of Excess Material

.2 Section 02701 - Aggregates: General

1.3 REFERENCES
.1 ASTM C136-[96a], Standard Test Method for Sieve Analysis of Fine and Coarse
Aggregates.

.2 CAN/CGSB-8.2-[M88], Sieves, Testing, Woven Wire, Metric.

1.4 WASTE MANAGEMENT AND DISPOSAL

.1 Separate and recycle waste materials in accordance with Section 01355 - Disposal of
Excess Material.

Part 2 Products

2.1 MATERIALS

.1 Granular sub-base material: in accordance with City of Ottawa Special Provision F-3147
Granular Materials.
.1 Granular B Type II.

.2 Thickness shall be in accordance with the contract drawing.

Part 3 Execution
3.1 INSPECTION OF UNDERLYING SUBGRADE

.1 Check graded subgrade for conformity with elevations and sections before placing
granular subbase material.

3.2 PLACING

.1 Place granular sub-base after subgrade is inspected and approved by Contract


Administrator.
CITY OF OTTAWA SECTION 02723
COMBINED SEWAGE STORAGE TUNNEL GRANULAR SUB-BASE
CONTRACT NO. ISD14-2036 PAGE 2 OF 3

.2 Construct granular sub-base to depth and grade in areas indicated.

.3 Ensure no frozen material is placed.

.4 Place material only on clean unfrozen surface, free from snow or ice.

.5 Place granular sub-base materials using methods which do not lead to segregation or
degradation.

.6 Place material to full width in uniform layers not exceeding 150 mm compacted
thickness. Contract Administrator may authorize thicker lifts if specified compaction can
be achieved.

.7 Shape each layer to smooth contour and compact to specified density before succeeding
layer is placed.

.8 Remove and replace portion of layer in which material has become segregated during
spreading.

3.3 COMPACTION AND TESTING

.1 Compact to density not less than 98% SPMDD in accordance with ASTM D698.

.2 Compaction and testing as per Section 01400 Quality Control, Section 02250
Compaction Control and Testing and OPSS 501.

.3 Compaction equipment to be capable of obtaining required material densities.

.4 Efficiency of equipment not specified to be proved at least as efficient as specified


equipment at no extra cost and written approval must be received from Contract
Administrator before use.

.5 Compact to density of not less than 98% corrected maximum dry density.

.6 Shape and roll alternately to obtain smooth, even and uniformly compacted sub-base.

.7 Apply water as necessary during compaction to obtain specified density.

.8 In areas not accessible to rolling equipment, compact to specified density with


mechanical tampers approved by Contract Administrator.

.9 Correct surface irregularities by loosening and adding or removing material until surface
is within specified tolerance.

3.4 PROOF ROLLING

.1 For proof rolling use standard roller of 45400 kg gross mass with four pneumatic tires
each carrying 11350 kg and inflated to 620 kPa. Four tires arranged abreast with centre
to centre spacing of 730 mm maximum.
CITY OF OTTAWA SECTION 02723
COMBINED SEWAGE STORAGE TUNNEL GRANULAR SUB-BASE
CONTRACT NO. ISD14-2036 PAGE 3 OF 3

.2 Obtain approval from Contract Administrator to use nonstandard proof rolling


equipment.

.3 Proof roll at level in sub-base as indicated. If nonstandard proof rolling equipment is


approved, Contract Administrator to determine level of proof rolling.

.4 Make sufficient passes with proof roller to subject every point on surface to three
separate passes of loaded tire.

.5 Where proof rolling reveals areas of defective subgrade:


.1 Remove sub-base and subgrade material to depth and extent as directed by
Contract Administrator.
.2 Backfill excavated subgrade with common material and compact in accordance
with this section.
.3 Replace sub-base material and compact.

.6 Where proof rolling reveals areas of defective sub-base, remove and replace in
accordance with this section at no extra cost.

3.5 SITE TOLERANCES

.1 Finished sub-base surface to be within 10 mm of elevation as indicated but not uniformly


high or low.

3.6 PROTECTION

.1 Maintain finished sub-base in condition conforming to this section until succeeding base
is constructed, or until granular sub-base is accepted by Contract Administrator.

END OF SECTION

You might also like