You are on page 1of 1036

Infrastructure Services Department

Standard Tender Documents


for Unit Price Contracts
Volume No. 1 of 3: Construction
Specifications

Fourteenth Edition, March 1, 2017


NOTICE TO MANUAL HOLDERS
___________________________________________________________________

Users are advised that this manual references that Ontario Provincial Standard
Specifications (OPSS) by their respective revision dates. This edition of the manual
includes all applicable revisions to the OPSS’s up to and including
Nov. 2016. Refer to Section E for applicable OPSS dates. The manual will come
into effect March 1, 2017 and remain in effect until further notice. Revisions will be
issued by the Infrastructure Services Department.

Users are cautioned that if versions of the referenced OPSS published after Nov.
2016 are used, they may conflict with the standard Special Provisions contained in
this manual. Implementation of later versions of the OPSS’s shall wait until the next
revision and update of this manual as described above.

If, in the opinion of the City Project Manager, it is deemed appropriate to use a more
current OPSS, then the standard Special Provision for the tender item shall be
replaced with a non-standard (contract specific) Special Provision.
___________________________________________________________________

All inquiries regarding suggestions, request or comments should be directed to:

Jo-anne Moore, P. Eng.


Senior Engineer, Guidelines and Standards
City of Ottawa
Infrastructure Services
100 Constellation Drive
6th Floor
Ottawa, Ontario
K2G 6J8
613-580-2424 ext. 43975

For purchasing/revision inquiries please email standardssection@ottawa.ca

Introduction\Notice – March 1, 2017


STANDARD TENDER DOCUMENTS
for Unit Price Contracts

TABLE OF CONTENTS
VOLUME 1: CONSTRUCTION SPECIFICATIONS

NOTICE TO MANUAL HOLDERS

TABLE OF CONTENTS

INTRODUCTION

SECTION A - TENDER

Outline
Tender Information Sheet
Contract Item Listing Sheet
Master List of Tender Items
Cover
Title
Content
Index to Tender
Tender Part I Tender Call
Tender Part II Tender Conditions
Tender Part III Form of Agreement

SECTION B - FORM OF AGREEMENT

Outline
Form of Agreement

SECTION C - MODIFIED OPS GENERAL CONDITIONS

Outline
Contractor Acknowledgment
Table of Contents
Modified OPS General Conditions

SECTION D –SPECIAL PROVISIONS - GENERAL


Outline
Introduction
Contractor Acknowledgment
Table of Contents
Special Provisions - General

\Introduction\Table of Contents.doc – March 31, 2006 i


TABLE OF CONTENTS
SECTION E - STANDARD DRAWINGS AND STANDARD SPECIFICATIONS

Outline
Contractor Acknowledgement
Standard Drawings and Standard Specifications
SS-1 Standard Drawings
SS-2 Standard Specifications (OPSS)

SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

Outline
Contractor Acknowledgement
Special Provisions List
Table of Contents
Special Provisions –

VOLUME 2: MATERIAL SPECIFICATIONS AND STANDARD DETAIL DRAWINGS

Introduction
Material Specifications
Standard Detail Drawings
* see Volume 2 for detailed Table of Contents

\Introduction\Contents.doc – March 31, 2006 ii


INTRODUCTION

\Introduction\Introduction.doc – March 1, 2017


INTRODUCTION

This manual establishes the format for, and provides all the standard documents
required to produce a Unit Price Contract in accordance with City of Ottawa standards.
Volume 1: Construction Specifications and Volume 2: Material Specifications and
Standard Detail Drawings should both be fully reviewed prior to the production of a Unit
Price Contract to ensure that all specifications and standards are incorporated. The
pages to be filled out by the Contract Administrator from this manual are produced using
Microsoft Word™ for Windows and are included on the accompanying Compact Disc.
The remaining documents are available on the CD in .pdf file format for your reference.

Users of this manual are advised that all documents prepared for City of Ottawa unit
price contracts must be in Word format.

This manual has been developed in accordance with applicable revisions of the Ontario
Provincial Standard Specifications up to and including Nov. 2016.

All City of Ottawa Unit Price contracts are in accordance with a modified version of the
Ontario Provincial Standard General Conditions of Contract. The six (6) sections of the
tender documents that compliment the Modified OPS General Conditions are identified
as follows:

Section Title Colour


Section A Tender White
Section B Form of Agreement Blue
Section C Modified OPS General Conditions Green
Section D Special Provisions - General Pink
Section E Standard Drawings and Standard Yellow
Specifications
Section F Special Provisions – Item Specific Yellow

Although the sections have various colours in this manual, the actual tender documents
shall only have white pages.

\Intro\Introduction.doc – March 1, 2017 i


SECTION A – OUTLINE

Section A - Tender is a standardized document produced and amended by the City of Ottawa. It
consists of:

Part I Tender Call


Part II Tender Conditions
Part III Form of Tender

This document is contained on the Compact Disc under “\Section A\Tender”. The user is
advised that clause TC-16 – Time of Completion has two (2) versions.

a) For contracts using “Working Days” to determine the Completion Date, the
corresponding clauses can be found on page A-6 of the Tender.

b) For contracts using “Substantial Performance” and “Completion” dates, the


corresponding clauses are found on page Alternate A-6 of the Tender.

Tender Closing Date

The Project Manager is advised that tenders close at 3:00 p.m. on Mondays, Tuesdays,
Wednesdays or Thursdays. The Project Manager shall confirm the closing day/date with Supply
Branch.

Schedule of Prices

The Project Manager shall complete the Tender Information Package sheet and the Contract Item
Listing Sheet showing all the Item Codes and the Estimated Quantities. These sheets are
available under file, “\Section A\Tender Information Package.doc” and “\Section A\ Contract
Item Listing Sheet.doc” respectively.

The above information will be used by the City Program Administrative Clerk to complete the
Tender, the Form of Agreement, the Schedule of Prices, the General Special Provisions, any
contract Specific Special Provisions and the Contract Estimate.

List of Standard Tender Items

A Master Item List of Standard Tender Items is included in this section of the manual, listing the
most commonly used items of work with their associated specifications in an established
sequence for preparation of the Schedule of Prices.

\Section A\Outline – March 02, 2015 i


Section A - Outline Standard Tender Documents for Unit Price Contracts

The master item list provides for both Plan Quantity Measurement and Actual Measurement basis
for payment for the contract items of work.

Tender items which are to be paid on a Plan Quantity Measurement basis are identified by the
letter (P) in the unit column. Thus, the list is interchangeable for tender items which are to be
paid on an Actual Measurement basis by elimination of the (P) in the Unit column.

Most tender item quantities can be designated as Plan Quantity Measurement, but some Ontario
Provincial Standard Specifications (OPSS) provide for only Actual Measurement for payment.
Item quantities that generally remain Actual Measurement are those measured by tonne, and
items whose limits cannot be clearly defined at the time of design (e.g., borrow materials,
sodding, seeding).

Therefore, if the letter (P) does not appear in the unit column of the Master List for a particular
tender item, the item can only be paid on an Actual Measurement basis in accordance with its
applicable specification and/or Special Provision.

Master Item List

The City uses an internal “Master List of Tender Items” database for the creation of the Schedule
of Prices, as well as payment certificates, etc. The master item list appears in this manual, and
this database is extensive, as it will contain variant of items (different sizes of sewer pipe for
example).

All Consultants, external agencies, designers and Project Managers are required to use the Master
Item List to produce the Contract Item Listing Sheet see file “\Section A\Contract Item Listing
Sheet.doc”.

Plan Quantity Payment (PQP)

The principle of PQP means that payment will be made according to the design quantity shown
in the Contract. The resident construction staff will verify that the work is constructed in
accordance with the Contract requirements, but the completed work will not be measured. The
purpose of PQP tender items is to eliminate field measurements during and after constructio

\Section A\Outline – March 31, 2011 ii


Section A - Outline Standard Tender Documents for Unit Price Contracts

Item Descriptions

The item descriptions given in the list are generally consistent with the descriptions quoted in the
basis of payment sections of the referenced Ontario Provincial Standard Specifications (OPSS).
These descriptions should not be modified in any way and should remain exactly the same from
contract to contract to avoid conflict with the OPSS’s and provide overall uniformity in the
City’s tendering process.

Units

Units shown are those used as the measurement for payment for the tender items which are
quoted in their respective specifications. If more than one unit is listed the one most frequently
used is listed first.

Reference to Specifications/Special Provisions

The list indicates the applicable OPSS reference numbers and special provision numbers which
may apply to the tender item.

Preparation of the Schedule of Prices

The Schedule of Prices of the Tender will be prepared by the City for each Contract. The Project
Manager simply lists on the Contract Item Listing Sheet all the pertinent Item Codes of the items
required from the Master Item List and provides the quantity of each item used in the contract.
The applicable item description, unit, OPSS and special provision clause numbers will be
displayed automatically onto the standard FT-4.2 Schedule of Prices of the tender form.

Preparation of Tender Document

The Cities Program Administrative Clerk will assemble the entire Tender document for the
Project Manager to check and forward to Supply Management Division.

The Tender document shall consist of the entire Section A – Tender and Section B – Form of
Agreement.

However;

- Section C – Modified OPS General Conditions shall be referenced from this Manual,

- Section D- Special Provisions - General shall be referenced from this Manual except
for contract specific Special Provisions - General which will be added to the Tender
document,

- Section E - Standard Drawings and Standard Specifications will reference all the
pertinent Ontario Provincial Standard Drawings (OPSD), City of Ottawa Standard

\Section A\Outline – March 31, 2011 3


Section A - Outline Standard Tender Documents for Unit Price Contracts

Detail Drawings, Ontario Provincial Standard Specifications (OPSS) and City of


Ottawa Standard Special Provisions,

- Section F - Special Provisions, will only consist of contract specific Special


Provisions as all other pertinent Special Provisions are referenced from this Manual in
the Schedule of Prices.

Preparation of Engineers Estimate

When unit price contract packages are prepared through the ISD Standards Section, an initial
Engineers Estimate will be created by CCMS (Construction Contract Management System)
using our unit price database. This estimate will be returned to the Project Manager with the
draft contract for review.

Project Managers are requested to manually adjust any unit prices in the CCMS estimate and
return it to the Standards Section, Program Administrative Clerks to prepare the final Engineers
Estimate.

The City has an extensive unit price database and it should be reviewed prior to preparing a final
Engineers Estimate. The adjusted draft estimate (hard copy please) returned to the Standard
Section Program Clerks will assist in improving future draft estimates and maintaining the
database.

The CCMS estimate will have estimated unit prices for standard master item codes listed in
Volume 1 of the Standard Tender Documents for Unit Price Contracts, but will not have values
for non-standard contract specific item codes (999.99 numbers). These values will need to be
provided by the Project Manager.

CCMS unit rate estimates take the average of all submitted Contractor bid unit prices received
for an awarded Contract, and then calculates a running average using the last 10 contracts where
that particular standard master item code was called.

The CCMS estimated unit prices should reflect an average of bids received for a contract, but not
necessarily the lowest bid. It is an estimate tool, not a winning bid tool.

Preparation of Addendum

All addenda are to be prepared by the Project Manager and given to the Program Administration
Clerk to type for inclusion in the Tender. The addendum will be returned to the Project Manager
for review before forwarding to Supply Branch.

\Section A\Outline – March 31, 2011 4


TENDER INFORMATION PACKAGE

Please provide the following information in order to prepare the Tender Documents.

CONTRACT NO. :

DESCRIPTION : (A-1)

TENDER OPENING DATE: (A-1)

ADDITIONAL INSUREDS AND ADDRESSES: (TC-15.3)

NUMBER OF WORKING DAYS TO COMPLETE: (TC-16.1)

OR

SUBSTANTIALLY PERFORM THE WORK BY DATE: (TC-16.1)

COMPLETE THE WORK BY DATE: (TC-16.1)

LIQUIDATED DAMAGES: (TC-17-1)

DRAWING NUMBERS AND NUMBER OF CONTRACT DRAWING SHEETS: (FT-1.1):

NAME OF PROJECT MANAGER AND TELEPHONE #:

NAME OF GEOTECHNICAL CONSULTANT AND DATE:

NOTE:
A) DO YOU WANT TO ADD A GENERAL SPECIAL PROVISIONS? IF YES, PLEASE
PROVIDE A WRITTEN DESCRIPTION OF SPECIAL PROVISION - GENERAL.

B) DO YOU WANT TO ADD A SPECIFIC SPECIAL PROVISION? IF YES, PLEASE


PROVIDE A WRITTEN DESCRIPTION OF THE CONTRACT SPECIFIC SPECIAL
PROVISION.

C) PLEASE COMPLETE “CONTRACT ITEM LISTING SHEET” INDICATING THE ITEM


CODES, THE ESTIMATED QUANTITIES AND ANY PQP ITEMS.

D) PLEASE COMPLETE “STANDARD DETAIL DRAWING LISTING SHEET” FOR ALL


OPSD DRAWINGS AND CITY OF OTTAWA STANDARD DETAIL DRAWINGS USED IN
THIS CONTRACT.

\Section A\ Tender Information Package.doc – March 2, 2015


CONTRACT ITEM LISTING SHEET

Job Description: Date:

Contract No.: Project Manager:

Contract Section:

Item Any Extra Specification Estimated


Item Code Description for Blank Spaces?
No. Numbers Quantity *

* NOTE: Indicate using (P) in Estimated Quantity column if the item is to be a Plan Quantity Payment
item.

\Section A\Contract Item Listing Sheet.doc – March 1, 2002


STANDARD DETAIL DRAWINGS LISTING SHEET

City of Ottawa Revision


OPSD Rev. No. Standard Detail Dwgs Date
MASTER ITEM LIST
CITY OF OTTAWA
MASTER ITEM LIST
INDEX

SECTION CATEGORY

A General
B Quality Assurance
C Unallocated
D Structural
E Culvert
F Storm Sewers
G Watermains
H Sanitary Sewers
I Combined Sewer
J Traffic
K Electrical
L Road
M Unallocated
N Resurfacing (Overlay Program)
O Unallocated
P Unallocated
Q Fencing
R Highway Guide Rails
S Streetlighting
T Landscaping
U Labour & Equipment
V Unallocated
W Trenchless Sewer Rehab.
Z Development Items (letters of
credit)
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
A -- GENERAL --
A00 -- GENERAL --
A010 FIELD OFFICE
A010.01 F-1001 Field office for Contract Administrator 20-34 m2 wk
A010.02 F-1001, Field Office for Contract Administrator 35 - 70 m2 wk
A020 TRAFFIC CONTROL PLAN
A020.01 F-1010, Traffic Control Plan LS
A020.02 F-1012, Police Assistance at Intersection hr 213.10
A020.03 F-1019 Supply, Maintain, and Remove Portable Variable Message Sign (PVMS) wk 750.00
A030 PEDESTRIAN CONTROL
A030.01 F-1013, Construction Site Pedestrian Control Plan LS
A030.02 F-1014, Steel Interlocking Pedestrian Barriers m
A030.03 F-1015, Granular A for Temporary Pedestrian Walkway t
A030.04 F-1016 Asphalt for Temporary Pedestrian Walkway m2
A030.05 F-1017 Stonedust for Temporary Pedestrian Walkway t
A030.06 F-1018 Pedestrian Barrier m
A040 EROSION & SEDIMENT CONTROL
A040.01 805, F-1004 Erosion and sediment control plan and monitoring LS
A040.02 805, F-1005 Erosion and sediment control LS
A040.03 805, F-1004 Erosion and sediment control measures LS
A060 PRE-CONSTRUCTION INSPECTION
A060.01 F-1011, Pre-Construction Inspection LS
A070 INCENTIVE / DISINCENTIVE
A070.01 Incentive / Disincentive LS
A080 FUEL PRICE ADJUSTMENT
A080.01 F-1002, Fuel Price Adjustment LS 1.00
A090 SEWER FLOW MANAGEMENT
A090.01 F-1007, Sewer Flow Management Plan LS
A100 CONTRACT ADMINISTRATION ITEMS
A100.01 Liquidated Damages LS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
A100.02 Owner Set-off LS 0.00
A110 CONTRACT ITEMS 0.00
A110.01 F-1006, Contract Initiation (max. 2% of Total Tender Price) LS
A999 BLANK ITEMS 0.00
A999.01 Blank
A999.02 Blank
A999.03 Blank
A999.04 Blank
A999.05 Blank
A999.06 Blank
A999.07 Blank
A999.08 Blank
A999.09 Blank
A999.10 Blank
A999.11 Blank
A999.12 Blank
A999.13 Blank
A999.14 Blank
A999.15 Blank
A999.16 Blank
A999.17 Blank
A999.18 Blank
A999.19 Blank
A999.20 Blank
B -- QUALITY ASSURANCE -- 0.00
B00 -- QUALITY ASSURANCE -- 0.00
B010 GENERAL 0.00
B010.01 General Material Deficiencies/Reductions LS 1.00
B010.02 Deductions for non-conformance related to QA/ QC submissions LS 1.00
B020 ASPHALT 0.00

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
B020.01 F-3130, ERS F-3130 Penalty LS 1.00
B020.02 F-3130 ERS F-3130 Bonus LS 1.00
B020.03 F-3130 F-3130 Bid AC LS 1.00
B020.04 F-3101, AC Price Index F-3101 LS 1.00
B020.05 F-3130 Cost of Referee Testing F-3130 LS 1.00
B030 CONCRETE
B040 AGGREGATE
B040.01 F-3147, ERS F-3147 LS 1.00
B050 COMPACTION
B999 BLANK ITEMS
B999.01 Blank
B999.02 Blank
B999.03 Blank
B999.04 Blank
B999.05 Blank
B999.06 Blank
B999.07 Blank
B999.08 Blank
B999.09 Blank
B999.10 Blank
C -- UNALLOCATED --
C00 -- UNALLOCATED --
D -- STRUCTURAL --
D00 -- STRUCTURAL --
D010 REMOVALS
D010.01 510, Removal of asphalt pavement from concrete surfaces on structures m2 (P)
D010.02 510, Remove asphalt pavement - partial depth (planing) m2 (P)
D010.03 510, Remove existing structure LS
D010.04 510, Remove existing structure footings m3
D020 EXCAVATION AND BACKFILLING

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D020.01 902, Earth excavation for structure m3 (P)
D020.02 902, F-1201, Rock excavation for structure m3 (P)
(F-1201 - OPTIONAL)
D020.03 902, Unwatering structure excavations LS
D020.04 902, Granular 'A' bedding t
D020.05 902, Granular 'B' Type II backfill to structure t
D020.06 902, F-9141, Sand cushion t
D030 PILING
D030.01 903, Steel 'H' piles - HP250 x 62 m
D030.02 903, Steel 'H' piles - HP310 x 79 m
D030.03 903, Steel 'H' piles - HP310 x 110 m
D030.04 903, Driving shoes for steel 'H' piles ea
D030.05 903, Rock points ea
D030.06 903, Steel tube piles - 273 OD x 7.95 m
D030.07 903, Steel tube piles - 324 OD x 10.3 m
D030.08 903, Steel tube piles - 355.6 OD x 12.7 m
D030.09 903, Driving shoes for steel tube piles ea
D030.10 903, Steel sheet piles m2
D030.11 903, Bracing sheet piles LS
D030.12 903, Supply equipment for driving piles LS
D030.13 903, Supply equipment for installing caisson piles LS
D030.14 903, Supply equipment for installing displacement caisson piles LS
D030.15 903, Redriving piles ea
D030.16 903, Pile load test ea
D030.17 903, Tremie concrete m (P)
D030.18 903, Displacement caisson piles m
D030.19 903, Wood piles m
D030.20 903, Precast concrete piles m
D040 CONCRETE STRUCTURES
D040.01 904, F-9040, Concrete in working slabs m3 (P)
F-9045,
D040.02 904, F-9040, Concrete in culverts m3 (P)
F-9043,
F-9045,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D040.03 904, F-9040, Mass concrete m3 (P)
F-9043,
F-9045,
D040.04 904, F-9040, Tremie concrete m3 (P)
F-9043,
F-9045,
D040.05 904, F-9040, Concrete in footings m3 (P)
F-9043,
F-9045,
D040.06 904, F-9040, Concrete in barrier wall footings m3 (P)
F-9043,
F-9045,
D040.07 904, F-9040, Concrete in structure m3 (P)
F-9043,
F-9045,
D040.08 904, F-9040, Concrete in structure LS
F-9043,
F-9045,
D040.09 904, F-9040, Concrete in substructure m3 (P)
F-9043,
F-9045,
D040.10 904, F-9040, Concrete in substructure LS
F-9043,
F-9045,
D040.11 904, F-9040, Concrete in substructure and retaining walls m3 (P)
F-9043,
F-9045,
D040.12 904, F-9040, Concrete in substructure and retaining walls LS
F-9043,
F-9045,
D040.13 904, F-9040, Concrete in deck m3 (P)
F-9043,
F-9045,
D040.14 904, F-9040, Concrete in deck LS
F-9043,
F-9045,
D040.15 904, F-9040, Concrete in barrier walls m3 (P)
F-9043,
F-9045,
D040.16 904, F-9040, Concrete in barrier walls LS
F-9043,
F-9045,
D040.17 904, F-9040, Concrete in parapet walls m3 (P)
F-9043,
F-9045,
D040.18 904, F-9040, Concrete in parapet walls LS
F-9043,
F-9045,
D040.19 904, F-9040, Concrete in sidewalks m3 (P)
F-9045,
D040.20 904, F-9040, Concrete in median m3
F-9045,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D040.21 904, F-9040, Concrete in approach slabs m3
F-9043,
F-9045,
D040.22 904, F-9040, Concrete in approach slabs LS
F-9043,
F-9045,
D040.23 904, F-9040, Concrete in slope paving m3
F-9045,
D040.24 904, F-9040, Concrete in slope paving LS
F-9045,
D040.25 904, F-9043, Concrete in headwalls m3
F-9045,
D040.26 904, F-9040, Concrete in pedestals m3
F-9045,
D040.27 904, F-9040, Concrete in stairs m3
F-9045,
D050 HIGH PERFORMANCE CONCRETE
D050.01 904, F-9040, High performance concrete in substructure m3 (P)
F-9043,
F-9045,
D050.02 904, F-9040, High Performance concrete in substructure LS
F-9043,
F-9045,
D050.03 904, F-9040, High performance concrete in substructure and retaining walls m3 (P)
F-9043,
F-9045,
D050.04 904, F-9040, High Performance concrete in substructure and retaining walls LS
F-9043,
F-9045,
D050.05 904, F-9040, High performance concrete in structure m3 (P)
F-9043,
F-9045,
D050.06 904, F-9040, High Performance concrete in structure LS
F-9043,
F-9045,
D050.07 904, F-9040, High performance concrete in deck m3 (P)
F-9043,
F-9045,
D050.08 904, F-9040, High Performance concrete in deck LS
F-9043,
F-9045,
D050.09 904, F-9040, High performance concrete in barrier walls m3
F-9043,
F-9045,
D050.10 904, F-9040, High Performance concrete in barrier walls LS
F-9043,
F-9045,
D050.11 904, F-9040, High performance concrete in parapet walls m3
F-9043,
F-9045,
D050.12 904, F-9040, High Performance concrete in parapet walls LS
F-9043,
F-9045,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D050.13 904, F-9040, High performance concrete in approach slabs m3 0.00
F-9043,
F-9045,
D050.14 904, F-9040, High Performance concrete in approach slabs LS
F-9043,
F-9045,
D060 DOWELS AND ANCHORS
D060.01 904, F-9040, Dowels into concrete - 15M ea (P)
F-9045,
D060.02 904, F-9040, Dowels into concrete - 20M ea (P)
F-9045,
D060.03 904, F-9040, Dowels into concrete - 25M ea (P)
F-9045,
D060.04 904, F-9040, Dowels into concrete - 30M ea (P)
F-9045,
D060.05 904, F-9040, Dowels into rock - 15M ea (P)
F-9045,
D060.06 904, F-9040, Dowels into rock - 20M ea (P)
F-9045,
D060.07 904, F-9040, Dowels into rock - 25M ea (P)
F-9045,
D060.08 904, F-9040, Dowels into rock - 30M ea (P)
F-9045,
D060.09 904, F-9040, Rock anchors ea (P)
F-9045,
D070 STEEL REINFORCEMENT
D070.01 905, Reinforcing steel t (P)
D070.02 905, Coated reinforcing steel t (P)
D070.03 905, Stainless steel reinforcing t (P)
D070.04 905, Mechanical connectors ea (P)
D070.05 905, Coated mechanical connectors ea (P)
D070.06 905, Stainless steel mechanical connectors ea (P)
D070.07 905, Splice bars ea (P)
D070.08 905, Coated splice bars ea (P)
D070.09 905, Stainless steel splice bars ea (P)
D070.10 905, Welded wire fabric m2
D080 STRUCTURAL STEEL
D080.01 906, Fabrication, delivery and erection of structural steel LS
D080.02 906, Fabrication of structural steel LS
D080.03 906, Delivery of structural steel LS
D080.04 906, Erection of structural steel LS
D080.05 906, Modify existing steelwork LS
D080.06 906, Jacking and temporary support LS
D080.07 906, Removal of structural steel LS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D080.08 906, Steel deck - galvanized m2 (P)
D080.09 906, Composite steel deck - galvanized m2 (P)
D080.10 906, Shear connectors (140mm long) ea (P)
D080.11 906, Shear connectors (200mm long) ea (P)
D090 METAL BARRIERS AND RAILING
D090.01 908, Metal traffic barrier m (P)
D090.02 908, Barrier wall railing - steel m (P)
D090.03 908, Barrier wall railing - aluminum m (P)
D090.04 908, Parapet wall railing - steel m (P)
D090.05 908, Parapet wall railing - aluminum m (P)
D090.06 908, Pedestrian railing - steel m (P)
D090.07 908, Pedestrian railing - aluminum m (P)
D090.08 908, Bicycle railing - steel m (P)
D090.09 908, Bicycle railing - aluminum m (P)
D100 PRESTRESSED CONCRETE - PRECAST
D100.01 909, Prestressed members, CPCI 900, fabrication LS
D100.02 909, Prestressed members, CPCI 900, delivery LS
D100.03 909, Prestressed members, CPCI 900, erection LS
D100.04 909, Prestressed members, CPCI 1200, fabrication LS
D100.05 909, Prestressed members, CPCI 1200, delivery LS
D100.06 909, Prestressed members, CPCI 1200, erection LS
D100.07 909, Prestressed members, CPCI 1400, fabrication LS
D100.08 909, Prestressed members, CPCI 1400, delivery LS
D100.09 909, Prestressed members, CPCI 1400, erection LS
D100.10 909, Prestressed members, CPCI 1600, fabrication LS
D100.11 909, Prestressed members, CPCI 1600, delivery LS
D100.12 909, Prestressed members, CPCI 1600, erection LS
D100.13 909, Prestressed members, CPCI 1900, fabrication LS
D100.14 909, Prestressed members, CPCI 1900, delivery LS
D100.15 909, Prestressed members, CPCI 1900, erection LS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D100.16 909, Prestressed members, CPCI 2300, fabrication LS
D100.17 909, Prestressed members, CPCI 2300, delivery LS
D100.18 909, Prestressed members, CPCI 2300, erection LS
D110 PRESTRESSED CONCRETE - CAST-IN-PLACE
D110.01 910, Longitudinal stressing system LS
D110.02 910, Transverse stressing system LS
D110.03 910, Vertical stressing system LS
D120 COATING STRUCTURAL STEEL
D120.01 911, Coating existing structural steel LS
D120.02 911, Coating new structural steel LS
D120.03 911, Coating new structural steel - galvanized LS
D120.04 911, Coating steel railing system LS
D120.05 911, Coating steel railing system - galvanized LS
D120.06 911, Environmental protection during coating of structural steel and railing system(s) LS
D130 EMBEDDED WORK IN STRUCTURES FOR ELECTRICAL SYSTEMS
D130.01 913, Embedded work in structure LS
D140 HOT APPLIED ASPHALT MEMBRANE WATERPROOFING
D140.01 914, Bridge deck waterproofing m2 (P)
D140.02 914, F-9141, Membrane reinforcement m (P)
D140.03 914, Form and fill grooves m (P)
D140.04 914, F-9141, Deck surface preparation m2 (P)
D140.05 914, F-9141, Culvert Deck Waterproofing m2 (P)
D150 SIGN SUPPORT STRUCTURES
D150.01 915, Concrete in aluminum overhead sign support footings ea
D150.02 915, Concrete in ground mounted static sign support footings ea
D150.03 915, Concrete in median mounted static sign support footings ea
D150.04 915, Concrete in steel monotube overhead sign support footings ea
D150.05 915, Concrete in steel column breakaway sign support footings ea
D150.06 915, Concrete in steel column non-breakaway sign support footings ea
D150.07 915, Aluminum overhead sign support structures, span (size) ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D150.08 915, Steel monotube overhead sign support structures ea
D150.09 915, Steel column breakaway sign support structures ea
D150.10 915, Steel column non-breakaway sign support structures ea
D150.11 915, Timber column breakaway sign support structures ea
D150.12 915, Cantilever static sign support structures, Class (__) ea
D150.13 915, Aluminum bridge mounted sign support structures ea
D150.14 915, Tri-chord static sign support structures, span (size) ea
D160 FORMWORK AND FALSEWORK
D160.01 919, Temporary support LS
D170 DECK JOINT ASSEMBLIES AND SEALING
D170.01 920, F-9201, Deck joint assemblies, transverse, installation LS
D170.02 920, F-9201, Deck joint assemblies, longitudinal, installation LS
D170.03 920, Deck joint assemblies, modification LS
D170.04 920, Repair of existing deck joints LS
D180 BEARING INSTALLATION
D180.01 922, F-9221, Bearings LS
D180.02 922, Jacking bridge deck LS
D190 CONCRETE REMOVAL
D190.01 928, Access to work area, work platform and scaffolding LS
D190.02 928, Scarifying m2 (P)
D190.03 928, Concrete removal - partial depth - Type A m2
D190.04 928, Concrete removal - partial depth - Type A m3
D190.05 928, Concrete removal - partial depth - Type B m2
D190.06 928, Concrete removal - partial depth - Type B m3
D190.07 928, Concrete removal - partial depth - Type C m2
D190.08 928, Concrete removal - partial depth - Type C m3
D190.09 928, Concrete removal - full depth LS
D190.10 928, Concrete removal - full depth m3
D190.11 928, Concrete removal - complete deck LS
D190.12 928, Concrete removal - deck joint assemblies LS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D190.13 928, Concrete removal - approach slab m2
D200 ABRASIVE BLAST CLEANING
D200.01 929, Abrasive blast cleaning of concrete surface m2
D200.02 929, Abrasive blast cleaning of concrete surface for overlay LS
D200.03 929, Abrasive blast cleaning of reinforcing steel m2
D210 CONCRETE PATCHES AND OVERLAYS
D210.01 930, Modification of deck drains ea
D210.02 930, Drainage tubes in deck ea
D210.03 930, Place concrete overlay m3 (P)
D210.04 930, Place latex modified concrete overlay m3 (P)
D210.05 930, Place silica fume concrete overlay m3 (P)
D210.06 930, Finish and cure concrete overlay m2 (P)
D210.07 930, Finish and cure latex modified concrete overlay m2 (P)
D210.08 930, Finish and cure silica fume concrete overlay m2 (P)
D210.09 930, Concrete patches, formed surface m2
D210.10 930, Concrete patches, formed surface m3
D210.11 930, Concrete patches, unformed surface m2
D210.12 930, Concrete patches, unformed surface m3
D210.13 930, Latex modified mortar patch m2
D210.14 930, Latex modified mortar patch m3
D210.15 930, Concrete refacing m2
D220 SHOTCRETE
D220.01 931, Normal shotcrete m2
D220.02 931, Normal shotcrete m3
D220.05 931, Silica fume shotcrete m2
D220.06 931, Silica fume shotcrete m3
D230 CRACK REPAIR - CONCRETE
D230.01 932, Crack injection m
D230.02 932, Routing and sealing, hot poured rubberized joint sealing compound m
D230.03 932, Routing and sealing, cold applied joint sealing compound m

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D240 FORMING AND LOW PRESSURE GROUTING
D240.01 Concrete grout m3
D240.02 Grouted preplaced aggregate m3 (P)
D250 CATHODIC PROTECTION
D250.01 935, Cathode connections ea
D250.02 935, Reference cells ea
D250.03 935, Voltage probes ea
D250.04 935, Anodes, pancake type ea
D250.05 935, Anodes, mesh type m2
D250.06 935, Anodes, zinc type m2
D250.07 935, Anodes, overcoat m2
D260 PROTECTION SYSTEMS
D260.01 539, Roadway protection system LS
D260.02 539, Track protection system LS
D270 MISCELLANEOUS STRUCTURAL ITEMS
D270.01 Bird roosting protection LS
D270.02 F-9041, Grouted rubble masonry toe wall m2 (P)
D270.03 Dry stone masonry toe wall m2 (P)
D270.04 904, Repair existing masonry wall m2 (P)
D270.05 F-9049, Flagstone slope paving m2 (P)
D270.06 512, Gabion structures m3 (P)
D270.07 902, Clay seal ea
D999 BLANK ITEMS
D999.01 Blank
D999.02 Blank
D999.03 Blank
D999.04 Blank
D999.05 Blank
D999.06 Blank
D999.07 Blank

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
D999.08 Blank
D999.09 Blank
D999.10 Blank
E -- CULVERTS --
E00 -- CULVERTS --
E010 EXCAVATION FOR CULVERTS
E010.01 421, Earth excavation for culverts m3
E010.02 120, 403, Rock excavation for culverts m3
421, F-1201, (F-1201 - OPTIONAL)
F-4031
E020 CLAY SEAL
E020.01 421, Clay seal for pipe culvert LS
E029 GALVANIZED CSP CULVERTS 68 x 13 x 2.0 MM
E029.01 421, F-4210, 300 mm Galvanized CSP culvert 68 x 13 x 2.0 mm Cl. B bedding m (P)
E029.02 421, F-4210, 400 mm Galvanized CSP culvert 68 x 13 x 2.0 mm Cl. B bedding m (P)
E029.03 421, F-4210, 450 mm Galvanized CSP culvert 68 x 13 x 2.0 mm Cl. B bedding m (P)
E029.04 421, F-4210, 500 mm Galvanized CSP culvert 68 x 13 x 2.0 mm Cl. B bedding m (P)
E030 GALVANIZED CSP CULVERTS 68 x 13 x 2.8 MM
E030.01 421, F-4210, 600mm Galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E030.02 421, F-4210 700mm Galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E030.03 421, F-4210 800mm Galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E030.04 421, F-4210 900mm Galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E030.05 421, F-4210 1000mm Galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E050 GALVANIZED CSP CULVERTS 68 x 13 x 3.5 MM
E050.01 421, F-4210 600mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.02 421, F-4210 700mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.03 421, F-4210 800mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.04 421, F-4210, 900mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.05 421, F-4210, 1000mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.06 421, F-4210, 1100mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.07 421, F-4210, 1200mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.08 421, F-4210, 1400mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E050.09 421, F-4210, 1600mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.10 421, F-4210, 1800mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.11 421, F-4210, 2000mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.12 421, F-4210, 2400mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.13 421, F-4210, 2700mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.14 421, F-4210, 3000mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.15 421, F-4210, 3300mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E050.16 421, F-4210, 3600mm Galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E060 GALVANIZED CSP CULVERTS 125 x 25 x 3.5 MM
E060.01 421, F-4210, 1200mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.02 421, F-4210, 1400mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.03 421, F-4210, 1600mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.04 421, F-4210, 1800mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.05 421, F-4210, 2000mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.06 421, F-4210, 2400mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.07 421, F-4210, 2700mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.08 421, F-4210, 3000mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.09 421, F-4210, 3300mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E060.10 421, F-4210, 3600mm Galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B Bedding m (P)
E070 DOUBLE GALVANIZED CSP CULVERTS 68 x 13 x 2.8 MM
E070.01 421, F-4210, 600mm Double galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E070.02 421, F-4210, 700mm Double galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E070.03 421, F-4210, 800mm Double galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E070.04 421, F-4210, 900mm Double galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E070.05 421, F-4210, 1000mm Double galvanized CSP culvert - 68x13 corr. 2.8mm thick - Cl.B Bedding m (P)
E080 DOUBLE GALVANIZED CSP CULVERTS 68 x 13 x 3.5 MM
E080.01 421, F-4210, 600mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.02 421, F-4210, 700mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.03 421, F-4210, 800mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.04 421, F-4210, 900mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E080.05 421, F-4210, 1000mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.06 421, F-4210, 1100mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.07 421, F-4210, 1200mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.08 421, F-4210, 1400mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.09 421, F-4210, 1600mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.10 421, F-4210, 1800mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.11 421, F-4210, 2000mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.12 421, F-4210, 2400mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.13 421, F-4210, 2700mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.14 421, F-4210, 3000mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.15 421, F-4210, 3300mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E080.16 421, F-4210, 3600mm Double galvanized CSP culvert - 68x13 corr. 3.5mm thick - Cl.B Bedding m (P)
E100 DOUBLE GALVANIZED CSP CULVERTS 125 x 25 x 3.5 MM
E100.01 421, F-4210, 1200mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.02 421, F-4210, 1400mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.03 421, F-4210, 1600mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.04 421, F-4210, 1800mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.05 421, F-4210, 2000mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.06 421, F-4210, 2400mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.07 421, F-4210, 2700mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.08 421, F-4210, 3000mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.09 421, F-4210, 3300mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E100.10 421, F-4210, 3600mm Double galvanized CSP culvert - 125x25 corr. 3.5mm thick - Cl.B m (P)
Bedding
E109 ALUMINIZED CSP CULVERTS 68 X 13 X 2.0 MM
E109.01 421, F-4210, 300 mm Aluminized CSP culvert 68 x 13 x 2.0 mm thick Cl. B bedding m (P)
E109.02 421, F-4210, 400 mm Aluminized CSP culvert 68 x 13 x 2.0 mm thick Cl. B bedding m (P)
E109.03 421, F-4210, 450 mm Aluminized CSP culvert 68 x 13 x 2.0 mm thick Cl. B bedding m (P)
E109.04 421, F-4210, 500 mm Aluminized CSP culvert 68 x 13 x 2.0 mm thick Cl. B bedding m (P)
E110 ALUMINIZED CSP CULVERTS 68 x 13 x 2.8 MM
E110.01 421, F-4210, 600mm Aluminized CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E110.02 421, F-4210, 700mm Aluminized CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E110.03 421, F-4210, 800mm Aluminized CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E110.04 421, F-4210, 900mm Aluminized CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E110.05 421, F-4210, 1000mm Aluminized CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E120 ALUMINIZED CSP CULVERTS 68 x 13 x 3.5 MM
E120.01 421, F-4210, 600mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.02 421, F-4210, 700mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.03 421, F-4210, 800mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.04 421, F-4210, 900mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.05 421, F-4210, 1000mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.06 421, F-4210, 1100mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.07 421, F-4210, 1200mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.08 421, F-4210, 1400mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.09 421, F-4210, 1600mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.10 421, F-4210, 1800mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.11 421, F-4210, 2000mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.12 421, F-4210, 2400mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.13 421, F-4210, 2700mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.14 421, F-4210, 3000mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.15 421, F-4210, 3300mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E120.16 421, F-4210, 3600mm Aluminized CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E140 ALUMINIZED CSP CULVERTS 125 x 25 x 3.5 MM
E140.01 421, F-4210, 1200mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.02 421, F-4210, 1400mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.03 421, F-4210, 1600mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.04 421, F-4210, 1800mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.05 421, F-4210, 2000mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.06 421, F-4210, 2400mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.07 421, F-4210, 2700mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E140.08 421, F-4210, 3000mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E140.09 421, F-4210, 3300mm Aluminized CSP culvert - 125x25 cor. 3.5mm thick - Cl.B Bedding m (P)
E150 ALUMINUM METAL PIPE CULVERTS 68 x 13 x 2.8 MM
E150.01 421, F-4210, 300mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.02 421, F-4210, 400mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.03 421, F-4210, 500mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.04 421, F-4210, 600mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.05 421, F-4210, 700mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.06 421, F-4210, 800mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.07 421, F-4210, 900mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.08 421, F-4210, 1000mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.09 421, F-4210, 1100mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.10 421, F-4210, 1200mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.11 421, F-4210, 1400mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.12 421, F-4210, 1600mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.13 421, F-4210, 1800mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.14 421, F-4210, 2000mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.15 421, F-4210, 2200mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.16 421, F-4210, 2400mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.17 421, F-4210, 2700mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E150.18 421, F-4210, 3000mm Aluminum CSP culvert - 68x13 cor. 2.8mm thick - Cl.B Bedding m (P)
E160 ALUMINUM METAL PIPE CULVERTS 68 x 13 x 3.5 MM
E160.01 421, F-4210, 600mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.02 421, F-4210, 700mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.03 421, F-4210, 800mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.04 421, F-4210, 900mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.05 421, F-4210, 1000mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.06 421, F-4210, 1100mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.07 421, F-4210, 1200mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.08 421, F-4210, 1400mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.09 421, F-4210, 1600mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E160.10 421, F-4210, 1800mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.11 421, F-4210, 2000mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.12 421, F-4210, 2200mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.13 421, F-4210, 2400mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.14 421, F-4210, 2700mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E160.15 421, F-4210, 3000mm Aluminum CSP culvert - 68x13 cor. 3.5mm thick - Cl.B Bedding m (P)
E170 SPIRAL RIB GALVANIZED PIPE CULVERTS - 2.8 MM
E170.01 421, F-4210, 525mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.02 421, F-4210, 600mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.03 421, F-4210, 750mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.04 421, F-4210, 900mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.05 421, F-4210, 1000mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.06 421, F-4210, 1050mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.07 421, F-4210, 1200mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.08 421, F-4210, 1350mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding ea (P)
E170.09 421, F-4210, 1400mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.10 421, F-4210, 1500mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.11 421, F-4210, 1650mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.12 421, F-4210, 1800mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.13 421, F-4210, 2000mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.14 421, F-4210, 2200mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.15 421, F-4210, 2400mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E170.16 421, F-4210, 2600mm Galvanized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180 SPIRAL RIB ALUMINIZED PIPE CULVERTS 2.8 MM
E180.01 421, F-4210, 525mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.02 421, F-4210, 600mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.03 421, F-4210, 750mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.04 421, F-4210, 900mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.05 421, F-4210, 1000mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.06 421, F-4210, 1050mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E180.07 421, F-4210, 1200mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.08 421, F-4210, 1350mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.09 421, F-4210, 1400mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.10 421, F-4210, 1500mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.11 421, F-4210, 1650mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.12 421, F-4210, 1800mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.13 421, F-4210, 2000mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.14 421, F-4210, 2200mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.15 421, F-4210, 2400mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E180.16 421, F-4210, 2600mm Aluminized spiral rib culvert - 2.8mm thick - Cl.B Bedding m (P)
E190 STEEL ARCH CULVERTS
E190.01 421, F-4210, 855mm x 1345mm Steel Arch culvert Cl.B Bedding m (P)
E190.02 421, F-4210, 975mm x 1535mm Steel Arch culvert Cl.B Bedding m (P)
E190.03 421, F-4210, 1092mm x 685mm Steel Arch culvert FRTR Cl.B Bedding m (P)
E190.04 421, F-4210, 1150mm x 820mm Steel Arch culvert Cl.B Bedding m (P)
E190.05 421, F-4210, 1390mm x 970mm Steel Arch culvert Cl.B Bedding m (P)
E190.06 421, F-4210, 1390mm x 970mm Steel Arch culvert FRTR Cl.B Bedding m (P)
E190.07 421, F-4210, 1390mm x 1120mm Steel Arch culvert Cl.B Bedding m (P)
E190.08 421, F-4210, 1630mm x 1120mm Steel Arch culvert Cl.B Bedding m (P)
E190.09 421, F-4210, 1660mm x 1090mm Steel Arch culvert Cl.B Bedding m (P)
E190.10 421, F-4210, 1660mm x 1090mm Steel Arch culvert FRTR Cl.B Bedding m (P)
E190.11 421, F-4210, 1880mm x 1260mm Steel Arch culvert Cl.B Bedding m (P)
E190.12 421, F-4210, 2130mm x 1400mm Steel Arch culvert Cl.B Bedding m (P)
E190.13 421, F-4210, 3890mm x 2690mm Steel Arch culvert Cl.B Bedding m (P)
E190.14 421, F-4210, 3890mm x 2690mm Steel Arch culvert FRTR Cl.B Bedding m (P)
E190.15 421, F-4210, 3730mm x 2290mm Steel Arch culvert Cl.B Bedding m (P)
E200 HDPE CULVERTS
E200.01 421, F-4210, 375 mm HDPE Culverts Class B Bedding m (P)
E200.02 421, F-4210, 450 mm HDPE Culverts Class B Bedding m (P)
E200.03 421, F-4210, 525 mm HDPE Culverts Class B Bedding m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E200.04 421, F-4210, 600 mm HDPE Culverts Class B Bedding m (P)
E200.05 421, F-4210, 675 mm HDPE Culverts Class B Bedding m (P)
E200.06 421, F-4210, 750 mm HDPE Culverts Class B Bedding m (P)
E200.07 421, F-4210, 900 mm HDPE Culverts Class B Bedding m (P)
E200.08 421, F-4210, 1000 mm HDPE Culverts Class B Bedding m (P)
E200.09 421, F-4210, 1200 mm HDPE Culverts Class B Bedding m (P)
E200.10 421, F-4210, 1350 mm HDPE Culverts Class B Bedding m (P)
E200.11 421, F-4210, 1500 mm HDPE Culverts Class B Bedding m (P)
E200.12 421, F-4210, 1650 mm HDPE Culverts Class B Bedding m (P)
E200.13 421, F-4210, 1800 mm HDPE Culverts Class B Bedding m (P)
E200.14 421, F-4210, 1950 mm HDPE Culverts Class B Bedding m (P)
E200.15 421, F-4210, 2100 mm HDPE Culverts Class B Bedding m (P)
E200.16 421, F-4210, 2250 mm HDPE Culverts Class B Bedding m (P)
E200.17 421, F-4210, 2400 mm HDPE Culverts Class B Bedding m (P)
E200.18 421, F-4210, 2750 mm HDPE Culverts Class B Bedding m (P)
E200.19 421, F-4210, 3050 mm HDPE Culverts Class B Bedding m (P)
E200.20 421, F-4212 HDPE Pipe Liner, Culverts m
E200.21 421, F-4212 Grout for HDPE Pipe Liner, Culverts m3
E210 CONCRETE HEADWALL FOR CULVERTS
E210.01 421, F-4210, Concrete headwall for CSP 900mm dia. and greater ea (P)
E210.02 421, F-4210, Concrete headwall for CP 900mm dia. and greater ea (P)
E210.03 421, F-4210, Concrete headwall for pipe less than 900mm dia. per OPSD-804.030 ea (P)
E210.04 421, F-4210, Concrete headwall for sewer or culvert pipe per OPSD-804.040 ea (P)
E220 CONNECTION INTO EXISTING CULVERT
E220.01 410, F-4101 Breaking into and Connection into Existing Culvert ea
E230 ADDITIONAL EXCAVATION AND BACKFILL
E230.01 401, Additional excavation and backfill for culvert m3
E230.02 401, Additional excavation and backfill with 50mm clear stone t
E230.03 401, Additional excavation and backfill with 50mm clear stone m3
E230.04 401, Additional excavation and backfill with 100mm clear stone t

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E230.05 401, Additional excavation and backfill with 100mm clear stone m3
E230.06 401, Additional excavation and backfill with granular 'B' Type II t
E230.07 401, Additional excavation and backfill with granular 'B' Type II m3
E230.08 212, 314, Select Subgrade Material m3 28.00
F-2120,
F-3147,
E230.09 212, 314, Select Subgrade Material t 14.00
F-2120,
F-3147,
E240 GRANULAR BACKFILL TO CULVERTS
E240.01 401, F-3147, Granular 'A' backfill to culvert t
E240.02 401, F-3147, Granular 'A' backfill to culvert m3
E240.03 401, F-3147, Granular 'B' backfill to culvert t
E240.04 401, F-3147, Granular 'B' backfill to culvert m3
E250 MISCELLANEOUS CULVERT ITEMS
E260 BOX PRECAST CULVERTS
E260.01 422, F-4221, 1800mm x 900mm Precast Box Culvert m
E260.02 422, F-4221, 1800mm x 1200mm Precast Box Culvert m
E260.03 422, F-4221, 2400mm x 1200mm Precast Box Culvert m
E260.04 422, F-4221, 2400mm x 1500mm Precast Box Culvert m
E260.05 422, F-4221, 2400mm x 1800mm Precast Box Culvert m
E260.06 422, F-4221, 3000mm x 1800mm Precast Box Culvert m
E260.07 422, F-4221, 3000mm x 2100mm Precast Box Culvert m
E260.08 422, F-4221, 3000mm x 2400mm Precast Box Culvert m
E999 BLANK ITEMS
E999.01 Blank
E999.02 Blank
E999.03 Blank
E999.04 Blank
E999.05 Blank
E999.06 Blank
E999.07 Blank
E999.08 Blank
E999.09 Blank

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
E999.10 Blank
F -- STORM SEWERS --
F00 -- STORM SEWERS --
F010 PIPE SUBDRAIN
F010.01 405, F-4050, 100mm Perforated pipe subdrain m
F-4101
F010.02 405, F-4050, 100mm Non-perforated pipe subdrain m
F-4101
F010.03 405, F-4050, 150mm Perforated pipe subdrain m
F-4101
F010.04 405, F-4050, 150mm Non-perforated pipe subdrain m
F-4101
F010.05 405, F-4050, 150mm Perforated CSP subdrain m
F-4101
F010.06 405, F-4050, 150mm Non-perforated CSP subdrain m
F-4101
F010.07 405, F-4050, 200mm Perforated pipe subdrain m
F-4101
F010.08 405, F-4050, 200mm Non-perforated pipe subdrain m
F-4101
F010.09 405, F-4050, 200mm Perforated CSP subdrain m
F-4101
F010.10 405, F-4050, 200mm Non-perforated CSP subdrain m
F-4101
F010.11 405, F-4050, 200mm Flexible pipe subdrain m
F-4101
F010.12 405, F-4050 Subdrain outlet - rodent trap ea
F020 STORM MAINTENANCE HOLES
F020.01 407, F-4070 1200mm dia. Storm maintenance hole per OPSD-701.010 ea (P)
F020.02 407, F-4070 1500mm dia. Storm maintenance hole per OPSD-701.011 ea (P)
F020.03 407, F-4070 1800mm dia. Storm maintenance hole per OPSD-701.012 ea (P)
F020.04 407, F-4070 2400mm dia. Storm maintenance hole per OPSD-701.013 ea (P)
F020.041 407, F-4070, 3000mm dia. Round Storm maintenance hole per OPSD-701.014 ea (P)
F020.042 407, F-4070, 3600mm dia. Round Storm maintenance hole per OPSD-701.015 ea (P)
F020.05 407, F-4070 1220mm x 1220mm Storm Maintenance hole ea (P)
F020.06 407, F-4070 1520mm x 1830mm Storm Maintenance hole ea (P)
F020.065 407, F-4070, 1830mm x 1830mm Storm Maintenance hole ea (P)
F020.07 407, F-4070 1680mm x 2440mm Storm Maintenance hole ea (P)
F020.08 407, F-4070 1680mm x 3050mm Storm Maintenance hole ea (P)
F020.085 407, F-4070, 1830mm x 3050mm Storm Maintenance hole ea (P)
F020.09 407, F-4070 2440mm x 2440mm Storm Maintenance hole ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F020.10 407, F-4070 2440mm x 3050mm Storm Maintenance hole ea (P)
F020.105 407, F-4070, 3050mm x 3050mm Storm Maintenance hole ea (P)
F020.11 407, F-4070 2440mm x 3810mm Storm Maintenance hole ea (P)
F020.12 407, F-4070 3050mm x 3810mm Storm Maintenance hole ea (P)
F030 STORM MAINTENANCE HOLES WITH DROP PIPE
F030.01 407, F-4070 1200mm dia. Storm Maintenance hole with drop pipe per OPSD 701.010 ea (P)
F030.02 407, F-4070 1500mm dia. Storm Maintenance hole with drop pipe per OPSD 701.011 ea (P)
F030.03 407, F-4070 1800mm dia. Storm Maintenance hole with drop pipe per OPSD 701.012 ea (P)
F030.04 407, F-4070 2400mm dia. Storm Maintenance hole with drop pipe per OPSD 701.013 ea (P)
F030.041 407, F-4070, 3000mm dia. Round Storm Maintenance hole with drop pipe per OPSD 701.014 ea (P)
F030.042 407, F-4070, 3600mm dia. Round Storm Maintenance hole with drop pipe per OPSD 701.015 ea (P)
F030.05 407, F-4070 1220mm x 1220mm Storm Maintenance holes with Drop Pipe ea (P)
F030.06 407, F-4070 1520mm x 1830mm Storm Maintenance holes with Drop Pipe ea (P)
F030.065 407, F-4070, 1830mm x 1830mm Storm Maintenance holes with Drop Pipe ea (P)
F030.07 407, F-4070 1680mm x 2440mm Storm Maintenance holes with Drop Pipe ea (P)
F030.08 407, F-4070 1680mm x 3050mm Storm Maintenance holes with Drop Pipe ea (P)
F030.085 407, F-4070, 1830mm x 3050mm Storm Maintenance holes with Drop Pipe ea (P)
F030.09 407, F-4070 2440mm x 2440mm Storm Maintenance holes with Drop Pipe ea (P)
F030.10 407, F-4070 2440mm x 3050mm Storm Maintenance holes with Drop Pipe ea (P)
F030.105 407, F-4070, 3050mm x 3050mm Storm Maintenance holes with Drop Pipe ea (P)
F030.11 407, F-4070 2440mm x 3810mm Storm Maintenance holes With Drop Pipe ea (P)
F030.12 407, F-4070 3050mm x 3810mm Storm Maintenance holes with Drop Pipe ea (P)
F040 CATCH BASINS
F040.01 407, F-4070 600mm x 600mm PCC catch basin per OPSD-705.010 ea (P)
F040.02 407, F-4070 600mm x 1450mm PCC twin inlet catch basin per OPSD-705.020 ea (P)
F040.021 407, F-4070, Catch basin - Elbow as per drwg S31 ea (P)
F040.022 407, F-4070, Catch basin - "T" as per drwg S30 ea (P)
F040.03 407, F-4070 Relocate existing catch basins ea (P)
F045 INLET CONTROL DEVICES
F045.01 407, F-4070, 200mm Inlet Control Device ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F045.015 407, F-4070, 200mm Vortex Inlet Control Device - Flowrate as specified ea (P)
F045.02 407, F-4070, 250mm Inlet Control Device ea (P)
F045.025 407, F-4070, 250mm Vortex Inlet Control Device - Flowrate as specified ea (P)
F045.03 407, F-4070, 300mm Inlet Control Device ea (P)
F045.035 407, F-4070, 300mm Vortex Inlet Control Device - Flowrate as specified ea (P)
F045.04 407, F-4070, 450mm Inlet Control Device ea (P)
F045.045 407, F-4070, 450mm Vortex Inlet Control Device - Flowrate as specified ea (P)
F046 ODOUR TRAPS
F050 DITCH INLETS
F050.01 407, F-4070 600mm x 600mm PCC ditch inlet per OPSD-705.030 ea (P)
F050.02 407, F-4070 600mm x 1200mm PCC ditch inlet per OPSD-705.040 ea (P)
F050.03 407, F-4070 1200mm x 1200mm PCC ditch inlet maintenance hole Type A per OPSD-702.040 ea (P)
F060 CATCH BASINS LEADS
F060.02 410, F-4100, 200 mm dia. PVC catch basin lead - class SDR 35 m (P)
F-4105
F060.03 410, F-4100, 250 mm dia. PVC catch basin lead - class SDR 35 m (P)
F-4105
F060.04 410, F-4100, 300 mm dia. PVC catch basin lead - class SDR 35 m (P)
F-4105
F060.05 410, F-4100, 450 mm dia. PVC catch basin lead - class SDR 35 m (P)
F-4105
F070 250 MM STORM SEWERS
F070.02 410, F-4100, 250 mm dia. PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F080 300 MM STORM SEWERS
F080.007 410, F-4100, 300 mm Concrete pipe storm sewer - class 50D m (P)
F-4105
F080.008 410, F-4100, 300 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F080.009 410, F-4100, 300 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F080.01 410, F-4100, 300 mm Concrete pipe storm sewer - class 140D m (P)
F-4105
F080.02 410, F-4100, 300 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F090 375 MM STORM SEWERS
F090.007 410, F-4100, 375 mm Concrete pipe storm sewer - class 50D m (P)
F-4105
F090.008 410, F-4100, 375 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F090.009 410, F-4100, 375 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F090.01 410, F-4100, 375 mm Concrete pipe storm sewer - class 140D m (P)
F-4105

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F090.02 410, F-4100, 375 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F100 450 MM STORM SEWERS
F100.008 410, F-4100, 450 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F100.009 410, F-4100, 450 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F100.01 410, F-4100, 450 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,
F100.02 410, F-4100, 450 mm Concrete pipe storm sewer - class 140D m (P)
F-4105
F100.03 410, F-4100, 450 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F110 525 MM STORM SEWERS
F110.01 410, F-4100, 525 mm Concrete pipe storm sewer - class 50D m (P)
F-4105
F110.02 410, F-4100, 525 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F110.03 410, F-4100, 525 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F110.04 410, F-4100, 525 mm Concrete pipe storm sewer - class 140D m (P)
F-4105
F110.05 410, F-4100, 525 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F120 600 MM STORM SEWERS
F120.01 410, F-4100, 600 mm Concrete pipe storm sewer - class 50D m (P)
F-4105
F120.02 410, F-4100, 600 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F120.03 410, F-4100, 600 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F120.04 410, F-4100, 600 mm Concrete pipe sewer - class 140D m (P)
F-4105
F120.05 410, F-4100, 600 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F130 675 MM STORM SEWERS
F130.01 410, F-4100, 675 mm Concrete pipe storm sewer - class 50D m (P)
F-4105
F130.02 410, F-4100, 675 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F130.03 410, F-4100, 675 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F130.04 410, F-4100, 675 mm Concrete pipe storm sewer - class 140D m (P)
F-4105
F130.05 410, F-4100, 675 mm PVC pipe storm sewer - class SDR 35 m (P)
F-4105
F140 750 MM STORM SEWERS
F140.01 410, F-4100, 750 mm Concrete pipe storm sewer - class 50D m (P)
F-4105

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F140.02 410, F-4100, 750 mm Concrete pipe storm sewer - class 65D m (P)
F-4105
F140.03 410, F-4100, 750 mm Concrete pipe storm sewer - class 100D m (P)
F-4105
F140.04 410, F-4100, 750 mm Concrete pipe storm sewer - class 140D m (P)
F-4105
F150 825 MM STORM SEWERS
F150.01 410, F-4100, 825 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F150.02 410, F-4100, 825 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F150.03 410, F-4100, 825 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,
F150.04 410, F-4100, 825 mm Concrete pipe storm sewer - class 140D m (P)
F-4105,
F160 900 MM STORM SEWERS
F160.01 410, F-4100, 900 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F160.02 410, F-4100, 900 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F160.03 410, F-4100, 900 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,
F160.04 410, F-4100, 900 mm Concrete pipe storm sewer - class 140D m (P)
F-4105,
F170 975 MM STORM SEWERS
F170.01 410, F-4100, 975 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F170.02 410, F-4100, 975 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F170.03 410, F-4100, 975 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,
F170.04 410, F-4100, 975 mm Concrete pipe storm sewer - class 140D m (P)
F-4105,
F180 1050 MM STORM SEWERS
F180.01 410, F-4100, 1050 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F180.02 410, F-4100, 1050 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F180.03 410, F-4100, 1050 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,
F180.04 410, F-4100, 1050 mm Concrete pipe storm sewer - class 140D m (P)
F-4105,
F190 1200 MM STORM SEWERS
F190.01 410, F-4100, 1200 mm Concrete pipe storm sewer - class 50D m (P)
F-4105,
F190.02 410, F-4100, 1200 mm Concrete pipe storm sewer - class 65D m (P)
F-4105,
F190.03 410, F-4100, 1200 mm Concrete pipe storm sewer - class 100D m (P)
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F190.04 410, F-4100, 1200 mm Concrete pipe storm sewer - class 140D m (P)
F-4105,
F200 1350 MM STORM SEWERS
F200.01 410, F-4100, 1350 mm Concrete pipe storm sewer - Class 50D m (P)
F-4105,
F200.02 410, F-4100, 1350 mm Concrete pipe storm sewer - Class 65D m (P)
F-4105,
F200.03 410, F-4100, 1350 mm Concrete pipe storm sewer - Class 100D m (P)
F-4105,
F200.04 410, F-4100, 1350 mm Concrete pipe storm sewer - Class 140D m (P)
F-4105,
F210 1500 MM STORM SEWERS
F210.01 410, F-4100, 1500 mm Concrete pipe storm sewer - Class 50D m (P)
F-4105,
F210.02 410, F-4100, 1500 mm Concrete pipe storm sewer - Class 65D m (P)
F-4105,
F210.03 410, F-4100, 1500 mm Concrete pipe storm sewer - Class 100D m (P)
F-4105,
F210.04 410, F-4100, 1500 mm Concrete pipe storm sewer - Class 140D m (P)
F-4105,
F220 1650 MM STORM SEWERS
F220.01 410, F-4100, 1650 mm Concrete pipe storm sewer - Class 50D m (P)
F-4105,
F220.02 410, F-4100, 1650 mm Concrete pipe storm sewer - Class 65D m (P)
F-4105,
F220.03 410, F-4100, 1650 mm Concrete pipe storm sewer - Class 100D m (P)
F-4105,
F220.04 410, F-4100, 1650 mm Concrete pipe storm sewer - Class 140D m (P)
F-4105,
F230 1800 MM STORM SEWERS
F230.01 410, F-4100, 1800 mm Concrete pipe storm sewer - Class 50D m (P)
F-4105,
F230.02 410, F-4100, 1800 mm Concrete pipe storm sewer - Class 65D m (P)
F-4105,
F230.03 410, F-4100, 1800 mm Concrete pipe storm sewer - Class 100D m (P)
F-4105,
F230.04 410, F-4100, 1800 mm Concrete pipe storm sewer - Class 140D m (P)
F-4105,
F235 ELLIPTICAL STORM SEWERS PIPE
F235.01 410, F-4100, 900mm - 730 x 1150 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.02 410, F-4100, 1050mm - 855 x 1435 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.03 410, F-4100, 1200mm - 975 x 1535 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.04 410, F-4100, 1350mm - 1095 x 1730 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.05 410, F-4100, 1500mm - 1220 x 1920 Concrete Elliptical Storm Sewer Pipe m
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F235.06 410, F-4100, 1650mm - 1340 x 2110 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.07 410, F-4100, 1800mm - 1465 x 2305 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.08 410, F-4100, 1950mm - 1585 x 2495 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.09 410, F-4100, 2100mm - 1705 x 2690 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.10 410, F-4100, 2400mm - 1950 x 3070 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.11 410, F-4100, 2700mm - 2195 x 3455 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F235.12 410, F-4100, 3000mm - 2440 x 3840 Concrete Elliptical Storm Sewer Pipe m
F-4105,
F240 SERVICE CONNECTIONS
F240.01 410, F-4100, 100mm Storm Service connection, PVC pipe - class SDR 28 m
F-4101,
F-4105
F240.02 410, F-4100, 135 mm Storm Service connection, PVC pipe - class SDR 28 m
F-4101,
F-4105
F240.03 410, F-4100, 150 mm Storm Service connection, PVC pipe - class SDR 28 m
F-4101,
F-4105
F240.04 410, F-4100, 200 mm Storm Service connection, PVC pipe - class SDR 35 m
F-4101,
F-4105
F240.05 410, F-4100, Storm Service Connections PVC SDR28 or SDR35 any size OPSD 1006.02 m
F-4101,
F-4105
F240.06 F-4103, Weeping Tile Reroute with Interior Backwater Valve ea
F240.07 F-4103, Weeping Tile Reroute with Exterior Backwater Valve ea
F250 JACKING AND BORING
F250.01 416, Jacking and boring for 300mm concrete storm pipe m
F250.02 416, Jacking and boring for 300mm PVC storm pipe m
F250.03 416, Jacking and boring for 375mm concrete storm pipe m
F250.04 416, Jacking and boring for 375mm PVC storm pipe m
F250.05 416, Jacking and boring for 400mm concrete storm pipe m
F250.06 416, Jacking and boring for 400mm PVC storm pipe m
F250.07 416, Jacking and boring for 450mm concrete storm pipe m
F250.08 416, Jacking and boring for 450mm PVC storm pipe m
F250.09 416, Jacking and boring for 525mm concrete storm pipe m
F250.10 416, Jacking and boring for 525mm PVC storm pipe m
F250.11 416, Jacking and boring for 600mm concrete storm pipe m
F250.12 416, Jacking and boring for 600mm PVC storm pipe m
F260 TRENCHING AND BACKFILLING

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F260.01 401, Additional excavation and backfill with 50mm clear stone t
F260.02 401, Additional excavation and backfill with 50mm clear stone m3
F260.03 401, Additional excavation and backfill with 100mm clear stone t
F260.04 401, Additional excavation and backfill with 100mm clear stone m3
F260.05 401, Additional excavation and backfill with granular 'B' Type II t
F260.06 401, Additional excavation and backfill with granular 'B' Type II m3
F260.07 212, 314, Select Subgrade Material for Trench Backfill t 14.00
F-2120,
F-3147,
F260.08 212, 314, Select Subgrade Material for Trench Backfill m3 28.00
F-2120,
F-3147,
F270 CONCRETE HEADWALLS
F270.01 407, F-4071, Concrete headwall for CSP 900mm dia. and greater ea (P)
F270.02 407, F-4071, Concrete headwall for CP 900mm dia. and greater ea (P)
F270.03 407, F-4071, Concrete headwall for pipe less than 900mm dia. per OPSD-804.030 ea (P)
F270.04 407, F-4071, Concrete headwall for sewer or culvert pipe per OPSD-804.040 ea (P)
F280 INSULATIONS FOR STORM SEWERS
F280.01 F-4102 Expanded polystyrene insulation, per 25 mm thickness m2
F280.02 F-4102 Expanded polystyrene insulation, per 50 mm thickness m2
F290 ROCK EXCAVATION FOR STORM SEWERS
F290.01 120, 403, Rock Excavation for Storm Sewer m3
F-1201, (F-1201 - OPTIONAL)
F-4031,
F300 MISCELLANEOUS STORM SEWER ITEMS
F300.02 410, F-4101, Connection into Existing Storm Maintenance holes, Catch Basins, Ditch Inlets, ea
Culverts and Sewers
F300.03 407, 410, Drop Pipe for Existing Storm Maintenance Holes Including Modifications ea
F-4070,
F-4100
F300.04 409, F-4090, Cleaning and Televise Sewers m
F300.05 F-4104, Flowable Fill Concrete m3
F300.06 902, Clay seal for storm sewer pipe ea
F300.07 407, Maintenance hole leakage testing ea
F300.08 404, Shoring and bracing left in place m2
F300.09 F-4106, Storm Sewer installation "All Inclusive Price Method" including Trench Cut m
Reinstatement
F300.11 401, Unshrinkable Fill for Trench Backfilling (Using 0.4 MPa Concrete) m3
F300.12 904, F-9040, Miscellaneous 20MPa Concrete, Unformed, where not otherwise provided m3
F-9045,
F300.13 904, F-9040, Miscellaneous 30MPa Concrete, Formed, where not otherwise provided m3
F-9045,
F300.14 904, 905, Miscellaneous Reinforced 30MPa Concrete, Formed, where not otherwise m3
F-9040, provided
F-9045,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
F300.15 410, F-4101 Breaking into and Connection into Existing Storm Maintenance Holes, Catch ea
Basins, Ditch Inlets, Culverts and Sewers
F999 BLANK ITEMS
F999.01 Blank
F999.02 Blank
F999.03 Blank
F999.04 Blank
F999.05 Blank
F999.06 Blank
F999.07 Blank
F999.08 Blank
F999.09 Blank
F999.10 Blank
G -- WATERMAINS --
G00 -- WATERWORKS PLANT --
G010 EXCAVATION AND BACKFILL
G010.01 120, 403, Rock Excavation for Watermain m3
441, F-1201, (F-1201 - OPTIONAL)
F-4411,
G010.02 401, 441, Additional excavation & backfill with 50mm clear stone m3
F-4411,
G010.03 401, 441, Additional excavation & backfill with 100mm clear stone m3
F-4411,
F-7010,
G020 SELECT SUBGRADE MATERIAL
212, 314, Select subgrade material for Trench Backfill m3 28
G020.01
F-2120,
F-3147,
14
G020.02 212, 314, Select subgrade material for Trench Backfill t
F-2120,
F-3147,
G030 WATERMAIN PVC
G030.01 441, F-4411, 100mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G030.02 441, F-4411, 150mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G030.03 441, F-4411, 200mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G030.04 441, F-4411, 250mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G030.05 441, F-4411, 300mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G030.06 441, F-4411, 400mm Watermain, PVC, CL 150, DR-18 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G040 WATERMAIN - DUCTILE IRON
G040.01 F-4411, 100mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G040.02 F-4411, 150mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G040.03 F-4411, 200mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G040.04 F-4411, 250mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G040.05 F-4411, 300mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G040.06 F-4411, 400mm Watermain, DI, CL 52 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G050 WATERMAIN - CONCRETE PRESSURE PIPE
G050.01 F-4411, 400mm watermain, concrete pressure pipe, CL C303 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G050.02 F-4411, 600mm watermain, concrete pressure pipe, CL C301 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G050.03 F-4411, 750mm watermain, concrete pressure pipe, CL C301 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G050.04 F-4411, 900mm watermain, concrete pressure pipe, CL C301 including all appurtenances m (P)
F-4412,
F-4491,
F-4492,
F-4493,
F-4494,
G050.05 F-4411, 1050mm watermain, concrete pressure pipe, CL C301 including all m (P)
F-4412, appurtenances
F-4491,
F-4492,
F-4493,
F-4494,
G050.06 F-4411, 1200mm watermain, concrete pressure pipe, CL C301 including all m (P)
F-4412, appurtenances
F-4491,
F-4492,
F-4493,
F-4494,
G050.07 F-4411, 1350mm watermain, concrete pressure pipe, CL C301 including all m (P)
F-4412, appurtenances
F-4491,
F-4492,
F-4493,
F-4494,
G050.08 F-4411, 1500mm watermain, concrete pressure pipe, CL C301 including all m (P)
F-4412, appurtenances
F-4491,
F-4492,
F-4493,
F-4494,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G050.09 F-4411, 1800mm watermain, concrete pressure pipe, CL C301 including all m (P)
F-4412, appurtenances
F-4491,
F-4492,
F-4493,
F-4494,
G060 VALVE AND VALVE BOX
G060.01 F-4411, 100mm Gate valve & valve Box, W24 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G060.02 F-4411, 150mm Gate valve & valve Box, W24 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G060.03 F-4411, 200mm Gate valve & valve Box, W24 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G060.04 F-4411, 250mm Gate valve & valve Box, W24 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G070 VALVE AND VALVE CHAMBER
G070.01 F-4411, 150mm Gate valve & valve chamber, W3 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G070.02 F-4411, 200mm Gate valve & valve chamber, W3 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G070.03 F-4411, 250mm Gate valve & valve chamber, W3 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G070.04 F-4411, 300mm Gate valve & valve chamber, W3 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G080 BUTTERFLY VALVE AND VALVE CHAMBER
G080.01 F-4411, 400mm Butterfly valve,W5 & valve chamber, W2 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G080.02 F-4411, 600mm Butterfly valve,W5 & valve chamber, W2 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G080.03 F-4411, 750mm Butterfly valve,W5 & valve chamber, W2 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G080.04 F-4411, 900mm Butterfly valve,W5 & valve chamber, W2 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G090 VALVE CHAMBER ONLY FOR TVS
G090.01 F-4411, 1500mm Valve chamber (only) for 150mm TVS per W4 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G090.02 F-4411, 1500mm Valve chamber (only) for 200mm TVS per W4 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G090.03 F-4411, 1500mm Valve chamber (only) for 250mm TVS per W4 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G090.04 F-4411, 1500mm Valve chamber (only) for 300mm TVS per W4 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G090.05 F-4411, R-1 valve chamber (only) for TVS(any size) off 406mm watermain, W10 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G100 MISCELLANEOUS VALVE CHAMBER
G100.01 F-4411, 610mm access, air relief and drain out valve chamber type R-1 per W10 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G100.02 F-4411, Automatic Flushing Chamber per W3.2 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G110 BRANCH VALVE CHAMBER
G110.01 F-4411, Branch Valve chamber type R-3 off 600mm watermain per W11 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G110.02 F-4411, Branch Valve chamber type R-4 off 1050mm watermain per W11 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G120 LINE VALVE CHAMBER
G120.01 F-4411, 600mm Line valve chamber Type R-3 per W12 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G120.02 F-4411, 750mm Line valve chamber Type R-3 per W12 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G120.03 F-4411, 900mm Line valve chamber Type R-3 per W12 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G120.04 F-4411, 1200mm Line valve chamber Type R-3 per W12 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G130 BRANCH AND LINE VALVE CHAMBER

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G130.01 F-4411, Branch and line valve chamber type R-4 per W13 ea (P)
F-4413,
F-4491,
F-4492,
F-4493,
F-4494,
G140 HYDRANTS
G140.01 F-4411, Hydrant, W19 ea (P)
F-4414,
F-4491,
F-4492,
F-4493,
F-4494,
G140.02 F-4411, Hydrant, W20 complete with ditch culvert ea (P)
F-4414,
F-4491,
F-4492,
F-4493,
F-4494,
G140.03 F-4411, 150mm Hydrant lateral, DI, CL 52 or PVC, CL 150, DR-18 m (P)
F-4414,
F-4491,
F-4492,
F-4493,
F-4494,
G140.04 F-4411, 150mm Hydrant lateral, DI, CL 52 or PVC CL 150, DR 18 including reinstatement m (P)
F-4414,
F-4419,
F-4491,
F-4492,
F-4493,
F-4494,
G150 REPLACEMENT OF WATER SERVICES
G150.01 F-4411, Excavation & backfill for water service by Open Cut (any size) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.02 F-4411, Excavation & backfill for water service by Open Cut (any size), including m
F-4418, reinstatement
F-4419,
F-4491,
F-4492,
F-4493,
F-4494,
G150.03 F-4411, Excavation & backfill for water service reconnection (any size) ea
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G150.04 F-4411, Excavation & backfill for water service reconnection (any size), including ea
F-4418, reinstatement
F-4419,
F-4491,
F-4492,
F-4493,
F-4494,
G150.05 F-4411, Excavation and backfill for relocation, blankings and connections to existing m
F-4417, watermains
F-4491,
F-4492,
F-4493,
F-4494,
G150.06 F-4411, Excavation and backfill for relocation, blankings and connections to existing ea
F-4417, watermains
F-4491,
F-4492,
F-4493,
F-4494,
G150.07 F-4411, Supply and install 19mm water service material (by Contractor) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.08 F-4411, Supply and install 25mm water service material (by Contractor) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.09 F-4411, Supply and install 38mm water service material (by Contractor) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.10 F-4411, Supply and install 50mm water service material (by Contractor) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.11 F-4411, Horizontal Drilling for 19mm Water Service m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.12 F-4411, Horizontal Drilling for 25mm Water Service m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G150.13 F-4411, Horizontal Drilling for 38mm Water Service m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G150.14 F-4411, Horizontal Drilling for 50mm Water Service m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G160 EXPANDED POLYSTYRENE INSULATION
G160.01 F-4411, Insulation, 50mm thick, 2400mm x 600mm sheets, HI-40, W21,22 & 23 ea
F-4415,
F-4491,
F-4492,
F-4493,
F-4494,
G160.02 F-4411, Insulation, 50mm thick HI-40, W21,22 & 23 m2
F-4415,
F-4491,
F-4492,
F-4493,
F-4494,
G160.03 F-4411, Insulation, 50mm thick HI-60, W21,22 & 23 m2
F-4415,
F-4491,
F-4492,
F-4493,
F-4494,
G170 TEMPORARY OVERLAND SERVICES
G170.01 F-4411, Temporary services - installation & protection LS
F-4416,
F-4491,
F-4492,
F-4493,
F-4494,
G170.02 F-4411, Excavation for Temporary Service Connections ea
F-4416,
F-4491,
F-4492,
F-4493,
F-4494,
G170.03 F-4411, Clean and line Temporary Service - Supply, install and protect LS
F-4416,
F-4451,
F-4491,
F-4492,
F-4493,
F-4494,
G170.04 F-4930 Temporary Potable Water Supply Services ( All Inclusive) LS
G180 TRENCH REINSTATEMENT (ALL INCLUSIVE PRICE METHOD)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
G180.02 F-4411, Trench Reinstatement m
F-4419,
F-4491,
F-4492,
F-4493,
F-4494,
G180.03 F-4411, Trench Reinstatement m2
F-4419,
F-4491,
F-4492,
F-4493,
F-4494,
G190 TRENCHLESS CONSTRUCTION
G190.01 F-4411, Access Pit for Watermain Lining ea
F-4451,
G190.03 F-4411, Construction of watermain by trenchless technique m
F-4491,
F-4492,
F-4493,
F-4494,
G190.04 F-4411, Water Service (Horizontal Directional Drilling) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G200 CLEAN AND LINE WATERMAIN
G200.01 F-4411, 150mm watermain clean and line m
F-4451,
F-4491,
G200.02 F-4411, 200mm watermain clean and line m
F-4451,
F-4491,
G200.03 F-4411, 300mm watermain clean and line m
F-4451,
F-4491,
G200.04 F-4411, 400mm watermain clean and line m
F-4451,
F-4491,
G205 MISCELLANEOUS CLEAN AND LINE WATERMAIN
G205.01 F-4411, Additional CCTV inspection for watermain lining hr
F-4451,
G205.05 F-4411, Service Post replacement - from 0.0 to 1.0m ea
F-4451,
G205.06 F-4411, Service Post replacement - over 1.1m ea
F-4451,
G205.07 F-4411, Curb Stop replacement ea
F-4451,
G205.10 F-4411, Excavation and Replacement of Vertical Bends ea
F-4451,
G210 MISCELLANEOUS WATERMAIN ITEMS
G210.01 902, Clay seal for watermain ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit
Price
G210.03 F-4411, Water service replacement (any size) m
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G210.04 F-4411, Reconnection of water services (any size) ea
F-4418,
F-4491,
F-4492,
F-4493,
F-4494,
G210.05 F-4421, Cathodic Protection of Existing Watermains - Anode Installation ea
G210.06 F-4411 Hydrants: Salvage and transport to 951 Clyde Avenue ea 0.00
G210.07 F-4411 Valves: Salvage and transport to 951 Clyde Avenue ea 0.00
G999 BLANK ITEMS
G999.01 Blank
G999.02 Blank
G999.03 Blank
G999.04 Blank
G999.05 Blank
G999.06 Blank
G999.07 Blank
G999.08 Blank
G999.09 Blank
G999.10 Blank
H -- SANITARY SEWERS --
H00 -- SANITARY SEWERS --
H010 ROUND SANITARY MAINTENANCE HOLE
H010.01 407, F-4070 1200 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.010 ea (P)
H010.02 407, F-4070 1500 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.011 ea (P)
H010.03 407, F-4070 1800 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.012 ea (P)
H010.04 407, F-4070 2400 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.013 ea (P)
H010.05 407, F-4070 3000mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.014 ea (P)
H010.06 407, F-4070 3600mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.015 ea (P)
H015 BOX SANITARY MAINTENANCE HOLE
H015.10 407, F-4070, 1200 x 1200 Box Sanitary Maintenance Holes ea (P)
H015.12 407, F-4070, 1520 x 1830 Box Sanitary Maintenance Holes ea (P)
H015.14 407, F-4070, 1830 x 1830 Box Sanitary Maintenance Holes ea (P)
H015.16 407, F-4070, 1680 x 2440 Box Sanitary Maintenance Holes ea (P)
H015.18 407, F-4070, 1680 x 3050 Box Sanitary Maintenance Holes ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H015.20 407, F-4070, 1830 x 3050 Box Sanitary Maintenance Holes ea (P)
H015.22 407, F-4070, 2440 x 2440 Box Sanitary Maintenance Holes ea (P)
H015.24 407, F-4070, 2440 x 3050 Box Sanitary Maintenance Holes ea (P)
H015.26 407, F-4070, 3050 x 3050 Box Sanitary Maintenance Holes ea (P)
H015.28 407, F-4070, 2440 x 3810 Box Sanitary Maintenance Holes ea (P)
H015.30 407, F-4070, 3050 x 3810 Box Sanitary Maintenance Holes ea (P)
H020 ROUND SANITARY MAINTENANCE HOLE WITH DROP PIPE
H020.01 407, F-4070, 1200 mm dia. Round Sanitary Maintenance holes, Type OPSD 701.010 with ea (P)
Drop Pipe
H020.02 407, F-4070, 1500 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.011 with ea (P)
Drop Pipe
H020.03 407, F-4070, 1800 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.012 with ea (P)
Drop Pipe
H020.04 407, F-4070, 2400 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.013 with ea (P)
Drop Pipe
H020.05 407, F-4070, 3000 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.014 with ea (P)
Drop Pipe
H020.06 407, F-4070, 3600 mm Dia. Round Sanitary Maintenance holes, Type OPSD 701.015 with ea (P)
Drop Pipe
H025 BOX MAINTENANCE HOLE WITH DROP PIPE
H025.10 407, F-4070, 1200 x 1200 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.12 407, F-4070, 1520 x 1830 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.14 407, F-4070, 1830 x 1830 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.16 407, F-4070, 1680 x 2440 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.18 407, F-4070, 1680 x 3050 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.20 407, F-4070, 1830 x 3050 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.22 407, F-4070, 2440 x 2440 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.24 407, F-4070, 2440 x 3050 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.26 407, F-4070, 3050 x 3050 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.28 407, F-4070, 2440 x 3810 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H025.30 407, F-4070, 3050 x 3810 Box Sanitary Maintenance Holes with Drop Pipe ea (P)
H030 200 MM SANITARY SEWER
H030.02 410, F-4100, 200 mm Plastic (PVC) Sanitary Pipe Sewer, Class SDR 35 m (P)
F-4105,
H040 250 MM SANITARY SEWERS
H040.03 410, F-4100, 250 mm PVC pipe sanitary sewer, class SDR 35 m (P)
F-4105,
H050 300 MM SANITARY SEWERS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H050.007 410, F-4100, 300 mm Concrete pipe sanitary sewer CSA A257.2 class 50D m (P)
F-4105,
H050.008 410, F-4100, 300 mm Concrete pipe sanitary sewer CSA A257.2 class 65D m (P)
F-4105,
H050.009 410, F-4100, 300 mm Concrete pipe sanitary sewer CSA A257.2 class 100D m (P)
F-4105,
H050.01 410, F-4100, 300 mm Concrete pipe sanitary sewer CSA A257.2 class 140D m (P)
F-4105,
H050.03 410, F-4100, 300 mm PVC pipe sanitary sewer, Class SDR 35 m (P)
F-4105,
H060 375MM SANITARY SEWERS
H060.007 410, F-4100, 375 mm Concrete pipe sanitary sewer CSA A257.2 class 50D m (P)
F-4105,
H060.008 410, F-4100, 375 mm Concrete pipe sanitary sewer CSA A257.2 class 65D m (P)
F-4105,
H060.009 410, F-4100, 375 mm Concrete pipe sanitary sewer CSA A257.2 class 100D m (P)
F-4105,
H060.01 410, F-4100, 375 mm Concrete pipe sanitary sewer CSA A257.2 class 140D m (P)
F-4105,
H060.02 410, F-4100, 375 mm PVC pipe sanitary sewer, class SDR 35 m (P)
F-4105,
H070 450 MM SANITARY SEWERS
H070.008 410, F-4100, 450 mm Concrete pipe sanitary sewer CSA A257.2 class 50D m (P)
F-4105,
H070.009 410, F-4100, 450 mm Concrete pipe sanitary sewer CSA A257.2 class 65D m (P)
F-4105,
H070.01 410, F-4100, 450 mm Concrete pipe sanitary sewer CSA A257.2 class 100D m (P)
F-4105,
H070.02 410, F-4100, 450 mm Concrete pipe sanitary sewer, CSA A257.2 class 140D m (P)
F-4105,
H070.03 410, F-4100, 450 mm PVC Pipe Sanitary Sewer Class SDR 35 m (P)
F-4105,
H080 525 MM SANITARY SEWERS
H080.009 410, F-4100, 525 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H080.01 410, F-4100, 525 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H080.02 410, F-4100, 525 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,
H080.03 410, F-4100, 525 mm Concrete pipe sanitary sewer CSA A257.2 class 140D m (P)
F-4105,
H080.04 410, F-4100, 525 mm Plastic (PVC) Sanitary Pipe Sewer, Class SDR35 m (P)
F-4105,
H090 600 MM SANITARY SEWERS
H090.01 410, F-4100, 600 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H090.02 410, F-4100, 600 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H090.03 410, F-4100, 600 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H090.04 410, F-4100, 600 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 140D m (P)
F-4105,
H090.05 410, F-4100, 600 mm Plastic (PVC) Sanitary Pipe Sewer, Class SDR35 m (P)
F-4105,
H100 675 MM SANITARY SEWER
H100.01 410, F-4100, 675 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H100.02 410, F-4100, 675 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H100.03 410, F-4100, 675 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,
H100.04 410, F-4100, 675 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 140D m (P)
F-4105,
H100.05 410, F-4100, 675 mm Plastic (PVC) Sanitary Pipe Sewer, Class SDR35 m (P)
F-4105,
H110 750 MM SANITARY SEWERS
H110.01 410, F-4100, 750 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H110.02 410, F-4100, 750 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H110.03 410, F-4100, 750 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,
H110.04 410, F-4100, 750 mm Conc.Pipe Sanitary Sewer CSA A257.2 Class 140D m (P)
F-4105,
H120 825 MM SANITARY SEWERS
H120.01 410, F-4100, 825 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H120.02 410, F-4100, 825 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H120.03 410, F-4100, 825 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,
H120.04 410, F-4100, 825 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 140D m (P)
F-4105,
H130 900 MM SANITARY SEWERS
H130.01 410, F-4100, 900 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 50D m (P)
F-4105,
H130.02 410, F-4100, 900 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 65D m (P)
F-4105,
H130.03 410, F-4100, 900 mm Conc. Pipe Sanitary Sewer CSA A257.2 Class 100D m (P)
F-4105,
H130.04 410, F-4100, 900 mm Conc. Pipe sanitary sewer CSA A257.2 Class 140D m (P)
F-4105,
H140 975 MM SANITARY SEWERS
H140.01 410, F-4100, 975 mm Conc. Pipe Sanitary Sewer CSA A257.02 Class 50D m (P)
F-4105,
H140.02 410, F-4100, 975 mm Conc. Pipe Sanitary Sewer CSA A257.02 Class 65D m (P)
F-4105,
H140.03 410, F-4100, 975 mm Conc. Pipe Sanitary Sewer CSA A257.02 Class 100D m (P)
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H140.04 410, F-4100, 975 mm Conc. Pipe Sanitary Sewer CSA A257.02 Class 140D m (P)
F-4105,
H150 1200 MM SANITARY SEWERS
H150.01 410, F-4100, 1200 mm Conc. pipe sanitary sewer CSA A257.2 Class m (P)
F-4105, 50D
H150.02 410, F-4100, 1200 mm Conc. Pipe sanitary sewer CSA A257.2 Class 65D m (P)
F-4105,
H150.03 410, F-4100, 1200 mm Conc. Pipe sanitary sewer CSA A257.2 Class 100D m (P)
F-4105,
H150.04 410, F-4100, 1200 mm Conc. Pipe sanitary sewer CSA A257.2 Class 140D m (P)
F-4105,
H160 1350 MM SANITARY SEWERS
H160.01 410, F-4100, 1350 mm Conc. Pipe sanitary sewer CSA A257.2 Class 50D m (P)
F-4105,
H160.02 410, F-4100, 1350 mm Conc. Pipe sanitary sewer CSA A257.2 Class 65D m (P)
F-4105,
H160.03 410, F-4100, 1350 mm Conc. Pipe sanitary sewer CSA A257.2 Class 100D m (P)
F-4105,
H160.04 410, F-4100, 1350 mm Conc. pipe sanitary sewer CSA A257.2 Class 140D m (P)
F-4105,
H180 SANITARY HOUSE CONNECTIONS
H180.01 410, F-4100, 100 mm PVC sanitary pipe class SDR 28 m
F-4101,
F-4105
H180.03 410, F-4100, 125 mm PVC sanitary pipe class SDR 28 m
F-4101,
F-4105
H180.05 410, F-4100, 150 mm PVC sanitary pipe class SDR 28 m
F-4101,
F-4105
H180.07 410, F-4100, 200 mm PVC sanitary pipe class SDR 35 m
F-4101,
F-4105
H180.08 410, F-4100, 250 mm PVC sanitary pipe class SDR 35 m
F-4101,
F-4105
H180.09 410, F-4100, Sanitary Pipe Service Connections, PVC SDR 28 or SDR 35, any size, OPSD m
F-4101, 1006.02
F-4105
H180.10 F-4103, Weeping Tile Reroute with Interior Backwater Valve ea
H180.11 F-4103, Weeping Tile Reroute with Exterior Backwater Valve ea
H190 JACKING AND BORING
H190.02 416, Jacking and boring 300mm concrete sanitary pipe m
H190.03 416, Jacking and boring 375mm concrete sanitary pipe m
H190.04 416, Jacking and boring 406mm concrete sanitary pipe m
H190.05 416, Jacking and boring 450mm concrete sanitary pipe m
H190.06 416, Jacking and boring 525mm concrete sanitary pipe m
H190.07 416, Jacking and boring 600mm concrete sanitary pipe m

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H200 TRENCHING AND BACKFILLING
H200.01 401, Additional excavation and backfill with 50mm clear stone m3
H200.02 401, Additional excavation and backfill with 50mm clear stone t
H200.03 401, Additional excavation and backfill with 100mm clear stone m3
H200.04 401, Additional excavation and backfill with 100mm clear stone t
H200.05 401, Additional excavation and backfill with granular 'B' Type II m3
H200.06 120, 403, Rock excavation for sanitary sewer m3
F-1201, (F-1201 - OPTIONAL)
F-4031,
H200.07 212, 314, Select Subgrade Material for Trench Backfill t 14.00
F-2120,
F-3147,
H200.08 212, 314, Select Subgrade Material for Trench Backfill m3 28.00
F-2120,
F-3147,
H210 MISCELLANEOUS SANITARY SEWER ITEMS
H210.02 410, F-4101, Connection into existing sanitary maintenance holes, catch basins, ditch inlets, ea
culverts and sewers
H210.03 407, 410, Drop Pipe for Existing Sanitary Maintenance Hole Including Modifications ea
F-4070,
F-4100
H210.04 F-4106, Sanitary sewer installation "All Inclusive Price Method" including Trench Cut m
Reinstatement
H210.05 902, Clay seal for maintenance holes ea
H210.06 902, Clay seal for sewers pipe ea
H210.07 F-4104, Plug sewers m3
H210.08 F-4104, Plug abandoned services ea
H210.09 F-4104, Flowable Fill Concrete m3
H210.10 409, F-4090, Cleaning and Televise sewers m
H210.12 401, Unshrinkable Fill for Trench Backfilling (using 0.4 Mpa Concrete) m3
H210.13 904, F-9040, Miscellaneous 20MPa Concrete, Unformed, where not otherwise provided m3
F-9045,
H210.14 904, F-9040, Miscellaneous 30MPa Concrete, Formed, where not otherwise provided m3
F-9045,
H210.15 904, 905, Miscellaneous Reinforced 30MPa concrete, Formed, where not otherwise m3
F-9040, provided
F-9045,
H210.16 410, F-4101 Breaking into and Connection into Existing Sanitary Maintenance Holes, Catch ea
Basins, Ditch Inlets, Culverts and Sewers
H999 BLANK ITEMS
H999.01 Blank
H999.02 Blank
H999.03 Blank
H999.04 Blank
H999.05 Blank

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
H999.06 Blank
H999.07 Blank
H999.08 Blank
H999.09 Blank
H999.10 Blank
I -- COMBINED SEWER --
I00 --COMBINED SEWER --
I010 ROUND MAINTENANCE HOLES FOR COMBINED SEWERS
I010.01 407, F-4070, 1200mm Diameter Round Combined Maintenance holes, Type OPSD 701.010 ea (P)
I010.02 407, F-4070, 1500mm Diameter Round Combined Maintenance holes, Type OPSD 701.011 ea (P)
I010.03 407, F-4070, 1800mm Diameter Round Combined Maintenance holes, Type OPSD 701.012 ea (P)
I010.04 407, F-4070, 1220mm x 1220mm Box Combined Maintenance holes, Type M4, M-Con ea (P)
Product or equal
I010.05 407, F-4070, 1520mm x 1830mm Box Combined Maintenance holes, Type M5, M-Con ea (P)
Product or equal
I010.055 407, F-4070, 1830mm x 1830mm Box Combined Maintenance holes, Type M5, M-Con ea (P)
Product or equal
I010.06 407, F-4070, 1680mm x 2440mm Box Combined Maintenance holes, Type M6, M-Con ea (P)
Product or equal
I010.07 407, F-4070, 1680mm x 3050mm Box Combined Maintenance holes, Type M7, M-Con ea (P)
Product or equal
I010.075 407, F-4070, 1830mm x 3050mm Box Combined Maintenance holes, Type M7, M-Con ea (P)
Product or equal
I010.08 407, F-4070, 2440mm x 2440mm Box Combined Maintenance holes, Type M8, M-Con ea (P)
Product or equal
I010.09 407, F-4070, 2440mm x 3050mm Box Combined Maintenance holes, Type M9, M-Con Project ea (P)
or equal
I010.095 407, F-4070, 3050mm x 3050mm Box Combined Maintenance holes, Type M9, M-Con Project ea (P)
or equal
I010.10 407, F-4070, 2440mm x 3810mm Box Combined Maintenance holes, Type M10, M-Con ea (P)
Product or equal
I010.11 407, F-4070, 3050mm x 3810mm Box Combined Maintenance holes, Type M11, M-Con ea (P)
Product or equal
I020 ROUND COMBINED MAINTENANCE HOLES WITH DROP PIPE
I020.01 407, F-4070, 1200mm Diameter Round Combined Maintenance holes, Type OPSD 701.010 ea (P)
with Drop Pipe
I020.02 407, F-4070, 1500mm Diameter Round Combined Maintenance holes, Type OPSD 701.011 ea (P)
with Drop Pipe
I020.03 407, F-4070, 1800mm Diameter Round Combined Maintenance holes, Type OPSD 701.012 ea (P)
with Drop Pipe
I020.031 407, F-4070, 2400mm Diameter Round Combined Maintenance holes, Type OPSD 701.013 ea (P)
with Drop Pipe
I020.032 407, F-4070, 3000mm Diameter Round Combined Maintenance holes, Type OPSD 701.014 ea (P)
with Drop Pipe
I020.033 407, F-4070, 3600mm Diameter Round Combined Maintenance holes, Type OPSD 701.015 ea (P)
with Drop Pipe
I020.04 407, F-4070, 1220mm x 1220mm Maintenance holes, Type M4, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
I020.05 407, F-4070, 1520mm x 1830mm Mainenance holes, Type M5, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.06 407, F-4070, 1680mm x 2440mm Maintenance holes, Type M6, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.07 407, F-4070, 1680mm x 3050mm Maintenance holes, Type M7, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.08 407, F-4070, 2440mm x 2440mm Maintenance holes, Type M8, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.09 407, F-4070, 2440mm x 3050mm Maintenance holes, Type M9, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.10 407, F-4070, 2440mm x 3810mm Maintenance holes, Type M10, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I020.11 407, F-4070, 3050mm x 3810mm Maintenance holes, Type M11, M-Con Product or equal with ea (P)
Drop Pipe for Combined Sewer
I025 BOX COMBINED MAINTENANCE HOLES WITH DROP PIPE
I025.10 407, F-4070, 1220 x 1220 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.12 407, F-4070, 1520 x 1830 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.14 407, F-4070, 1830 x 1830 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.16 407, F-4070, 1680 x 2440 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.18 407, F-4070, 1680 x 3050 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.20 407, F-4070, 1830 x 3050 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.22 407, F-4070, 2440 x 2440 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.24 407, F-4070, 2440 x 3050 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.26 407, F-4070, 3050 x 3050 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.28 407, F-4070, 2440 x 3810 Box Combined Maintenance Hole with Drop Pipe ea (P)
I025.30 407, F-4070, 3050 x 3810 Box Combined Maintenance Hole with Drop Pipe ea (P)
I030 CATCH BASINS
I030.03 407, F-4070, 600mm x 600mm Catch Basin with Odour Trap Type OPSD 705.01 for ea (P)
Combined Sewer
I040 CATCH BASINS LEADS
I040.02 410, F-4100, 200 mm dia. PVC catch basin lead - Class SDR 35 m (P)
F-4105,
I040.03 410, F-4100, 250 mm dia. PVC catch basin lead - Class SDR 35 m (P)
F-4105,
I040.04 410, F-4100, 300 mm dia. PVC catch basin lead - Class SDR 35 m (P)
F-4105,
I050 CONCRETE COMBINED SEWER PIPE
I050.007 410, F-4100, 300mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.008 410, F-4100, 300mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.009 410, F-4100, 300mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.01 410, F-4100, 300mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.017 410, F-4100, 375mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
I050.018 410, F-4100, 375mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.019 410, F-4100, 375mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.02 410, F-4100, 375mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.028 410, F-4100, 450mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.029 410, F-4100, 450mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.03 410, F-4100, 450mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.04 410, F-4100, 450mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.049 410, F-4100, 525mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.05 410, F-4100, 525mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.06 410, F-4100, 525mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.07 410, F-4100, 525mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.08 410, F-4100, 600mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.09 410, F-4100, 600mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.10 410, F-4100, 600mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.11 410, F-4100, 600mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.12 410, F-4100, 675mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.13 410, F-4100, 675mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.14 410, F-4100, 675mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.15 410, F-4100, 675mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.16 410, F-4100, 750mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.17 410, F-4100, 750mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.18 410, F-4100, 750mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.19 410, F-4100, 750mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.20 410, F-4100, 875mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.21 410, F-4100, 875mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.22 410, F-4100, 875mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
I050.23 410, F-4100, 875mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.24 410, F-4100, 900mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.25 410, F-4100, 900mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.26 410, F-4100, 900mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.27 410, F-4100, 900mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.28 410, F-4100, 975mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.29 410, F-4100, 975mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.30 410, F-4100, 975mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.31 410, F-4100, 975mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.32 410, F-4100, 1050mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.33 410, F-4100, 1050mm Concrete Combined Pipe Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.34 410, F-4100, 1050mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.35 410, F-4100, 1050mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.36 410, F-4100, 1200mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.37 410, F-4100, 1200mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.38 410, F-4100, 1200mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.39 410, F-4100, 1200mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.40 410, F-4100, 1350mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.41 410, F-4100, 1350mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.42 410, F-4100, 1350mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.43 410, F-4100, 1350mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.44 410, F-4100, 1500mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.45 410, F-4100, 1500mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.46 410, F-4100, 1500mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.47 410, F-4100, 1500mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.48 410, F-4100, 1650mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
I050.49 410, F-4100, 1650mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.50 410, F-4100, 1650mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.51 410, F-4100, 1650mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I050.52 410, F-4100, 1800mm Concrete Pipe Combined Sewer CSA A257.2 Class 50D m (P)
F-4105,
I050.53 410, F-4100, 1800mm Concrete Pipe Combined Sewer CSA A257.2 Class 65D m (P)
F-4105,
I050.54 410, F-4100, 1800mm Concrete Pipe Combined Sewer CSA A257.2 Class 100D m (P)
F-4105,
I050.55 410, F-4100, 1800mm Concrete Pipe Combined Sewer CSA A257.2 Class 140D m (P)
F-4105,
I060 PVC COMBINED SEWER PIPE
I060.02 410, F-4100, 300mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I060.03 410, F-4100, 375mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I060.04 410, F-4100, 450mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I060.05 410, F-4100, 525mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I060.06 410, F-4100, 600mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I060.07 410, F-4100, 675mm Plastic (PVC) Pipe Combined Sewer Class SDR35 m (P)
F-4105,
I070 HOUSE CONNECTION
I070.01 410, F-4100, Combined Sewer Pipe Service Connection, PVC SDR 28 or SDR 35, any size, m
F-4101, OPSD 1006.02
F-4105
I080 ROCK EXCAVATION
I080.01 120, 403, Rock Excavation for Combined Sewer m3
F-1201, (F-1201 - OPTIONAL)
F-4031,
I090 MISCELLANEOUS COMBINED SEWER ITEMS
I090.02 401, F-3145, Additional excavation and backfill with 50mm clear stone m3
I090.03 401, F-3145, Additional excavation and backfill with 50mm clear stone t
I090.04 401, F-3145, Additional excavation and backfill with 100mm clear stone m3
I090.05 401, F-3145, Additional excavation and backfill with 100mm clear stone t
I090.06 314, 401 , Additional excavation and backfill with granular 'B' type II m3
F-3147,
I090.07 212, 314, Select Subgrade Material for Trench Backfill t 14.00
F-2120,
F-3147,
I090.08 212, 314, Select Subgrade Material for Trench Backfill m3 28.00
F-2120,
F-3147,
I090.09 410, F-4101, Connection into existing combined maintenance hole, catch basins, ditch inlets, ea
culverts and sewers
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
I090.10 407, 410, Drop Pipe for Existing Combined Maintenance Hole Including Modifications ea
F-4070,
F-4100
I090.11 904, F-9040, Miscellaneous 30MPa Concrete, Formed, where not otherwise provided m3
F-9045,
I090.12 904, 905, Miscellaneous Reinforced 30MPa concrete, Formed, where not otherwise m3
F-9040, provided
F-9045,
I090.13 904, F-9040, Miscellaneous 20MPa Concrete, Unformed, where not otherwise provided m3
F-9045,
I090.14 902, Clay Seal for combined sewer pipe ea
I090.15 F-4106, Combined Sewer Installation "All Inclusive Price Method" including Trench Cut m
Reinstatement
I090.17 401, Unshrinkable Fill for Trench Backfilling (Using 0.4 MPa Concrete) m3
I090.18 F-4104, Flowable Fill Concrete m3
I090.19 409, F-4090, Cleaning and Televise Sewers m
I090.20 410, F-4101 Breaking into and Connection into Existing Combined Maintenance Holes, Catch ea
Basins, Ditch Inlets, Culverts and Sewers
I999 BLANK ITEMS
I999.01 Blank
I999.02 Blank
I999.03 Blank
I999.04 Blank
I999.05 Blank
I999.06 Blank
I999.07 Blank
I999.08 Blank
I999.09 Blank
I999.10 Blank
J -- TRAFFIC --
J00 -- TRAFFIC --
J010 HANDHOLES AND MAINTENANCE HOLES
J010.01 128, F-6202, Traffic Maintenance hole per T4 ea (P)
J010.02 128, F-6202, Traffic Handhole per T1 ea (P)
J010.03 408, F-4080, Adjust existing traffic maintenance hole ea (P)
F-6202
J010.04 408, F-4080, Adjust existing traffic hand hole ea (P)
F-6202
J020 50 MM DUCT
J020.04 F-6203, 50mm Rigid duct, concrete encased in paved surface per T7 m
J020.05 F-6203, 2 x 50mm Rigid duct, concrete encased in paved surface per T7 m

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
J020.06 F-6203, 3 x 50mm Rigid duct, concrete encased in paved surface per T7 m
J020.07 F-6203, Any additional 50 mm Rigid Duct, concrete encased in common trench under m
paved surface per T7
J020.08 F-6203, 50mm Rigid duct, concrete encased in unpaved surface per T7 m
J020.09 F-6203, 2 x 50mm Rigid duct, concrete encased in unpaved surface per T7 m
J020.10 F-6203, 3 x 50mm Rigid duct, concrete encased in unpaved surface per T7 m
J020.11 F-6203, Any additional 50mm Rigid duct, concrete encased in common trench under m
unpaved surface per T7
J030 75 MM DUCT
J030.01 F-6203F-8004, 75mm Rigid duct, direct buried in unpaved surface per T7 m
J030.04 F-6203, 75mm Rigid duct, concrete encased in paved surface per T7 m
J030.05 F-6203, 2 x 75mm Rigid duct, concrete encased in paved surface per T7 m
J030.06 F-6203, 3 x 75mm Rigid duct, concrete encased in paved surface per T7 m
J030.07 F-6203, Any additional 75mm Rigid Duct, concrete encased in common trench under m
paved surface per T7
J030.08 F-6203, 75mm Rigid duct, concrete encased in unpaved surface per T7 m
J030.09 F-6203, 2 x 75mm Rigid duct, concrete encased in unpaved surface per T7 m
J030.10 F-6203, 3 x 75mm Rigid duct, concrete encased in unpaved surface per T7 m
J030.11 F-6203, Any additional 75mm Rigid duct, concrete encased in common trench under m
unpaved surface per T7
J040 100 MM DUCT
J040.04 F-6203, 100mm Rigid duct, concrete encased in paved surface per T7 m
J040.05 F-6203, 2 x 100mm Rigid duct, concrete encased in paved surface per T7 m
J040.06 F-6203, 3 x 100mm Rigid duct, concrete encased in paved surface per T7 m
J040.07 F-6203, 4 x 100mm Rigid duct, concrete encased in paved surface per T7 m
J040.08 F-6203, Any Additional 100mm Rigid duct, concrete encased in common trench under m
paved surface per T7
J040.09 F-6203, 100mm Rigid duct, concrete encased in unpaved surface per T7 m
J040.10 F-6203, 2 x 100mm Rigid duct, concrete encased in unpaved surface per T7 m
J040.11 F-6203, 3 x 100mm Rigid duct, concrete encased in unpaved surface per T7 m
J040.12 F-6203, Any additional 100mm Rigid duct, concrete encased in common trench under m
unpaved surface per T7
J050 125 MM DUCT
J050.01 F-6203, 125mm Rigid duct, concrete encased in paved surface per T7 m
J050.02 F-6203, 125mm Rigid duct, concrete encased in unpaved surface per T7 m
J060 GROUND RODS, WIRES, ETC.

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
J060.01 F-6203, Ground plate per T10 ea (P)
J060.02 F-6203, Ground wire in unpaved surface m (P)
J060.03 F-6203, Ground wire in common trench with duct m (P)
J060.04 F-6203, Ground wire in paved surface m (P)
J060.05 F-6203, Ground Rod (Vertical in soil) per T11 m (P)
J060.051 F-6203, Ground Rod (Vertical in soil) per T11 ea (P)
J060.06 F-6203, Ground Rod (Vertical in rock) per T12 m (P)
J070 TRAFFIC FOUNDATION
J070.01 F-6202, Tubular foundation per T21 ea (P)
J070.02 F-6202, Tubular foundation in rock per T25 ea (P)
J070.03 F-6202, Mast arm foundation per T22 ea (P)
J070.04 F-6202, Mast arm foundation in rock per T25 ea (P)
J070.05 F-6202, Joint use foundation per T23 ea (P)
J070.06 F-6202, Joint use foundation in rock per T25 ea (P)
J070.07 F-6202, Overhead flasher foundation per T15A ea (P)
J070.08 F-6202, Overhead flasher foundation in rock per T15B ea (P)
J070.09 F-6202, Overhead sign foundation (Transitway) per T14 ea (P)
J070.10 F-6202, Pylon Sign Foundation (Transitway) per T13 ea (P)
J070.11 F-6203, Controller pole foundation per T24 ea (P)
J070.12 F-6202, Controller pole foundation in rock per T25 ea (P)
J070.13 F-6202, Controller foundation 170 per T17 ea (P)
J070.14 F-6202, Disconnect Foundation per T26 ea (P)
J070.15 F-6202, Special overhead sign foundation per T18 ea (P)
J070.16 F-6202, Special overhead sign foundation in rock per T19 ea (P)
J080 SLEEVES
J080.01 F-6203, Install fibre sleeve ea (P)
J080.02 F-6203, Install plastic sleeve ea (P)
J090 DETECTOR LOOPS
J090.01 F-6209, Detector loop conductor cable and loop feeder cable in paved surface m (P)
J090.02 F-6209, Detector loop 25mm flexible conduit in paved surface m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
J090.03 F-6209, Detector loop 25mm flexible conduit in unpaved surface m (P)
J100 EXCAVATION
J100.01 F-6204, Additional earth excavation m3
J100.02 120, F-1201, Rock excavation m3
F-6204, (F-1201 - OPTIONAL)
J100.03 F-6204, Winter excavation (Traffic use only) m3
F-6206,
J110 REINSTATEMENT FOR TRAFFIC
J110.01 F-6205, Concrete Sidewalk 1 m2 to 10 m2 m2
J110.02 F-6205, Concrete Sidewalk 11 m2 to 25 m2 m2
J110.03 F-6205, Concrete Sidewalk 26 m2 and over m2
J110.04 F-6205, Concrete Curbing 1 m to 20 m m
J110.05 F-6205, Asphalt Surface with Gravel Base 1 m2 to 10 m2. Asphalt less than 75mm in m2
thickness
J110.06 F-6205, Asphalt surface with Gravel Base 1 m2 to 10 m2. Asphalt 75mm to 200mm in m2
thickness
J110.07 F-6205, Asphalt surface with Gravel Base 1 m2 to 10 m2. Asphalt over 200mm in m2
thickness
J110.08 F-6205, Asphalt surface with Gravel Base over 10m2. Asphalt less than 75mm in m2
thickness
J110.09 F-6205, Asphalt Surface with Gravel Base over 10 m2. Asphalt 75mm to 200mm in m2
thickness
J110.10 F-6205, Asphalt Surface with Gravel Base over 10 m2. Asphalt over 200 mm in thickness m2
J110.11 F-6205, Asphalt Surface with Concrete Base 1 m2 to 10 m2 with asphalt thickness m2
between 75mm and 200mm
J110.12 F-6205, Asphalt Surface with Concrete Base over 10 m2 with asphalt thickness between m2
75mm and 200mm
J110.13 F-6205, Asphalt Surface with Concrete Base 1 m2 to 10 m2 with asphalt thickness over m2
200mm
J110.14 F-6205, Asphalt Surface with Concrete Base over 10 m2 with asphalt thickness over m2
200mm
J120 MISCELLANEOUS TRAFFIC ITEMS
J120.01 F-6203, Risers for traffic plant ea
J120.02 F-6203, Concrete collar for risers per T9 ea
J120.03 F-6203, Drill into existing Hydro or Bell maintenance hole ea
J120.04 F-6203, Drill into existing traffic maintenance hole/hand hole ea
J120.05 904, F-6204, Additional concrete m3
J130 BICYCLE COUNTERS
J130.01 F-6211, 50mm Concrete Encased Rigid Duct between Bicycle Counter Hand-Holes m
F-6212
J130.02 F-6211, Bicycle Hand-Hole Interconnect Cable m
F-6212
J130.03 F-6211, 25mm Flexible Bicycle Counter Detection Loop Lead Conduit m
F-6212,
F-6213

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
J130.04 F-6211, Supply and Install Bicycle Counter Hand-Holes ea
F-6212,
F-6213
J130.05 F-6211 Supply and Install Bicycle Counter Detection Loop Sensor Wire m
J130.06 F-6212, Supply and Install Bicycle Counter Preformed Detection Loops (item #797 Eco m
F-6213 Counter)
J130.07 F-6212 Supply Bicycle Counter Sensor Electronics Package (model Eco Combo ea
XGCZC0003 for cycle tracks) and Installation Coordination
J130.08 F-6211 Supply Bicycle Counter Sensor Electronics Package (model Eco Combo ea
XGCZC0007 for cycling lanes) and Installation Coordination
J130.09 F-6213 Supply Bicycle Detector Loop Electronics Package (model Eco Combo ea
XGCAC0004 for multi-use pathways) and Installation Coordination
J999 BLANKS ITEMS
J999.01 Blank
J999.02 Blank
J999.03 Blank
J999.04 Blank
J999.05 Blank
J999.06 Blank
J999.07 Blank
J999.08 Blank
J999.09 Blank
J999.10 Blank
K -- ELECTRICAL --
K00 -- ELECTRICAL --
K010 25 MM DUCT
K020 37 MM DUCT
K020.01 106, 603 37mm Flexible duct polyethylene direct buried m
K020.02 106, 603 37mm PVC rigid duct surface mounted m
K030 50 MMDUCT
K030.01 106, 603 50mm Flexible duct polyethylene direct buried m
K030.02 106, 603 50mm Polymeric PVC rigid duct direct buried m
K030.03 106, 603 50mm Polymeric PVC rigid duct concrete encased m
K030.04 106, 603 50mm PVC rigid duct surface mounted m
K040 75 MM DUCT
K040.01 106, 603 75mm Flexible duct Polyethylene direct buried m

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K040.02 106, 603 75mm Polymeric PVC rigid duct direct buried m
K040.03 106, 603 2 x 75mm Polymeric PVC rigid duct direct buried m
K040.04 106, 603 3 x 75mm Polymeric PVC rigid duct direct buried m
K040.05 106, 603 4 x 75mm Polymeric PVC rigid duct direct buried m
K040.06 106, 603 75mm Polymeric PVC rigid duct concrete encased m
K040.07 106, 603 2 x 75mm Polymeric PVC rigid duct concrete encased m
K040.08 106, 603 3 x 75mm Polymeric PVC rigid duct concrete encased m
K040.09 106, 603 4 x 75mm Polymeric PVC rigid duct concrete encased m
K050 100 MM DUCT
K050.01 106, 603 100mm Polymeric PVC rigid duct direct buried m
K050.02 106, 603 2 x 100mm Polymeric PVC rigid duct direct buried m
K050.03 106, 603 3 x 100mm Polymeric PVC rigid duct direct buried m
K050.04 106, 603 4 x 100mm Polymeric PVC rigid duct direct buried m
K050.05 106, 603 100mm Polymeric PVC rigid duct concrete encased m
K050.06 106, 603 2 x 100mm Polymeric PVC rigid duct concrete encased m
K050.07 106, 603 3 x 100mm Polymeric PVC rigid duct concrete encased m
K050.08 106, 603 4 x 100mm Polymeric PVC rigid duct concrete encased m
K060 125 MM DUCT
K060.01 106, 603 125mm Polymeric PVC rigid duct direct buried m
K060.02 106, 603 125mm Polymeric PVC rigid duct concrete encased m
K070 MISCELLANEOUS DUCT ITEMS
K070.01 106, 603 PVC rigid duct wooden pole riser with weatherhead ea (P)
K070.02 106, 603 PVC surface mounted duct systems m (P)
K070.03 106, 603 Concrete collar on wooden pole for PVC rigid duct ea (P)
K070.04 106, 603 PVC junction boxes ea (P)
K070.05 106, 603 Rock excavation for electrical installations m3
K080 MAINTENANCE HOLES AND HANDHOLES
K080.01 106, 602 Electrical handhole for streetlighting as per City of Ottawa Dwg LID0008 ea (P)
K080.02 106, 602 Electrical maintenance hole for streetlighting as per City of Ottawa Dwg LID0011 ea (P)
K080.03 106, 602 Adjust or rebuild electrical maintenance hole for streetlighting ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K080.04 106, 602 Electrical chamber drains m (P)
K090 LOW VOLTAGE CABLE
K090.01 106, 604 #1/0 AWG Copper RWU 90 low voltage cable in duct m
K090.02 106, 604 #0 AWG Copper RWU 90 low voltage cable in duct m
K090.03 106, 604 #2 AWG Copper RWU 90 low voltage cable in duct m
K090.04 106, 604 #4 AWG Copper RWU 90 low voltage cable in duct m
K090.05 106, 604 #6 AWG Copper RWU 90 low voltage cable in duct m
K090.06 106, 604 #8 AWG Copper RWU 90 low voltage cable in duct m
K090.07 106, 604 #10 AWG Copper RWU 90 low voltage cable in duct m
K090.08 106, 604 #12 AWG Copper RWU 90 low voltage cable in duct m
K100 HIGH VOLTAGE CABLE
K100.01 106, 604 High voltage cable in duct m
K100.02 106, 604 High voltage cable terminations and splices ea
K100.03 106, 603 25mm PVC rigid duct surface mounted m
K110 GROUND RODS, WIRES, ETC.
K110.01 106, 609 # 2/0 AWG bare copper ground wire m
K110.02 106, 609 #2 AWG bare copper ground wire m
K110.03 106, 609 #6 AWG bare copper ground wire m
K110.04 106, 609 Ground rods ea (P)
K120 UNDERPASS LUMINAIRES
K120.01 106, 611, 70 Watt HPS underpass luminaire with lamp per OPSD 2305.020 ea (P)
F-6011,
F-6111
K120.02 106, 611, 100 Watt HPS underpass luminaire with lamp per OPSD 2305.020 ea (P)
F-6011,
F-6111
K120.03 106, 611, 150 Watt HPS underpass luminaire with lamp per OPSD 2305.020 ea (P)
F-6011,
F-6111F-6011,
F-6111,
K120.04 106, 611, 200 Watt HPS underpass luminaire with lamp per OPSD 2305.020 ea (P)
F-6011,
F-6111F-6011,
F-6111,
K120.05 106, 611, Re-lamp underpass luminaires ea (P)
F-6011,
F-6111
K140 POWER SUPPLY EQUIPMENT
K140.01 106, 614 Supply control cabinet assembly Type 1 per OPSD 2440.01 ea (P)
K140.02 106, 614 Distribution assembly Type 1 per OPSD 2400.010 ea (P)
K140.03 106, 614 Distribution assembly Type 2 per OPSD 2401.010 ea (P)
K150 4.5 M POLES

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K150.01 106, 615, 4.5m Base mounted aluminium pole per City of Ottawa Dwg. ea (P)
F-6011,
F-6151
K150.02 106, 615, 4.5m Base mounted steel pole for Transitway platform ea (P)
F-6011,
F-6151
K160 6.0 M POLES
K160.01 106, 615, 6.0m Aluminium pole-base mounted per OPSD 2432.010 ea (P)
F-6011,
F-6151
K160.02 106, 615, 6.1m Concrete pole direct buried per City of Ottawa Dwgs ea (P)
F-6011,
F-6151
K160.03 106, 615, 6.0m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-6011,
F-6151
K170 7.5 M POLES & 8 M POLES
K170.02 106, 615, 7.5m Aluminium pole-base mounted per Ottawa Hydro ea (P)
F-6011,
F-6151
K170.03 106, 615, 7.5m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-5161,
F-6011
K170.04 106, 615, 8.3m Base mounted aluminum pole per City of Ottawa Dwg. ea (P)
F-6011,
F-6151
K180 9 M POLES
K180.01 106, 615, 9.0m Concrete pole-direct buried in earth Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151
K180.02 106, 615, 9.0m Aluminium pole-base mounted per OPSD 2432.010 ea (P)
F-5161,
F-6011
K180.03 106, 615, 9.0m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-6011,
F-6151
K180.04 106, 615, 9.0m Concrete pole-direct buried in rock Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151
K180.05 106, 615, 9.1m Concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K180.06 106, 615, 9.1m Large butt Concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K180.07 106, 615, 9.1m Concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151
K180.08 106, 615, 9.1m Large butt Concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K180.10 106, 615, 9.8m Base mounted aluminium pole per City of Ottawa Dwg. ea (P)
F-6011,
F-6151
K190 10 M POLES AND 11 M POLES
K190.01 106, 615, 10.5m Aluminium pole-base mounted per OPSD 2432.010 ea (P)
F-6011,
F-6151
K190.02 106, 615, 10.5m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-6011,
F-6151
K190.03 106, 615, 10.7m Concrete pole-direct buried in earth Class 'D' per OPSD 2410.010 ea (P)
F-6011,
F-6151
K190.04 106, 615, 10.7m Concrete pole-direct buried in rock Class 'D' per OPSD 2410.010 ea (P)
F-6011,
F-6151
K190.05 106, 615, 10.7m Concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K190.06 106, 615, 10.7m Large butt concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K190.07 106, 615, 10.7m Concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151
K190.08 106, 615, 10.7m Large butt concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151
K190.09 106, 615, 10.7m Large butt concrete pole direct buried ea (P)
F-6011,
F-6151
K190.10 106, 615, 11.3m Base mounted aluminum pole per City of Ottawa Dwg. ea (P)
F-6011,
F-6151
K200 12 M POLES
K200.01 106, 615, 12.0m Aluminium pole-base mounted per OPSD 2432.010 ea (P)
F-6011,
F-6151
K200.02 106, 615, 12.0m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-6011,
F-6151
K200.03 106, 615, 12.2m Wood pole direct buried in Earth (Class 'B') ea (P)
F-6011,
F-6151
K200.04 106, 615, 12.2m Wood pole direct buried in Rock (Class 'B') ea (P)
F-6011,
F-6151
K200.06 106, 615, 12.5m Concrete pole-direct buried in earth Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151
K200.07 106, 615, 12.5m Concrete pole-direct buried in rock Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K200.08 106, 615, 12.5m Concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K200.09 106, 615, 12.5m Large butt concrete pole-direct buried in earth (Class 'B') ea (P)
F-6011,
F-6151
K200.10 106, 615, 12.5m Concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151
K200.11 106, 615, 12.5m Large butt concrete pole-direct buried in rock (Class 'B') ea (P)
F-6011,
F-6151
K200.12 106, 615, 12.5m Large butt concrete pole-direct buried (Class 'D') ea (P)
F-6011,
F-6151
K210 14 M POLES
K210.01 106, 615, 14.0m Concrete pole-direct buried in earth Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151
K210.02 106, 615, 14.0m Concrete pole-direct buried in rock Class 'D' per OPSD 2410.01 ea (P)
F-6011,
F-6151
K220 15 M POLES
K220.01 106, 615, 15.1m Aluminium pole-base mounted per OPSD 2432.010 ea (P)
F-6011,
F-6151
K220.02 106, 615, 15.1m Steel pole-base mounted per OPSD 2415.010 ea (P)
F-6011,
F-6151
K230 HIGH MAST LIGHT POLES
K230.01 106, 630, 25m Steel high mast light pole (octagonal) per OPSD 2450.01 ea (P)
F-6011,
F-6301
K230.02 106, 630, 30m Steel high mast light pole (octagonal) per OPSD 2450.01 ea (P)
F-6011,
F-6301
K230.03 106, 630, 35m Steel high mast light pole (octagonal) per OPSD 2450.01 ea (P)
F-6011,
F-6301
K240 BASES, FOOTINGS AND ANCHORS
K240.01 106, 616 Concrete footing in earth with anchorage assembly per OPSD 2200.01 ea (P)
K240.02 106, 616 Concrete footing in rock with anchorage assembly per OPSD 2200.03 ea (P)
K240.03 106, 616 Concrete footing in earth for 3.3m pole with anchorage assembly per OPSD ea (P)
2200.04
K240.04 106, 616 Concrete footing for platform pole with anchorage assembly ea (P)
K240.05 106, 631 Concrete footings for high mast poles ea (P)
K240.06 106, 615, Frangible base as per City of Ottawa Dwg. ea (P)
F-6011,
F-6151

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K240.07 106, 615, Guy anchor ea (P)
F-6011,
F-6151
K240.08 106, 615, Guy span ea (P)
F-6011,
F-6151
K240.09 106, 615, Concrete footing for aluminum light pole as per City of Ottawa Dwgs ea (P)
F-6011,
F-6151
K250 LUMINAIRES - FLAT GLASS COBRAHEAD
K250.01 106, 617, 70 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K250.02 106, 617, 100 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K250.03 106, 617, 150 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K250.04 106, 617, 200 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K250.05 106, 617, 250 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K250.06 106, 617, 400 Watt HPS "flat glass cobrahead" roadway lighting luminaire with ea (P)
F-6011, photocontroller
F-6171
K260 LUMINAIRES - SPECIALTY FLAT GLASS
K260.01 106, 617, 70 Watt HPS "specialty flat glass" roadway lighting luminaire with photocontroller ea (P)
F-6011,
F-6171
K260.02 106, 617, 100 Watt HPS "specialty flat glass" roadway lighting luminaire with photocontroller ea (P)
F-6011,
F-6171
K260.03 106, 617, 150 Watt HPS "specialty flat glass" roadway lighting luminaire with photocontroller ea (P)
F-6011,
F-6171
K260.04 106, 617, 200 Watt HPS "specialty flat glass" roadway lighting luminaire with photocontroller ea (P)
F-6011,
F-6171
K260.05 106, 617, 250 Watt HPS "specialty flat glass" roadway lighting luminaire with photocontroller ea (P)
F-6011,
F-6171
K260.06 106, 617, 400 Watt HPS "specialty flat glass" with roadway lighting luminaire photocontroller ea (P)
F-6011,
F-6171
K270 LUMINAIRES - HIGH MAST
K270.01 106, 617, High mast luminaires, high bay type ea (P)
F-6011,
F-6171

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
K270.02 106, 617, High mast luminaires, floodlighting type ea (P)
F-6011,
F-6171
K280 BRACKETS
K280.01 106, 617, 1.8m Aluminum tapered elliptical bracket per OPSD 2420.01 ea (P)
F-6011,
F-6171
K280.02 106, 617, 2.4m Aluminum tapered elliptical bracket per OPSD 2420.01 ea (P)
F-6011,
F-6171
K280.03 106, 617, 1.8m Aluminum tapered elliptical bracket per City of Ottawa Dwg. ea (P)
F-6011,
F-6171
K280.04 106, 617, 2.4m Aluminum tapered elliptical bracket per City of Ottawa Dwg. ea (P)
F-6011,
F-6171
K280.05 106, 617, 3.0m Aluminum tapered elliptical bracket per City of Ottawa Dwg. ea (P)
F-6011,
F-6171
K999 BLANK ITEMS
K999.01 Blank
K999.02 Blank
K999.03 Blank
K999.04 Blank
K999.05 Blank
K999.06 Blank
K999.07 Blank
K999.08 Blank
K999.09 Blank
K999.10 Blank
L -- ROAD --
L00 -- ROAD --
L010 CLEARING & GRUBBING
L010.01 201, Clearing m2 (P)
L010.02 201, Clearing ha (P)
L010.03 201, Close cut clearing m2 (P)
L010.04 201, Close cut clearing ha (P)
L010.05 201, Grubbing m2 (P)
L010.06 201, Grubbing ha (P)
L010.07 201, Clearing and grubbing m2 (P)
L010.08 201, Clearing and grubbing ha (P)
L010.081 201, Clearing and grubbing LS
L010.09 201, Mechanical stump cutting ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L010.10 201, Removal of surface boulders m2 (P)
L020 REMOVAL AND RELOCATION
L020.01 510, Removal and relocation of commercial sign ea (P)
L020.02 510, Removal and relocation of temporary concrete barrier m (P)
L020.03 510, Removal and relocation of precast concrete curb m (P)
L020.04 510, Removal and relocation of mail boxes ea (P)
L030 REMOVAL AND SALVAGE
L030.01 510, Removal and salvage of aluminum or steel pole ea (P)
L030.02 510, Removal and salvage of concrete Jersey barrier m (P)
L030.03 510, Removal and salvage of concrete pole ea (P)
L030.04 510, Removal and salvage of existing traffic plant LS
L030.05 510, Removal and salvage of granular 'B' m3
L030.06 610, F-6101 Removal and salvage of luminaire ea (P)
L030.07 610, F-6101 Removal and Salvage of luminaires and brackets ea
L030.08 510, Removal and salvage of precast concrete curb m (P)
L030.09 510, Removal and salvage of precast curb m (P)
L030.10 510, Removal and salvage of unit pavers m2 (P)
L030.11 510, Removal and salvage of wooden pole ea (P)
L040 REMOVALS - GENERAL
L040.01 510, Removal of 3 cable guide rail m (P)
L040.02 510, Removal of aerial cable m (P)
L040.03 510, Removal of aluminum or steel pole ea (P)
L040.04 510, Removal of asphalt curb m (P)
L040.05 510, Removal of asphalt sidewalk m2 (P)
L040.06 510, Removal of catchbasin ea (P)
L040.07 510, Removal of chain link security fence m (P)
L040.08 510, Removal of concrete culvert m (P)
L040.09 510, Removal of concrete curb and gutter m (P)
L040.10 510, Removal of concrete footings, pads, electrical maintenance holes, junction boxes ea (P)
L040.11 510, Removal of concrete foundation ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L040.13 510, Removal of concrete median m2 (P)
L040.14 510, Removal of concrete pole ea (P)
L040.15 510, Removal of concrete sidewalk m2 (P)
L040.16 510, Removal of CSP culverts (all sizes) m (P)
L040.17 510, Removal of fence m (P)
L040.18 510, Removal of hedge m (P)
L040.19 510, Removal of house foundation ea (P)
L040.20 510, Removal of integral curb and gutter m (P)
L040.21 610, F-6101, Removal of luminaire ea (P)
L040.22 610, F-6101, Removal of luminaire & bracket ea (P)
L040.23 610, F-6101, Removal of pole mounted power supply/control equipment ea (P)
L040.24 510, Removal of precast concrete curb m (P)
L040.25 510, Removal of sanitary maintenance hole ea (P)
L040.26 510, Removal of sanitary sewer pipe m (P)
L040.27 510, Removal of steel beam guiderail m (P)
L040.28 510, Removal of traffic foundation ea (P)
L040.29 510, Removal of traffic foundation to 150mm below grade ea (P)
L040.30 510, Removal of traffic handhole ea (P)
L040.31 510, Removal of traffic maintenance hole ea (P)
L040.32 510, Removal of underground duct and cable m (P)
L040.33 510, Removal of wooden pole ea (P)
L040.34 510, Removal of any size Culverts including Headwalls m (P)
L040.35 510, Saw-cutting of asphalt m
L040.36 510, Saw Cutting Concrete Pavement m
L040.37 510, F-5103 Removal of asphalt pavement by dry grinding m2
L040.38 510, Remove Asphalt Pavement - Full Depth (Stripping) m2
L040.39 510, Removal of Full Depth Asphalt by Pulverizing m2
L040.40 510, Removal of Concrete Pavement m2
L040.41 510 Removal of storm maintenance hole ea (P)
L040.42 510 Removal of storm sewer pipe (all sizes) m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L040.43 510 Removal of ditch inlet ea (P)
L040.44 510 Removal of catchbasin lead (all sizes) m (P)
L050 REMOVALS OF BUILDINGS
L050.01 510, Demolition and removal of buildings ea (P)
L060 REMOVAL SALVAGE AND PLACE
L060.01 510, Removal, salvage and placement of granular 'B' m3
L070 REMOVAL SALVAGE AND RE-ERECTION
L070.01 510, Removal, salvage and re-erection aluminum or steel pole ea (P)
L070.02 510, Removal, salvage and re-erection of concrete pole ea (P)
L070.03 510, Removal, salvage and re-erection of wooden pole ea (P)
L070.04 610, F-6101, Removal, salvage and re-erection of OC Transpo sign ea (P)
L080 REMOVAL SALVAGE AND RE-INSTALLATION
L080.01 610, F-6101, Removal, salvage and re-installation of luminaire ea (P)
L080.02 610, F-6101, Removal, salvage and re-installation of luminaire & bracket ea (P)
L080.03 510, Removal, salvage and re-installation of precast curb m (P)
L080.04 510, Removal, salvage and re-installation of unit pavers m2 (P)
L090 TREE PROTECTION
L090.01 801, F-8011, Barrier for tree protection m
L110 SEDIMENT & EROSION CONTROL
L110.01 805, Straw bale check dam ea (P)
L110.02 805, Silt fence m (P)
L110.03 1010, Sedimentation dam ea (P)
L110.04 805, Filtration basin ea (P)
L120 EARTH EXCAVATION
L120.01 206, 510, Earth excavation - grading m3 (P)
L120.02 206, 510, Earth excavation - grading, including all removals m3 (P)
F-2060,
F-4104,
L120.03 206, 510, Earth excavation for utilities m3 (P)
F-2060,
F-4104,
L120.04 206, 510, Excavation for pavement widening m3 (P)
F-2060,
F-4104,
L120.05 501, Compaction of subgrade m2 (P)
L120.06 206, F-2065 Earth ditch clean out m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L130 ROCK EXCAVATION
L130.01 120, 206, Rock excavation - grading m3
F-1201, (F-1201 - OPTIONAL)
L130.02 206, Scaling of rock face m2
L130.03 206, Rock shatter m3
L130.04 206, Rock wall plug ea
L130.05 206, Rock wall drain ea
L130.06 206, F-2065 Rock ditch clean out m
L140 EARTH BORROW
L140.01 212, Earth borrow m3
L140.02 212, Earth borrow t
L150 ROCK BORROW
L150.01 212, Rock borrow m3
L150.02 212, Rock borrow t
L160 SELECT SUBGRADE MATERIAL
L160.01 314, F-3147, Select subgrade material m3 28.00
L160.02 314, F-3147, Select subgrade material t 14.00
L160.03 209, F-3147, Select subgrade material (swamp backfill) m3 28.00
L160.04 209, F-3147, Select subgrade material (swamp backfill) t 14.00
L170 EXTRUDED EXPANDED POLYSTYRENE
L170.01 316, Extruded expanded polystyrene treatment - 25mm thick m2 (P)
L170.02 316, Extruded expanded polystyrene treatment - 40mm thick m2 (P)
L170.03 316, Extruded expanded polystyrene treatment - 50mm thick m2 (P)
L170.04 316, Extruded expanded polystyrene treatment - 75mm thick m2 (P)
L170.05 316, Extruded expanded polystyrene treatment - 80mm thick m2 (P)
L170.06 316, Extruded expanded polystyrene treatment - 100mm thick m2 (P)
L170.07 316, Extruded expanded polystyrene treatment - 125mm thick m2 (P)
L180 DEWATERING
L180.01 517, Dewatering LS
L190 GEOTEXTILES, GEOGRIDS
L190.01 511, Geotextile fabric - non woven (Class I) m2

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L190.02 511, Geotextile fabric - non woven Class II m2
L190.03 209, Geotextile for swamp treatment m2
L190.04 511, Geotextile for rip rap and rock protection m2
L190.05 512, Geotextile for gabions m2
L190.06 Geogrid (unidirectional) m2
L190.07 Geogrid (bidirectional) m2
L190.08 511, Slope protection blanket m2
L190.09 511, Geotextile Fabric - Woven Class I m2
L190.10 511, Geotextile Fabric - Woven Class II m2
L200 ROCK PROTECTION
L200.01 511 Rock Protections m3
L200.02 511, Rip rap, random m2 (P)
L200.03 511, Rip rap, grouted m2 (P)
L200.04 511, Rip rap, ungrouted m2 (P)
L200.05 511, Rip rap, riverstone m2 (P)
L200.06 511, Rip rap, handlaid m2 (P)
L200.07 511, Rip-rap for sewer or culvert outlet per OPSD 810.010 'A' m2 (P)
L200.08 511, Rip-rap for sewer or culvert outlet per OPSD 810.010 'B' m2 (P)
L200.09 511, Rip-rap treatment for ditch inlets per OPSD 810.020 ea (P)
L200.10 511, Rip-rap treatment for ditch inlets per OPSD 810.020 m2 (P)
L200.11 512, Gabions m3 (P)
L210 GRANULARS BASE
L210.01 314, 501, Granular 'A' t
F-3147,
L210.02 314, 501, Granular 'B' Type I t
F-3147,
L210.03 314, 501, Granular 'B' Type II t
F-3147
L210.04 314, 501, Granular 'C' t
L210.05 314, 501, Granular 'M' t
F-3147,
L210.06 314, 501, Granular 'O' t
F-3147
L210.07 314, Stonedust t
L210.08 314, Railway ballast t

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L210.09 314, Railway sub-ballast t
L210.10 314, F-3145 Clear stone t
L210.11 314, Lightweight material t
L210.12 314, Lightweight material m3
L220 DUST SUPPRESSION
L220.02 506, Water for dust suppression m3
L220.04 506, Calcium chloride flake kg
L230 ASPHALT SIDEWALKS, MEDIANS, BOULEVARDS AND ISLANDS
L230.01 311, F-3110, Asphalt Sidewalks, medians, boulevards and islands m2 (P)
L240 GUTTERS AND GUTTER OUTLETS
L240.01 312, Asphalt curb as per OPSD 601.01 m (P)
L240.02 312, Asphalt gutter as per OPSD 601.01 m (P)
L240.03 312, 45 or 30 degree asphalt gutter outlet as per OPSD 605.02 m (P)
L240.04 312, 90 degree asphalt gutter outlet as per OPSD 604.02 m (P)
L240.05 353, 45 degree concrete gutter outlet as per OPSD 605.01 m (P)
L240.06 353, 90 degree concrete gutter outlet as per OPSD 604.01 m (P)
L240.07 312, Asphalt spillways m (P)
L240.08 353, 904, Concrete spillways m (P)
F-9040,
F-9045,
L250 SIDEWALKS, BOULEVARDS, MEDIANS, SLOPE PAVING AND PATHWAYS
L250.01 351, 904, Concrete median cap as per SC10 m2 (P)
F-3510,
F-9040,
F-9045,
L250.02 351, 904, Concrete median ripple strip as per OPSD 503.01 m2 (P)
F-3510,
F-9040,
F-9045,
L250.03 F-9049, Flagstone slope paving m2
L250.04 355, F-3550, Sidewalk unit paver as per SC9 m2 (P)
L250.05 Sidewalk granite m2 (P)
L250.06 351, 904, Concrete sidewalks, boulevards and islands m2 (P)
F-3510,
F-9040,
F-9045,
L250.07 351, 904, Monolithic concrete sidewalks, boulevards and islands m2 (P)
F-3510,
F-9040,
F-9045,
L250.08 904, F-3515, Concrete Driveways m2 (P)
F-9040,
F-9045,
L250.09 351, F-3510, 2.2m x 5.8m Concrete bus pad ea (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L250.10 904, F-3513, Slab jacking of Concrete Sidewalks and Slabs m2
F-9040,
F-9045,
L250.11 351, F-3512 TWSI m2
L250.14 351, 904, Monolithic concrete median as per SC10 m2
F-3510,
F-9040,
F-9045
L250.15 351, F-3510 1.55mx5.8m Concrete bench pad ea
L250.16 Bus flag pole ea
L260 CURBS
L260.01 353, 904, Concrete barrier curb as per SC1.1 m (P)
F-3531,
F-9040,
F-9045,
L260.02 353, 904, Concrete barrier curb with gutter as per SC1.2 m (P)
F-3531,
F-9040,
F-9045,
L260.03 353, 904, Concrete mountable curb with gutter as per SC1.3 m (P)
F-3531,
F-9040,
F-9045,
L260.04 904, F-3532, Precast concrete curb as per OPSD 603.02 m
F-9040,
F-9045,
L260.05 Granite curb m (P)
L260.06 Granite curb bullnose ea (P)
L260.07 Granite curb corner ea (P)
L265 ASPHALT DRIVEWAYS/PRIVATE WALKS
L265.04 311, F-3101, HL3F mix with PGAC 58-34 for Residential Driveways/ Private Walks/ t
F-3130 Commercial Driveway
L265.05 311, F-3101, HL3F mix with PGAC 64-34 for Industrial Driveway t
F-3130
L265.13 311, F-3130 HL3F mix with PGAC 58-34 for Residential Driveways/ Private Walks/ m2
Commercial Driveway
L265.14 311, F-3130 HL3F mix with PGAC 64-34 for Industrial Driveway m2
L340 CONCRETE ROAD BASE
L340.01 350, F-9040, Concrete Road Base 100mm thick (Using 35 MPa concrete) m2 (P)
F-9045,
L340.02 350, F-9040, Concrete Road Base 150mm thick (Using 35 MPa concrete) m2 (P)
F-9045,
L340.03 350, F-9040, Concrete Road Base 200mm thick (Using 35 MPa concrete) m2 (P)
F-9045,
L350 INTERLOCKING CONCRETE PAVERS
L350.01 355, F-3550, Interlocking Concrete Pavers m2 (P)
L360 ADJUST MAINTENANCE HOLE, CATCHBASIN, CURB INLET, VALVE
CHAMBER, VALVE BOX AND DITCH INLET
L360.02 F-4081, Install and Adjust Self-leveling frame and cover ea (P)
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L360.03 408, F-4080, Adjusting or Rebuilding Catch Basins, any size, any type including twin ea (P)
L360.04 408, F-4080, Adjusting or Rebuilding Curb Inlet, Catch Basins, any size, any type including twin ea (P)
L360.05 408, F-4080, Adjusting or Rebuilding Maintenance Holes and Valve Chambers, any size, any ea (P)
type
L360.06 408, F-4080, Adjusting or Rebuilding Ditch Inlet, any size, any type ea (P)
L360.07 408, F-4080, Adjusting or Rebuilding of Valve Boxes, any size, any type ea (P)
L360.08 408, F-4080, Install and Adjust Self-levelling Valve Box ea (P)
F-4081,
L370 MISCELLANEOUS ROAD ITEMS
L370.01 305, F-3051, Granular Sealing m2 (P)
L370.03 F-3500, Ultra Thin White Topping m2
L370.06 F-3112, Warm Mix Asphalt Additive t
L370.07 311, F-3101, HL3F with PGAC 58-34 for curb cuts and small patches t
F-3104,
F-3130
L373 SUPERPAVE 4.75mm HOT MIX ASPHALT
L373.02 F-3101, Performance Graded Superpave 4.75mm Level B (PG 58-34) t
F-3106,
F-3130
L373.09 F-3101, Performance Graded Superpave 4.75mm Level D (PG 64-34) t
F-3106,
F-3130
L380 SUPERPAVE12.5 MM HOT MIX ASPHALT
L380.11 F-3101, Performance Graded Superpave 12.5mm Level B (PG 58-34) t
F-3106,
F-3130
L380.16 F-3101, Performance Graded Superpave 12.5mm FC1 Level D (PG 64-34) t
F-3106,
F-3130
L380.18 F-3101, Performance Graded Superpave 12.5mm FC2 Level D (PG 64-34) t
F-3106,
F-3130
L380.20 F-3101, Performance Graded Superpave 12.5mm Level D (PG 64-34) t
F-3106,
F-3130
L380.21 F-3101, Performance Graded Superpave 12.5mm FC2 Level E (PG 70-34) t
F-3106,
F-3130
L390 SUPERPAVE19 MM HOT MIX ASPHALT
L390.02 F-3101, Performance Graded Superpave 19mm Level B (PG 58-34) t
F-3106,
F-3130
L390.05 F-3101, Performance Graded Superpave 19mm Level D (PG 64-34) t
F-3106,
F-3130
L390.06 F-3101, Performance Graded Superpave 19mm Level E (PG 70-34) t
F-3106,
F-3130
L999 BLANK ITEMS

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
L999.01 Blank 62
L999.02 Blank
L999.03 Blank
L999.04 Blank
L999.05 Blank
L999.06 Blank
L999.07 Blank
L999.08 Blank
L999.09 Blank
L999.10 Blank
M -- UNALLOCATED --
M00 -- UNALLOCATED --
N -- RESURFACING --
N00 -- RESURFACING --
N005 NON CONTINUOUS PAVING
N005.01 Machine Laid, Non-Continuous Paving t
N010 EQUIPMENT
N010.01 F-8026, Pulverizer hr
N010.02 F-8026, Pulverize existing asphalt m2
N010.03 F-3111, Material Transfer Vehicle t
N020 GRINDING, EXCAVATION & REMOVALS
N020.01 206, F-2060, Earth excavation m3
F-4104,
N020.011 206, F-2060, Earth excavation including managing of surplus material specifics m3
F-2063,
F-4104,
N020.02 510, Asphalt removal for joint repairs m2
N020.03 510, Asphalt removals m2
N020.04 F-5103, Dry grinding urban m2
N020.05 F-5103, Dry grinding rural m2
N020.06 510, Removal of concrete gutter m
N020.07 510, Saw-cutting of asphalt m
N020.08 F-8054, Restoring Roadway Surfaces by Pulverizing m2
N020.09 F-5104, Precision Milling m2

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N040 SURFACE TREATMENT AGGREGATE
N040.01 304, F-3041, Class 1 aggregate for surface treatment t
N040.02 304, F-3041, Class 2 aggregate for surface treatment t
N040.03 304, F-3041, Class 3 aggregate for surface treatment t
N040.04 304, F-3041, Class 4 aggregate for surface treatment t
N040.05 304, F-3041, Class 5 aggregate for surface treatment t
N040.06 304, F-3041, Class 6 aggregate for surface treatment t
N050 SLURRY & GRANULAR SEAL
N050.01 337, Slurry seal urban m2
N050.02 337, Slurry seal rural m2
N050.03 305, F-3051, Granular sealing m2
N050.04 304, HF-150S emulsion for surface treatment kg
N050.05 304, HF-250S emulsion for surface treatment kg
N050.06 304, CRS-2 emulsion kg
N050.07 304, HF 150-P Emulsified Asphalt for Surface Treatment kg
N060 COLD IN PLACE RECYCLING OF ASPHALT PAVEMENT AND COLD MIXES
N060.01 F-3399, Partial Depth Reclamation of Asphalt Pavement with Emulsion Stabilization m2
(75mm recycling/stabilizing depth)
N060.02 F-3399, Partial Depth Reclamation of Asphalt Pavement with Emulsion Stabilization m2
(100mm recycling/stabilizing depth)
N060.03 F-3399, Partial Depth Reclamation of Asphalt Pavement with Expanded Asphalt m2
Stabilization (75mm recycling/stabilizing depth)
N060.04 F-3399, Partial Depth Reclamation of Asphalt Pavement with Expanded Asphalt m2
Stabilization (100mm recycling/stabilizing depth)
N060.05 F-3399, Full Depth Reclamation of Asphalt Pavement with Emulsion Stabilization (150mm m2
recycling/150mm stabilizing depth, paver laid)
N060.051 F-3399, Full Depth Reclamation of Asphalt Pavement with Emulsion Stabilization (100mm m2
recycling/stabilizing depth, paver laid)
N060.052 F-3399, Full Depth Reclamation of Asphalt Pavement with Emulsion Stabilization (150mm m2
recycling/150mm stabilizing depth, grader laid)
N060.053 F-3399, Full Depth Reclamation of Asphalt Pavement with Emulsion Stabilization (100mm m2
recycling/stabilizing depth, grader laid)
N060.06 F-3399, Full Depth Reclamation of Asphalt Pavement with Expanded Asphalt Stabilization m2
(150mm recycling/150mm stabilizing depth, paver laid)
N060.061 F-3399, Full Depth Reclamation of Asphalt Pavement with Expanded Asphalt Stabilization m2
(100mm recycling/stabilizing depth, paver laid)
N060.062 F-3399, Full Depth Reclamation of Asphalt Pavement with Expanded Asphalt Stabilization m2
(150mm recycling/150mm stabilizing depth, grader laid)
N060.063 F-3399, Full Depth Reclamation of Asphalt Pavement with Expanded Asphalt Stabilization m2
(100mm recycling/stabilizing depth, grader laid)
N060.07 1103, HF150P Emulsion for Cold in Place Recycling or Cold Recycled Mix litre
N060.08 1103, CSS-1 Emulsion for Cold in Place Recycling or Cold Recycled Mix litre

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N060.09 1101, Performance Graded Asphalt Cement for Expanded Asphalt Stabilization (PG kg
58-28)
N060.10 1301, Portland Cement additive for CIP Recycling or CRM kg
N060.11 1301, Hydrated Lime additive for CIP Recycling or CRM kg
N060.12 333, F-3399, Cold Recycled Mix (CRM) with Emulsion Stabilization t
N060.13 333, F-3399, Cold Recycled Mix (CRM) with Expanded Asphalt Stabilization t
N060.14 309, Cold Mixed, Cold Placed Asphalt t
N060.15 314, Supply Corrective Aggregates t
N230 HL3F
N230.01 311, F-3101, HL3F with PGAC 58-34 Sidewalks/ Driveways (hand-laid) t
F-3130
N230.02 311, F-3101, HL3F with PGAC 58-34 Spillway/swails t
F-3130
N230.03 311, F-3101, HL3F with PGAC 58-34 Spillway/swails m
F-3130
N230.04 311, F-3101, HL3F with PGAC 58-34 levelling t
F-3130
N230.05 311, F-3101, HL3F with PGAC 58-34 (Hand laid) t
F-3130
N240 STONE MASTIC ASPHALT (SMA)
N250 HOT-IN-PLACE RECYCLING
N250.01 332, Hot in-place recycling of asphalt pavement m2
N250.02 332, Hot in-place asphalt pavement repair m2
N260 ULTRA THIN WHITETOPPING
N260.01 F-3500, Ultra thin whitetopping m2
N270 WATER
N270.01 506, Water for dust control m3
N280 GRANULARS URBAN
N280.01 314, F-3147 Granular A roadbase urban t
N280.02 314, F-3147 Granular A shoulders urban t
N280.03 314, F-3147 Granular B type II roadbase urban t
N280.04 314, F-3147 Granular B type II shoulders urban t
N290 GRANULARS RURAL
N290.01 314, F-3147 Granular A roadbase rural t
N290.02 314, F-3147 Granular A shoulders rural t
N290.03 314, F-3047 Granular B type I roadbase rural t

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N290.04 314, F-3147, Granular B type I shoulders rural t
N290.05 314, F-3147 Granular B type II roadbase rural t
N290.06 314, F-3147 Granular B type II shoulders rural t
N300 GRANULARS: VARIOUS
N300.01 314, F-3147, Select Subgrade Material t 14.00
N300.02 314, F-3147, Granular O t
N300.03 314, Stone dust t
N300.04 511, Rip rap m2
N300.05 F-3142, Reclaimed Asphalt Pavement (RAP) for Road Base t
N310 ULTRA-THIN ASPHALT SURFACES
N310.01 336, F-3101, Microsurfacing m2
F-3360,
N310.02 310, Ultra-thin friction asphalt pavement m2
N320 CRACK SEALING
N320.01 369, F-8053, Routing, cleaning and sealing cracks in asphalt pavement - Overband m
N320.02 369, F-8053, Routing, cleaning and sealing cracks in asphalt pavement m
N320.03 369, F-8053, Cleaning and re-sealing cracks in asphalt pavement - maintenance - method 3 m
N330 CONCRETE PAVEMENT
N330.01 350, F-9040, Concrete pavement 100 mm m2
F-9045,
N330.02 350, F-9040, Concrete pavement 150 mm m2
F-9045,
N330.03 350, F-9040, Concrete pavement 200 mm m2
F-9045,
N330.04 350, F-9040, Concrete pavement 250 mm m2
F-9045,
N330.05 350, F-9040, Concrete pavement 300 mm m2
F-9045,
N330.06 360, Concrete base repairs m2
N340 CONCRETE SIDEWALK, CURB, MEDIAN URBAN
N340.01 351, F-3510, Concrete sidewalk m2
F-9040,
F-9045,
N340.011 351, F-3511, Concrete sidewalk with Granular 'A' Bedding included m2
F-9040,
F-9045,
N340.02 353, F-3531, Concrete curb & gutter m
F-9040,
F-9045,
N340.03 353, F-9040, Concrete curb capping m
F-9045,
N340.04 353, F-3531, Concrete curb SC1.1 m
F-9040,
F-9045,
N340.05 351, F-9040, Concrete median m2
F-9045,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N340.06 351, F-9040, Concrete ripple strip m2
F-9045,
N340.07 351, 510, Removal and Replacement of existing Concrete Sidewalk m2
F-3510,
F-9040,
F-9045
N340.08 353, 510, Removal and Replacement of existing Concrete Curb m
F-3531,
N340.09 351, 510, Removal and Replacement of existing Concrete Median m2
F-3510,
F-9040,
F-9045
N340.10 353, 510, Removal and Replacement of existing Concrete Gutter m
F-3531,
F-9040,
F-9045
N340.11 351, 510, Removal of Existing and Replace with Monolithic Concrete Curb and Sidewalk m2
F-3510,
F-9040,
F-9045
N340.12 351, 510, Removal of Existing and Replace with Monolithic Concrete Curb and Sidewalk, m2
F-3511, all inclusive
F-9040,
F-9045
N340.13 351, 510, Removal of Existing Concrete Curb and Median Cap and Replace with Monolithic m2
F-3510 Concret Median (SC10)
N360 SUBDRAINS
N360.01 405, F-4050, 150 mm Flexible sub drain m
F-4101
N370 IRONWORK
N370.01 407, 510, Catchbasin including leads ea
F-4070,
N370.02 407, 510, Catchbasin not including leads ea
F-4070,
N370.05 407, 510, Supply Standard Catchbasin Frame and Cover (S21) ea
F-4070
N370.06 407, 510, Supply Surface Inlet Catchbasin with "Fish" Type Round Cover and Regular ea
F-4070 (S19) or Self-Level Frame
N370.061 407, 510, Supply Surface Inlet Carchbasin with "Fish" Type Round Cover and Self-Level ea
F-4070 Frame only
N370.062 407, 510, Supply Surface Inlet Catchbasin with Modified "Fish" Type Round Cover meeting ea
F-4070 Accessibility Requirements and Self-Level Frame only
N370.07 407, 510, Supply Curb Inlet "Fish" Type Frame and Cover (S22 and S23) ea
F-4070
N370.071 407, 510, Supply Curb Inlet "Fish" Type Frame and Cover for Catchbasin Maintenance ea
F-4070 Holes (S28)
N370.072 407, 510, Supply Old Style Perforated Cover for Catchbasn Maintenance Holes (S28.1) ea
F-4070
N370.08 407, 510, Supply Standard Circular Maintenance Hole Cover (S24 Sanitary, S24.1 Storm) ea
F-4070 and Regular Frame (S25) or Self-Level Frame
N370.081 407, 510, Supply Standard Circular Maintenance Hole Cover (S24 Sanitary, S24.1 Storm) ea
F-4070 and Self-Level Frame Cover only

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N370.082 407, 510, Supply Standard Lockable Maintenance Hole Cover, Storm or Sanitary (S24.2) ea
F-4070
N370.09 407, 510, Supply Standard Valve Chamber Cover and Plug (W15) and Standard (W16) ea
F-4070 Frame or Self-Level Frame
N370.091 407, 510, Supply Standard Valve Chamber Cover and Plug (W15) and Self-Level Frame ea
F-4070 only
N370.10 Supply Valve Box Kit and Cap (road leveler) ea
N370.11 407, 510, Supply Valve Box, Cap (W24) and Self-Level Road Leveller ea
F-4070
N370.12 407, 510, Supply Replacement Heavy Duty "Fish" Type Catchbasin Cover (S19.1) ea
F-4070
N380 CULVERTS
N380.01 421, F-4210, 600 mm CSP culvert pipe m
N380.011 421, F-4211, Remove and replace 600 mm CSP culvert pipe m
N380.02 421, F-4210, 800 mm CSP culvert pipe m
N380.021 421, F-4211, Remove and replace 800 mm CSP culvert pipe m
N380.03 421, F-4210, 900 mm CSP culvert pipe m
N380.031 421, F-4211, Remove and replace 900 mm CSP culvert pipe m
N380.04 421, F-4210, Extend existing culvert LS
N390 GABIONS
N390.01 512, Gabion baskets m3
N400 GUIDERAILS
N400.01 510, Guiderail removals LS
N400.02 510, Guiderail removals m
N400.03 510, 721, Double rail steel beam guiderail m
F-7211,
F-7215
N400.04 510, 721, Double rail steel beam guiderail with channel m
F-7211,
F-7215
N400.05 510, 721, Guiderail anchor blocks ea
F-7211
N400.06 510, 721, Remove & replace steel beam guiderail m
F-7211
N400.061 510, 721, Remove & salvage of steel beam guiderail m
F-7211,
F-7216
N400.07 510, 721, Steel beam guiderail with channel m
F-7211,
F-7215
N400.08 510, 721, Steel beam guiderail without channel m
F-7211,
F-7215
N400.09 510, 721, Structure - guiderail connection ea
F-7211
N400.10 510, 721, Three strand cable guiderail incl. staples & posts m
F-7211,
F-7215
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
N400.11 730, F-7211, Eccentric loader end treatment ea
F-7301,
F-7217,
N400.12 Shoulder widening for eccentric loader end treatment m
N400.13 Shoulder widening for eccentric loader end treatment t
N400.14 753, F-7217, Connecticut impact attenuation system ea
N400.15 731, F-7217, Crash-cushion attenuating system ea
N400.16 732, F-7217, Extruder Terminal System per OPSD 922.530 or 922.532 ea
N410 TOPSOIL AND SOD
N410.01 802, F-8021, Topsoil m3
N410.02 803, F-8031, Sod, Water included m2
N410.03 803, F-8031 Sod, Water not included m2
N410.04 804, F-8041, Seed & mulching m2
N410.05 803, F-8031, Water for Sod m3
N420 MISCELLANEOUS
N420.01 506, Calcium chloride t
N420.02 506, Calcium chloride kg
N420.03 355, F-3550 Reset paving stones m2
N999 BLANK ITEMS
N999.01 Blank
N999.02 Blank
N999.03 Blank
N999.04 Blank
N999.05 Blank
N999.06 Blank
N999.07 Blank
N999.08 Blank
N999.09 Blank
N999.10 Blank
O -- UNALLOCATED --
O00 -- UNALLOCATED --
P -- UNALLOCATED --
P00 -- UNALLOCATED --

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
Q -- FENCING --
Q00 -- FENCING --
Q010 HIGHWAY FENCE
Q010.01 771, Highway fence per OPSD 971.101 m (P)
Q010.02 771, Highway fence brace panel per OPSD-971.101 ea (P)
Q010.03 771, Highway fence double gate (4900mm) per OPSD 971.101 ea (P)
Q010.04 771, Repair existing highway fence m (P)
Q020 CHAIN LINK FENCE
Q020.01 772, Chain link security fence per OPSD 972.13 - 1.21m height m (P)
Q020.02 772, Chain link security fence per OPSD 972.13 - 1.52m height m (P)
Q020.03 772, Chain link security fence per OPSD 972.13 - 1.83m height m (P)
Q020.04 772, Chain link security fence per OPSD 972.13 - 2.0m height m (P)
Q020.05 772, 911, Chain link security fence per OPSD 972.13 - 1.21m height, coated m (P)
F-7722,
Q020.06 772, 911, Chain link security fence per OPSD 972.13 - 1.52m height, coated m (P)
F-7722,
Q020.07 772, 911, Chain link security fence per OPSD 972.13 - 1.83m height, coated m (P)
F-7722,
Q020.08 772, 911, Chain link security fence per OPSD 972.13 - 2.0m height, coated m (P)
F-7722,
Q020.09 772, Line post per OPSD 972.130 ea (P)
Q020.10 772, 911, Line post per OPSD 972.130, coated ea (P)
F-7722,
Q020.11 772, 1.83m terminal, end, corner or gate post per OPSD 972.130 ea (P)
Q020.12 772, 911, 1.83m terminal, end, corner or gate post per OPSD 972.130, coated ea (P)
F-7722,
Q020.13 772, Brace panel per OPSD 971.101 ea (P)
Q020.14 772, 911, Brace panel per OPSD 971.101, coated ea (P)
F-7722,
Q020.15 772, Barbed wire per OPSD 972.101 m (P)
Q020.16 772, Single gate per OPSD 972.102 - 3m ea (P)
Q020.17 772, Single gate per OPSD 972.102 - 4.5m ea (P)
Q020.18 772, Double gate per OPSD 972.102 - 6m ea (P)
Q020.19 772, Double gate per OPSD 972.102 - 9m ea (P)
Q020.20 772, 911, Single gate per OPSD 972.102 - 3m, coated ea (P)
F-7722,
Q020.21 772, 911, Single gate per OPSD 972.102 - 4.5m, coated ea (P)
F-7722,
Q020.22 772, 911, Double gate per OPSD 972.102 - 6m, coated ea (P)
F-7722,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
Q020.23 772, 911, Double gate per OPSD 972.102 - 9m, coated ea (P)
F-7722,
Q020.24 772, Erect salvaged end post ea (P)
Q020.25 772, Erect salvaged chain link security fence m (P)
Q020.26 772, Repair existing chain link security fence m (P)
Q030 WOOD FENCE
Q030.01 F-7721, Wood Fence (1.0m Height) m (P)
Q030.02 F-7721, Wood Fence (1.2m Height) m (P)
Q030.03 F-7721, Wood Fence (1.5m Height) m (P)
Q030.04 F-7721, Wood Fence (1.8m Height) m (P)
Q030.05 F-7721, Wood Fence (2.0m Height) m (P)
Q030.06 F-7721, Wood Fence (2.5m Height) m (P)
Q040 MISCELLANEOUS FENCING ITEMS
Q040.01 801, F-8011, Temporary snow fence m
Q040.02 F-7721, Wood panel fence m (P)
Q040.03 Hoarding fence m (P)
Q040.04 Relocate existing hoarding fence m (P)
Q040.05 791, Expanded metal antiglare screen m (P)
Q040.06 Pedestrian handrail per OPSD 980.101 m (P)
Q999 BLANK ITEMS
Q999.01 Blank
Q999.02 Blank
Q999.03 Blank
Q999.04 Blank
Q999.05 Blank
Q999.06 Blank
Q999.07 Blank
Q999.08 Blank
Q999.09 Blank
Q999.10 Blank
R -- HIGHWAY GUIDE RAILS --

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
R00 -- HIGHWAY GUIDE RAILS --
R020 CABLE GUIDE RAIL
R020.01 510, 721, Delineator post per OPSD-913.130 m (P)
F-7211
R020.02 510, 721, Guide rail cable m (P)
F-7211
R020.03 510, 721, 3 Cable guide rail per OPSD-913.130 m (P)
F-7211,
F-7218,
F-7219
R020.04 510, 721, 3 & 6 Cable guide rail concrete anchor blocks per OPSD 913.102 ea (P)
F-7211
R020.05 510, 721, Adjust cable guide rail m (P)
F-7211,
F-7212,
R020.06 510, 721, Salvage and re-erect cable guiderail m (P)
F-7213
R030 STEEL BEAM GUIDE RAIL
R030.01 510, 721, Single rail steel beam guide rail per OPSD-912.130 m (P)
F-7211
R030.02 510, 721, Single rail steel beam guide rail with channel per OPSD-912.130 m (P)
F-7211
R030.03 510, 721, Double rail steel beam guide rail with channel per OPSD-912.141 m (P)
F-7211
R030.04 510, 721, Steel beam guide rail overlapped connection, existing structures per OPSD ea (P)
F-7211 912.430
R030.05 510, 721, Steel beam guide rail embedded connection for new structures per OPSD ea (P)
F-7211 912.430
R030.06 510, 721, Temporary steel beam guide rail m (P)
F-7211
R030.07 510, 721, Adjust steel beam guide rail m (P)
F-7214
R040 CONCRETE BARRIER
R040.01 740, F-7401, Concrete barrier Type A per OPSD-911.130 m (P)
R040.02 740, F-7401, Concrete barrier Type A1 per OPSD-911.130 m (P)
R040.03 740, F-7401, Concrete barrier Type A2 per OPSD-911.130 m (P)
R040.04 740, F-7401, Concrete barrier Type C per OPSD-911.131 m (P)
R040.05 740, F-7401, Concrete barrier Type C1 per OPSD 911.131 m (P)
R040.06 740, F-7401, Concrete barrier (tall wall) Type W per OPSD-911.132 m (P)
R040.07 740, F-7401, Concrete barrier (tall wall) Type W1 per OPSD-911.132 m (P)
R040.08 740, F-7401, Concrete barrier (tall wall) Type W2 per OPSD-911.132 m (P)
R040.09 740, F-7401, Temporary concrete barrier I - Lock Type m (P)
R040.10 740, F-7401, Temporary concrete barrier - Relocation m (P)
R040.11 740, F-7401, Temporary concrete barrier end section per OSPD 911.233 ea (P)
R040.12 740, F-7401, Temporary concrete barrier end section - Relocation m (P)
R040.13 740, F-7401, Concrete barrier treatment at bridge pier per OPSD 911.380 ea (P)
F-7217,
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
R040.14 740, F-7401, Concrete barrier median end treatment per OPSD 911.230 ea (P)
F-7217,
R050 CRASH BARRIERS (END TREATMENTS)
R050.01 730, F-7301, Eccentric loader per OPSD- 922.430 ea (P)
F-7217,
R050.02 730, F-7301, Ecentric Loader per OPSD 922.430, including widenings ea (P)
F-7302,
F-7217,
R050.03 753, F-7217, Connecticut impact attenuation system per OPSD 932.424, OPSD 923.244 or ea (P)
OPSD 923.245
R050.04 F-7217, Quadtrend end Treatment System per OPSD 922.131 ea (P)
R050.05 731, F-7217, Crash cushion attentuating system per OPSD 922.330 ea (P)
R050.06 732, F-7217, Extruder Terminal System per OPSD 922.530 or OPSD 922.532 ea (P)
R050.07 F-7217, Steel Beam Guiderail for private entrance as per OPSD 912.531 ea (P)
R050.08 510, 721, Steel Beam Guiderail Fabricated Bass Plater per OPSD 912.150 ea (P)
F-7211,
F-7217
R050.09 510, 721, Temporary Transition Rail per OPSD 911.330 m (P)
F-7211,
F-7217
R050.10 732, F-7217, Sequentially Kinking Terminal System per OPSD 922.180 or OPSD 922.181 ea (P)
R050.11 723, F-7217 Temporary Quadguard System Unidirectional per OPSD 923.180 ea (P)
R050.12 723, F-7217 Temporary Quadguard System Bidirectional per OPSD 923.181 ea (P)
R050.13 723, F-7217 Permanent Quadguard System Unidirectional per OPSD 923.182 ea (P)
R050.14 723, F-7217 Permament Quadguard System Bidirectional per OPSD 923.183 ea (P)
R050.15 723, F-7217 Temporary TRACC System Unidirectional per OPSD 923.280 ea (P)
R050.16 723, F-7217 Temporary TRACC System Bidirectional per OPSD 923.281 ea (P)
R050.17 723, F-7217 Permanent TRACC System Unidirectional per OPSD 923.282 ea (P)
R050.18 723, F-7217 Permanent TRACC System Bidirectional per OPSD 923.283 ea (P)
R050.19 723, F-7217 Temporary TAU II System Unidirectional per OPSD 923.380 ea (P)
R050.20 723, F-7217 Temporary TAU II System Bidirectional per OPSD 923.381 ea (P)
R050.21 723, F-7217 Permanent TAU II System Unidirectional per OPSD 923.382 ea (P)
R050.22 723, F-7217 Permanent TAU II System Bidirectional per OPSD 923.383 ea (P)
R050.23 723, F-7217 Temporary SMART System Unidirectional per OPSD 923.480 ea (P)
R050.24 723, F-7217 Temporary SMART System Bidirectional per OPSD 923.481 ea (P)
R050.25 723, F-7217 Permanent SMART System Unidirectional per OPSD 923.482 ea (P)
R050.26 723, F-7217 Permanent SMART System Bidirectional per OPSD 923.483 ea (P)
R060 PEDESTRIAN HANDRAILS
R060.01 Pedestrian handrail per OPSD 980.101 m (P)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
R070 MISCELLANEOUS HIGHWAY GUIDE RAILS
R999 BLANK ITEMS
R999.01 Blank
R999.02 Blank
R999.03 Blank
R999.04 Blank
R999.05 Blank
R999.06 Blank
R999.07 Blank
R999.08 Blank
R999.09 Blank
R999.10 Blank
S -- STREETLIGHTING --
S00 -- STREETLIGHTING --
S010 38MM DUCT
S010.01 106, 603, 38mm Flexible duct polyethylene direct buried m
F-6011
S020 50MM DUCT
S020.01 106, 603, 1x50mm Polymeric PVC rigid duct direct buried m
F-6011
S020.02 106, 603, 4 x 50mm Polymeric PVC rigid duct direct buried m
F-6011
S020.03 106, 603, 6 x 50mm Polymeric PVC rigid duct direct buried m
F-6011
S020.04 106, 603, 1x50mm Polymeric PVC rigid duct concrete encased m
F-6011
S020.05 106, 603, 4 x 50mm Polymeric PVC rigid duct concrete encased m
F-6011
S020.06 106, 603, 6 x 50mm Polymeric PVC rigid duct concrete encased m
F-6011
S030 75MM DUCT
S030.01 106, 603, 1x75mm Polymeric PVC rigid duct direct buried m
F-6011
S030.02 106, 603, 2 x 75mm Polymeric PVC rigid duct direct buried m
F-6011
S030.03 106, 603, 3 x 75mm Polymeric PVC rigid duct direct buried m
F-6011
S030.04 106, 603, 4 x 75mm Polymeric PVC rigid duct direct buried m
F-6011
S030.05 106, 603, 5 x 75mm Polymeric PVC rigid duct direct buried m
F-6011
S030.06 106, 603, 6 x 75mm Polymeric PVC rigid duct direct buried m
F-6011

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S030.07 106, 603, 1x75mm Polymeric PVC rigid duct concrete encased m
F-6011
S030.08 106, 603, 2 x 75mm Polymeric PVC rigid duct concrete encased m
F-6011
S030.09 106, 603, 3 x 75mm Polymeric PVC rigid duct concrete encased m
F-6011
S030.10 106, 603, 4 x 75mm Polymeric PVC rigid duct concrete encased m
F-6011
S030.11 106, 603, 5 x 75mm Polymeric PVC rigid duct concrete encased m
F-6011
S030.12 106, 603, 6 x 75mm Polymeric PVC rigid duct concrete encased m
F-6011
S040 MISCELLANEOUS DUCT ITEMS
S040.01 106, 603, PVC rigid duct wooden pole riser with weatherhead ea
F-6011
S040.02 106, 603, Concrete Pole Lateral (Collar) ea
F-6011
S040.03 106, 603, Rock Excavation for electrical installations m3
F-6011
S040.04 106, 603, Loadbreak elbows for 1/0 XLPE primary cable (up to 20kV) ea
F-6011
S050 MAINTENANCE HOLES AND HANDHOLES
S050.01 106, 602, Streetlighting Hand Hole ea
F-6011
S050.02 106, 602, Streetlighting Maintenance Hole ea
F-6011
S050.03 106, 602, Adjust or Rebuild Electrical Hand Hole or Maintenance Hole ea
F-6011
S060 CABLE
S060.01 106, 604, 2 x #8+#8 grd low voltage cable in duct, with frost coil where required m
609, F-6011
S060.02 106, 604, 3 x #8 +#8 grd low voltage cable in duct, with frost coil where required m
609, F-6011
S060.03 106, 604, 2 x #4 +#8 grd low voltage cable in duct, with frost coil where required m
609, F-6011
S060.04 106, 604, 3 x #4 +#8 grd low voltage cable in duct, with frost coil where required m
609, F-6011
S060.05 106, 604, 3 x #2 +#8 grd low voltage cable in duct, with frost coil where required m
609, F-6011
S060.06 106, 604, Supply and install 1/0 XLPE primary cable (up to 28kv) m
F-6011
S060.07 604, F-6011, 3 x #14 AWG copper RWH 90 low voltage cable in pole m
S070 GROUND RODS
S070.01 106, 609, Ground rod with #8 insulated Ground Wire ea
F-6011
S070.02 106, 609, Ground rod with #2 insulated Ground Wire ea
F-6011
S080 DISCONNECTS
S080.01 106, 614, 70A 2P Disconnect Weather Proof on hydro pole including conduit, cable, ea
F-6011 grounding, weatherhead & all connections
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S080.02 106, 614, 70A 2P Disconnect Weather Proof on hydro pole including conduit, cable, ea
F-6011 grounding, weatherhead, all connections and Hydro Ottawa Check Meter
S080.03 106, 614, 70A 2P Disconnect Weather Proof C/W Wood Post including conduit, cable to ea
F-6011 transformer, grounding and all connections
S080.04 106, 614, 70A 2P Disconnect Weather Proof C/W Wood Post including conduit, cable, ea
F-6011 grounding, weatherhead, all connections and Hydro Ottawa Check Meter
S080.05 106, 614, 100A Panel Weather Proof on hydro pole, including conduit, cable, grounding, ea
F-6011 weatherhead and all connections
S080.06 106, 614, 100A Panel Weather Proof on Hydro pole, including conduit, cable, grounding, ea
F-6011 weatherhead, all connections and Hydro Ottawa Check Meter
S080.07 106, 614, 100A Panel Weather Proof SLDC12 Disconnect cabinet including foundation, ea
F-6011 conduit, cable and all connections within cabinet
S080.08 106, 614, 100A Panel Weather Proof SLDC12 Disconnect cabinet including foundation, ea
F-6011 conduit, cable, grounding, all connections within cabinet and Hydro Ottawa
Check Meter or Hydro One revenue Meter
S080.09 106, 614, Street Lighting 240V circuit electrical connections in 'EB99' 'SLD12', Power ea
F-6011 supply cabinet
S090 STANDARD POLES
S090.01 106, 615, Base mounted Aluminum pole(Round Tapered) 4.6m (15') ea
F-6011,
F-6151
S090.02 106, 615, Base mounted Aluminum pole (Round Tapered) 8.2m (27') ea
F-6011,
F-6151
S090.021 106, 615, Base mounted Aluminum pole ( Round Tapered) 9.8m (32') ea
F-6011,
F-6151
S090.022 106, 615, Base mounted Aluminum pole ( Round Tapered) 11.3m (37') ea
F-6011,
F-6151
S090.03 106, 615, Concrete pole( Round Tapered) 6.1m (20') ea
F-6011,
F-6151
S090.04 106, 615, Concrete post top pole (round tapered) 6.1m (20') ea
F-6011,
F-6151
S090.05 106, 615, Concrete pole (Round Tapered) 9.1m (30') ea
F-6011,
F-6151
S090.06 106, 615, Concrete post top pole (RoundTapered) 9.1m (30') ea
F-6011,
F-6151
S090.07 106, 615, Concrete pole (Round Tapered-Large Butt) 10.7m (35') ea
F-6011,
F-6151
S090.08 106, 615, Concrete pole (Round Tapered-Large Butt) 12.5m (41') ea
F-6011,
F-6151
S090.09 106, 615, Concrete pole (Octagnal Tapered) 6.1m (20') ea
F-6011,
F-6151

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S090.10 106, 615, Concrete pole(Octagnal Tapered) 9.1m (30') ea
F-6011,
F-6151
S090.11 106, 615, Concrete pole (Octagnal Tapered) 10.7m (35') ea
F-6011,
F-6151
S090.12 106, 615, Concrete pole (Octagnal Tapered-Large Butt) 9.1m (30') ea
F-6011,
F-6151
S090.13 106, 603, Concrete pole (Octagnal Tapered-Large Butt) 9.8m (32') ea
F-6011
S100 HIGH MAST LIGHT POLES
S100.01 106, 630, 25m Steel high mast light pole (octagonal) per OPSD 2450.01 ea
F-6301
S100.02 106, 630, 30m Steel high mast light pole (octagonal) per OPSD 2450.01 ea
F-6301
S100.03 106, 630, 35m Steel high mast light pole (octagonal) per OPSD 2450.01 ea
F-6301
S110 SPECIAL AREA POLES
S110.061 106, 615, Decorative Concrete Pole Madison 7.6m ea
F-6011,
F-6151
S110.062 106, 615, Decorative Concrete Pole Cambridge 8.2m ea
F-6011,
F-6151
S120 BASES, FOOTINGS AND ANCHORS
S120.01 106, 631, Concrete footings for high mast poles ea
F-6011
S120.02 106, 616, Precast concrete foundation for aluminum streetlight pole ea
F-6011
S120.03 106, 616, 760mm Sona-tube concrete foundation for aluminum streetlight pole ea
F-6011
S120.04 106, 616, 760mm Sona-tube concrete foundation for aluminum streetlight pole c/w 3-76mm ea
F-6011 ducts
S120.045 106, 616, Deep Precast concrete foundation for aluminum streetlight pole ea
F-6011
S120.05 106, 616, Precast concrete foundation for aluminum pedestrian pole ea
F-6011
S120.06 106, 616, 760 mm Sona-tube concrete foundation for aluminum pedestrian pole ea
F-6011
S120.07 106, 616, Concrete footing for SLDC12 cabinet ea
F-6011
S120.08 106, 616, Base and pad for padmount transformers ea
F-6011
S120.09 106, 615, Frangible base as per City of Ottawa Spec. ea
F-6011,
F-6151
S120.10 106, 615, Down guy with screw anchor ea
F-6011,
F-6151

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S120.11 106, 615, Down guy with expansion anchor ea
F-6011,
F-6151
S120.12 106, 615, Span guy wire, 1/4" ea
F-6011,
F-6151
S130 STANDARD SEMI CUT-OFF LUMINAIRES
(Marker Lighting only)
S130.01 106, 617, LED Drop Glass Cobra luminaire Group A1 with LRL A240 Node ea
F-6011,
F-6171
S130.07 106, 617, LED Side Mounted Lantern luminaire Group B2 with LRL A240 Node ea
F-6011,
F-6171
S140 STANDARD FULL CUT-OFF LUMINAIRES
S140.01 106, 617, CREE LEDWAY HO Double LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.02 106, 617, JU CREE LEDWAY HO Double LED Group A2 c/w LRL A240 Node (include ea
F-6011, storage)
F-6171
S140.03 106, 617, CREE LEDWAY HO Single LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.04 106, 617, JU CREE LEDWAY HO Single LED Group A2 c/w LRL A240 Node (include ea
F-6011, storage)
F-6171
S140.05 106, 617, CREE XSP2L Large Double LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.06 106, 617, JU CREE XSP2L Large Double LED Group A2 c/w LRL A240 Node (include ea
F-6011, storage)
F-6171
S140.07 106, 617, CREE XSP2 Double LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.08 106, 617, JU CREE XSP2 Double LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.09 106, 617, CREE XSP1 Single LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.10 106, 617, JU CREE XSP1 Single LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.11 106, 617, LRL NXT-72M LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.12 106, 617, JU LRL NXT-72M LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.13 106, 617, LRL NXT-60M LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price

S140.14 106, 617, JU LRL NXT-60M LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.15 106, 617, LRL NXT-48M LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.16 106, 617, JU LRL NXT-48M LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.17 106, 617, LRL NXT-36S LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.18 106, 617, JU LRL NXT-36S LED Group A2 c/w LRL A240 Node (include storage) ea
F-6011,
F-6171
S140.19 106, 617, LRL NXT-24S LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S140.20 106, 617, LRL NXT-12S LED Group A2 complete with LRL A240 Node ea
F-6011,
F-6171
S150 SPECIALITY FLAT GLASS LUMINAIRES
S150.01 106, 617, HPS Flat Glass Cobra head/shoe box luminaire ea
F-6011,
F-6171
S160 HIGH MAST LUMINAIRES
S160.01 106, 617, High Mast Luminaires, high bay type ea
F-6011,
F-6171
S160.02 106, 617, High Mast Luminaires, floodlighting type ea
F-6011,
F-6171
S170 SPECIAL AREA LUMINAIRES
S170.01 106, 617, Low Watt LED Square Lantern Post Top Group B1 with LRL A240 Node ea
F-6011,
F-6171
S170.02 106, 617, Medium Watt LED Square Lantern Post Top Group B1 with LRL A240 Node ea
F-6011,
F-6171
S170.03 106, 617, High Watt LED Square Lantern Post Top Group B1 with LRL A240 Node ea
F-6011,
F-6171
S170.04 106, 617, Low Watt LED Square Lantern Side Mount Group B2 with LRL A240 Node ea
F-6011,
F-6171
S170.05 106, 617, Med. Watt LED Square Lantern Side Mount Group B2 c/w LRL A240 Node ea
F-6011,
F-6171
S170.06 106, 617, High Watt LED Square Lantern Side Mount Group B2 c/w LRL A240 Node ea
F-6011,
F-6171

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S170.07 106, 617, LED Cone luminaire Group B3 complete with LRL A240 Node ea
F-6011,
F-6171
S170.08 106, 617, Low Watt LED Round Cylinder luminaire Group C c/w with LRL A240 Node ea
F-6011,
F-6171
S170.09 106, 617, Med. Watt LED Round Cylinder luminaire Group C c/w with LRL A240 Node ea
F-6011,
F-6171
S170.10 106, 617, High Watt LED Round Cylinder luminaire Group C c/w with LRL A240 Node ea
F-6011,
F-6171
S170.11 106, 617, 250W MH Wing luminaire Group D1 ea
F-6011,
F-6171
S170.12 106, 617, Low Watt LED Wing luminaire Group D1 complete with LRL A240 Node ea
F-6011,
F-6171
S170.13 106, 617, Medium Watt LED Wing luminaire Group D1 complete with LRL A240 Node ea
F-6011,
F-6171
S170.14 106, 617, High Watt LED Wing luminaire Group D1 complete with LRL A240 Node ea
F-6011,
F-6171
S170.15 106, 617, 150W MH Cage luminaire Group E3 ea
F-6011,
F-6171
S170.16 106, 617, 70W MH Wall pack Underpass luminaire ea
F-6011,
F-6171
S180 STANDARD BRACKETS
S180.01 106, 617, 1.8m Aluminum tapered elliptical bracket ea
F-6011,
F-6171
S180.011 106, 617, JU 1.8m Aluminum tapered elliptical bracket (include storage) ea
F-6011,
F-6171
S180.02 106, 617, 2.4m Aluminum tapered elliptical bracket ea
F-6011,
F-6171
S180.021 106, 617, JU 2.4m Aluminum tapered elliptical bracket (include storage) ea
F-6011,
F-6171
S180.03 106, 617, 3.0m Aluminum tapered elliptical bracket ea
F-6011,
F-6171
S180.04 106, 617, 4.6m Aluminum tapered elliptical bracket ea
F-6011,
F-6171
S180.05 106, 617, 1.4m Aluminum Scroll Arm Bracket ea
F-6011,
F-6171

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
S180.08 106, 617, 0.3m Aluminum Straight bracket ea
F-6011,
F-6171
S180.09 106, 617, JU 0.3m Aluminum Straight bracket (include Storage) ea
F-6011,
F-6171
S190 SPECIALTY AREA BRACKETS
S190.01 106, 617, Decorative Aluminum bracket ea
F-6011,
F-6171
S200 MISCELLANEOUS ITEMS
S200.01 106, 610, Remove and dispose of Direct Buried Pole C/W Fixtures ea
F-6011
S200.02 106, 610, Remove and dispose of Base Mounted Pole C/W Fixtures and Base ea
F-6011
S200.03 106, 610, Supply and Install and Remove temporary overhead, #4AWG duplex ea
F-6011
S200.031 106, 610, Supply and Install and Remove temporary overhead, #4AWG triplex ea
F-6011
S200.04 106, 610, Supply and Install and Remove temporary overhead, #2AWG triplex ea
F-6011
S200.05 106, 615, Temporary wood poles, 40ft western cedar class III ea
F-6011,
F-6151
S200.06 106, F-6011 Encapsulated connection ea
S999.01 Blank
S999.02 Blank
S999.03 Blank
S999.04 Blank
S999.05 Blank
S999.06 Blank
S999.07 Blank
S999.08 Blank
S999.09 Blank
S999.10 Blank
S210 LIGHTING IN STRUCTURE
S210.01 106, 615 Aluminum Poles on Structures OPSD2432.010 ea
S210.02 106, 615 Steel Poles on Structures OPSD2415.010 ea
S210.03 106, 615 Underpass Luminaire OPSD 2305.020, OPSD2310.010 ea
T -- LANDSCAPING --
T00 -- LANDSCAPING --
T010 TREE PROTECTION
T010.01 801, F-8011, Barrier for tree protection m
T010.02 772, 911, Chain link security fencing tree guards ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T020 TOPSOIL
T020.01 802, Stockpile topsoil m3
T020.02 802, Topsoil from stockpiles m3
T020.03 802, F-8021, Topsoil, imported (100 mm thick) m3
T020.04 802, F-8021 Planting soil mix, imported m3
T030 SODDING
T030.01 803, F-8031, Sodding, unstaked m2
T030.02 803, F-8031, Sodding, staked m2
T030.03 803, F-8031, Sodding, staked or unstaked m2
T030.05 803, F-8031, Sodding including watering m2
T030.06 803, Sodding, not including watering m2
T030.07 803, F-8031, Water for Sod m3
T040 SEEDING AND MULCHING
T040.01 804, F-8041, Hydraulic seeding and mulching m2
T040.02 804, F-8041, Brillion seeding and mulching m2
T040.03 804, F-8041, Manual Seeding & mulching m2
T040.05 804, F-8041, Seeding & mulching - stabilization mix m2
T040.07 804, F-8041, Seeding & mulching - wildflower mix m2
T040.12 F-8043, Bed Cover m2
T040.13 830 Local seed bank m2
T050 EROSION CONTROL BLANKET
T050.01 511, Erosion control blanket m2
T050.02 Seed impregnated erosion control blanket m2
T060 HARD LANDSCAPING
T060.01 F-8045, Stonedust pathway m2
T060.02 F-8045, Cobblestone pavers m2
T060.03 355, F-3550, Interlocking Concrete Pavers m2
T060.031 355, F-3550, 60mm Brick pavers on concrete base m2
T060.032 355, F-3550, 80mm Brick pavers on concrete base m2
T060.04 Granite seats m2

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T060.05 F-9049, Flagstone slope paving m2
T060.06 F-9049, Flagstone slope paving repairs m2
T060.07 Precast concrete bollard ea
T060.08 Precast concrete bollard base ea
T060.09 Supply and install granite bollard ea
T060.10 Supply granite tree surround ea
T060.11 Install granite tree surround m2
T060.12 F-8045, Maintenance edge m
T060.13 Armour stone wall (specify height) m
T060.14 Armour stone wall m2
T060.15 Armour stone wall t
T060.16 Geoblock m2
T060.17 Log cribbing m2
T060.18 F-9041, Rock Retaining Wall m
T060.19 904, F-9043, Concrete Retaining Wall m3
T060.20 F-8045, Reinstatement of Concrete Curb on Adjacent Properties m
T060.21 F-8045, Reinstatement of Fence On Adjacent Properties m
T060.22 F-8045, Reinstatement of Cedar Hedge on Adjacent Properties m
T060.23 F-8045, Reinstatement of Iron Fence On Adjacent Properties m
T060.24 F-8045, Reinstatement of Private Curb on Adjacent Properties m
T060.25 F-8045, Reinstatement of Stone Retaining Wall On Adjacent Properties m
T060.26 F-8045, Reinstatement of Steel Rail Fence on Adjacent Property m
T060.27 F-8045, Reinstatement of Tubular Steel Fence on Adjacent Property m
T060.28 F-8045, Reinstatement of Wood Curb on Adjacent Properties m
T060.29 F-8045, Reinstatement of Wrought Iron Fence on Adjacent Property m
T060.30 F-8045, Reinstatement of Concrete Retaining Wall On Adjacent Properties m2
T060.31 F-3514, Reinstatement of Brick Walkways and Driveways on Adjacent Properties m2
F-8045,
T060.32 F-8045, Reinstatement of Ceramic Tiles on Adjacent Property m2
T060.33 F-3514, Reinstatement of Concrete Walks on Adjacent Properties m2
F-8045,
T060.34 F-8045, Reinstatement of Flagstone (set in earth/stonedust) On Adjacent Properties m2

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T060.341 F-8045, Reinstatement of Flagstone (set in concrete) On Adjacent Properties m2
T060.35 F-8045, Reinstatement of Gardens On Adjacent Properties m2
T060.36 F-8045, Reinstatement of Patio Stones On Adjacent Properties m2
T060.37 F-8045, Reinstatement of Wood Retaining Wall On Adjacent Properties m
T060.38 F-8045, Reinstatement of [NAME ITEM] on Adjacent Properties t
T060.39 352, Concrete Steps Type OPSD 512.011 m3
T060.40 F-9200, Parge Building Face m2
T060.41 Bollards ea
T060.42 F-8047, Hedge Replacement m
T060.43 F-8047, Plant Trees, Shrubs and/or Groundcover ea
T060.44 F-8045, Miscellaneous Reinstatement of Adjacent Properties t&m
T070 MISCELLANEOUS LANDSCAPING ITEMS
T070.01 F-8047, Remove and relocate tree ea
T070.02 801, F-8011, Metal 'T' stake ea
T070.03 F-8047, Rototilling m2
T070.04 F-8047, Tree fertilization ea
T070.05 F-8047, Tree pruning hr
T070.051 Tree pruning ea
T070.06 F-8043, Bed Cover m2
T080 PERENIALS
T080.01 F-8047, Aegopodium podagraria 'Variegata' 15cm (ht) supplied in peat or plastic pots ea
T080.02 F-8047, Chrysanthemum articum 15cm (ht) supplied in peat or plastic pots ea
T080.03 F-8047, Echinacea purpurea 15 cm (ht) supplied in peat or plastic pots ea
T080.04 F-8047, Hemerocallis 15 cm (ht) supplied in peat or plastic pots ea
T080.05 F-8047, Lavendula angustifolia 15 cm (ht) supplied in peat or plastic pots ea
T080.06 F-8047, Lupinus perennis 15 cm (ht) supplied in peat or plastic pots ea
T080.07 F-8047, Pachysandra terminalis 15 cm (ht) supplied in peat or plastic pots ea
T080.08 F-8047, Phlox maculata 15 cm (ht) supplied in peat or plastic pots ea
T080.09 F-8047, Rudbekia fulgida 'Goldstrum' 15 cm (ht) supplied in peat or plastic pots ea
T080.10 F-8047, Sagus sylvatica 15 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T080.11 F-8047, Thymus lanuginosus 15 cm (ht) supplied in peat or plastic pots ea
T080.12 F-8047, Vinca minor 15 cm (ht) supplied in peat or plastic pots ea
T080.13 F-8047, Viola adorata 15 cm (ht) supplied in peat or plastic pots ea
T080.14 F-8047, Viola 'Helen Mount' 15 cm (ht) supplied in peat or plastic pots ea
T090 SHRUBS
T090.01 F-8047, Acer ginnala 200 cm (ht) supplied in peat or plastic pots ea
T090.011 F-8047, Acer ginnala 200 cm (ht) balled and burlapped ea
T090.02 F-8047, Alcea rosea ea
T090.03 F-8047, Amelanchier canadensis 60 cm (ht) supplied in peat or plastic pots ea
T090.031 F-8047, Amelanchier canadensis 60 cm (ht) balled and burlapped ea
T090.04 F-8047, Amelanchier leavis 60 cm (ht) supplied in peat or plastic pots ea
T090.041 F-8047, Amelanchier leavis 60 cm (ht) balled and burlapped ea
T090.05 F-8047, Caragana arborescens 50 mm (dia) wire basket ea
T090.051 F-8047, Caragana arborescens 100 cm (ht) supplied in peat or plastic pots ea
T090.052 F-8047, Caragana arborescens 100 cm (ht) balled and burlapped ea
T090.06 F-8047, Cornus alba 'Spaethii' 60 cm (ht) supplied in peat or plastic pots ea
T090.061 F-8047, Cornus alba 'Spaethii' 60 cm (ht) balled and burlapped ea
T090.07 F-8047, Cornus alba 'Elegantissima' 60 cm (ht) supplied in peat or plastic pots ea
T090.071 F-8047, Cornus alba 'Elegantissima' 60 cm (ht) balled and burlapped ea
T090.08 F-8047, Cornus alba 'Siberica' 60 cm (ht) supplied in peat or plastic pots ea
T090.081 F-8047, Cornus alba 'Siberica' 60 cm (ht) balled and burlapped ea
T090.09 F-8047, Cornus racemosa 60 cm (ht) supplied in peat or plastic pots ea
T090.091 F-8047, Cornus racemosa 60 cm (ht) balled and burlapped ea
T090.10 F-8047, Cornus sericeav 60 cm (ht) supplied in peat or plastic pots ea
T090.101 F-8047, Cornus sericeav 60 cm (ht) balled and burlapped ea
T090.11 F-8047, Cornus stolonifera 60 cm (ht) supplied in peat or plastic pots ea
T090.111 F-8047, Cornus stolonifera 60 cm (ht) balled and burlapped ea
T090.12 F-8047, Cornus stolonifera 'Flaviramea' 60 cm (ht) supplied in peat or plastic pots ea
T090.121 F-8047, Cornus stolonifera 'Flaviramea' 60 cm (ht) balled and burlapped ea
T090.13 F-8047, Cotoneaster acutifolia 60 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T090.131 F-8047, Cotoneaster acutifolia 60 cm (ht) balled and burlapped ea
T090.14 F-8047, Cotoneaster apiculatus 50 cm (ht) grown and supplied in pots ea
T090.15 F-8047, Cotoneaster horizontalis 50 cm (ht) grown and supplied in pots ea
T090.16 F-8047, Crataegus crusgalli 200 cm (ht) supplied in peat or plastic pots ea
T090.161 F-8047, Crataegus crusgalli 200 cm (ht) balled and burlapped ea
T090.17 F-8047, Crataegus merdenensis 'Toba' 200 cm (ht) supplied in peat or plastic pots ea
T090.171 F-8047, Crataegus merdenensis 'Toba' 200 cm (ht) balled and burlapped ea
T090.18 F-8047, Diervilla lonicera 60 cm (ht) supplied in pear or plastic pots ea
T090.181 F-8047, Diervilla lonicera 60 cm (ht) balled and burlapped ea
T090.20 F-8047, Elaeagnus commutata 60 cm (ht) supplied in peat or plastic pots ea
T090.201 F-8047, Elaeagnus commutata 60 cm (ht) balled and burlapped ea
T090.21 F-8047, Euonymus alata60 cm (ht) supplied in peat or plastic pots ea
T090.211 F-8047, Euonymus alata60 cm (ht) balled and burlapped ea
T090.22 F-8047, Euonymus alatus 'Compactus' 60 cm (ht) supplied in peat or plastic pots ea
T090.221 F-8047, Euonymus alatus 'Compactus' 60 cm (ht) balled and burlapped ea
T090.23 F-8047, Forsythia intermedia 'Arnold Dwarf' 60 cm (ht) supplied in peat or plastic pots ea
T090.231 F-8047, Forsythia intermedia 'Arnold Dwarf' 60 cm (ht) balled and burlapped ea
T090.24 F-8047, Hamamelis virginiana 60 cm (ht) supplied in peat or plastic pots ea
T090.241 F-8047, Hamamelis virginiana 60 cm (ht) balled and burlapped ea
T090.25 F-8047, Hippophaea rhamnoides 150 cm (ht) supplied in peat or plastic pots ea
T090.251 F-8047, Hippophaea rhamnoides 150 cm (ht) balled and burlapped ea
T090.26 F-8047, Juniperus arcadia 60 cm (ht) supplied in peat or plastic pots ea
T090.261 F-8047 Juniperus arcadia 60 cm (ht) balled and burlapped ea
T090.27 F-8047 Juniperus chinensis 'Hetzi' 60 cm (ht) supplied in peat or plastic pots ea
T090.271 F-8047, Juniperus chinensis 'Hetzi' 60 cm (ht) balled and burlapped ea
T090.28 F-8047, Juniperus chinensis 'Mint Julip'60 cm (ht) supplied in peat or plastic pots ea
T090.281 F-8047, Juniperus chinensis 'Mint Julip'60 cm (ht) balled and burlapped ea
T090.29 F-8047, Juniperus horizontalis 60 cm (ht) supplied in peat or plastic pots ea
T090.291 F-8047, Juniperus horizontalis 60 cm (ht) balled and burlapped ea
T090.30 F-8047, Juniperus horizontalis 'Plumosa' 60 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T090.301 F-8047 Juniperus horizontalis 'Plumosa' 60 cm (ht) balled and burlapped ea
T090.31 F-8047 Juniperus ramlosa 60 cm (ht) supplied in peat or plastic pots ea
T090.311 F-8047, Juniperus ramlosa 60 cm (ht) balled and burlapped ea
T090.32 F-8047, Juniperus sabina 60 cm (ht) supplied in peat or plastic pots ea
T090.321 F-8047, Juniperus sabina 60 cm (ht) balled and burlapped ea
T090.33 F-8047, Juniperus scopulorum 150 cm (ht) supplied in peat or plastic pots ea
T090.331 F-8047, Juniperus scopulorum 150 cm (ht) balled and burlapped ea
T090.34 F-8047, Lonicera korolkowii 'Zabelii' 60 cm (ht) supplied in peat and plastic pots ea
T090.341 F-8047, Lonicera korolkowii 'Zabelii' 60 cm (ht) balled and burlapped ea
T090.35 F-8047, Lonicera morrowii 60 cm (ht) supplied in peat or plastic pots ea
T090.351 F-8047, Lonicera morrowii 60 cm (ht) balled and burlapped ea
T090.36 F-8047, Lonicera tatarica 60 cm (ht) supplied in peat or plastic pots ea
T090.361 F-8047, Lonicera tatarica 60 cm (ht) balled and burlapped ea
T090.37 F-8047, Lonicera turkistan 60 cm (ht) supplied in peat or plastic pots ea
T090.371 F-8047, Lonicera turkistan 60 cm (ht) balled and burlapped ea
T090.39 F-8047, Lonicera xylosteoides 'Clavey's Dwarf' 60 cm (ht) supplied in peat or plastic pots ea
T090.391 F-8047, Lonicera xylosteoides 'Clavey's Dwarf' 60 cm (ht) balled and burlapped ea
T090.40 F-8047 , Philadelphus virginalis 60 cm (ht) supplied in peat or plastic pots ea
T090.401 F-8047, Philadelphus virginalis 60 cm (ht) balled and burlapped ea
T090.41 F-8047, Physocarpus monogynus 60 cm (ht) supplied in peat or plastic pots ea
T090.411 F-8047, Physocarpus monogynus 60 cm (ht) balled and burlapped ea
T090.42 F-8047, Physocarpus opulifolius 60 cm (ht) supplied in peat or plastic pots ea
T090.421 F-8047, Physocarpus opulifolius 60 cm (ht) balled and burlapped ea
T090.43 F-8047, Pinus mugo mugo 60 cm (ht) supplied in peat or plastic pots ea
T090.431 F-8047, Pinus mugo mugo 60 cm (ht) balled and burlapped ea
T090.44 F-8047, Potentilla fruticosa 60 cm (ht) supplied in peat or plastic pots ea
T090.441 F-8047, Potentilla fruticosa 60 cm (ht) balled and burlapped ea
T090.45 F-8047, Potentilla parvifolia 60 cm (ht) supplied in peat or plastic pots ea
T090.451 F-8047, Potentilla parvifolia 60 cm (ht) balled and burlapped ea
T090.46 F-8047, Potentilla X Tonguei 60 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T090.461 F-8047, Potentilla X Tonguei 60 cm (ht) balled and burlapped ea
T090.47 F-8047, Prunus cistena 60 cm (ht) supplied in peat or plastic pots ea
T090.471 F-8047, Prunus cistena 60 cm (ht) balled and burlapped ea
T090.472 F-8047, Prunus cistena 100 cm (ht) supplied in peat or plastic pots ea
T090.473 F-8047, Prunus cistena 100 cm (ht) balled and burlapped ea
T090.48 F-8047, Prunus tomentosa 60 cm (ht) supplied in peat or plastic pots ea
T090.481 F-8047, Prunus tomentosa 60 cm (ht) balled and burlapped ea
T090.482 F-8047, Prunus tomentosa 100 cm (ht) supplied in peat or plastic pots ea
T090.483 F-8047, Prunus tomentosa 100 cm (ht) balled and burlapped ea
T090.49 F-8047 Prunus triloba 60 cm (ht) supplied in peat or plastic pots ea
T090.491 F-8047, Prunus triloba 60 cm (ht) balled and burlapped ea
T090.51 F-8047, Rhus aromatica 50 cm (ht) grown and supplied in pots ea
T090.52 F-8047, Rhus typhina 60 cm (ht) supplied in peat or plastic pots ea
T090.521 F-8047, Rhus typhina 60 cm (ht) balled and burlapped ea
T090.53 F-8047, Ribes alpinum 60 cm (ht) supplied in peat or plastic pots ea
T090.531 F-8047, Ribes alpinum 60 cm (ht) balled and burlapped ea
T090.54 F-8047, Rosa blanda 60 cm (ht) supplied in peat or plastic pots ea
T090.541 F-8047, Rosa blanda 60 cm (ht) balled and burlapped ea
T090.55 F-8047, Rosa rugosa 60 cm (ht) supplied in peat or plastic pots ea
T090.551 F-8047, Rosa rugosa 60 cm (ht) balled and burlapped ea
T090.56 F-8047, Rosa rugosa 'Alba' 60 cm (ht) supplied in peat or plastic pots ea
T090.561 F-8047, Rosa rugosa 'Alba' 60 cm (ht) balled and burlapped ea
T090.57 F-8047, Salix purpurea 'Gracilis' 50 cm (ht) grown and supplied in pots ea
T090.58 F-8047, Sambucus canadensis 60 cm (ht) supplied in peat or plastic pots ea
T090.581 F-8047, Sambucus canadensis 60 cm (ht) balled and burlapped ea
T090.59 F-8047, Sambucus canadensis 'Adams' 60 cm (ht) supplied in peat or plastic pots ea
T090.591 F-8047, Sambucus canadensis 'Adams' 60 cm (ht) balled and burlapped ea
T090.60 F-8047, Sherperdia argentia 100 cm (ht) supplied in peat or plastic pots ea
T090.601 F-8047, Sherperdia argentia 100 cm (ht) balled and burlapped ea
T090.61 F-8047, Sorbaria sorbifolia 60 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T090.611 F-8047, Sorbaria sorbifolia 60 cm (ht) balled and burlapped ea
T090.62 F-8047, Spiraea arguta 50 cm (ht) grown and supplied in pots ea
T090.63 F-8047, Spiraea bumalda 'Anthony Waterer' 60 cm (ht) supplied in peat or plastic pots ea
T090.631 F-8047, Spiraea bumalda 'Anthony Waterer' 60 cm (ht) balled and burlapped ea
T090.64 F-8047, Spiraea bumalda 'Froebelli' 50 cm (ht) grown and supplied in pots ea
T090.65 F-8047, Spiraea bumalda 'Goldflame' 50 cm (ht) grown and supplied in pots ea
T090.66 F-8047, Spiraea japonica 'Shirobna' 50 cm (ht) grown and supplied in pots ea
T090.67 F-8047, Spiraea nipponica 'Snowmound' 60 cm (ht) supplied in peat or plastic pots ea
T090.671 F-8047, Spiraea nipponica 'Snowmound' 60 cm (ht) balled and burlapped ea
T090.68 F-8047, Spiraea vanhouttei 60 cm (ht) supplied in peat or plastic pots ea
T090.681 F-8047, Spiraea vanhouttei 60 cm (ht) balled and burlapped ea
T090.69 F-8047, Symphoricarpos albus 60 cm (ht) supplied in peat or plastic pots ea
T090.691 F-8047, Symphoricarpos albus 60 cm (ht) balled and burlapped ea
T090.70 F-8047, Syringa prestoniae 100 cm (ht) supplied in peat or plastic pots ea
T090.701 F-8047, Syringa prestoniae 100 cm (ht) balled and burlapped ea
T090.71 F-8047, Syringa amurensis 'Japonica' 200 cm (ht) supplied in peat or plastic pots ea
T090.711 F-8047, Syringa amurensis 'Japonica' 200 cm (ht) balled and burlapped ea
T090.72 F-8047, Syringa reticulata 200 cm (ht) supplied in peat or plastic pots ea
T090.721 F-8047, Syringa reticulata 200 cm (ht) balled and burlapped ea
T090.73 F-8047, Syringa vetulina 60 cm (ht) supplied in peat or plastic pots ea
T090.731 F-8047, Syringa vetulina 60 cm (ht) balled and burlapped ea
T090.74 F-8047, Syringa villosa 175 cm (ht) wire basket ea
T090.75 F-8047, Syringa vulgaris 175 cm (ht) wire basket ea
T090.76 F-8047, Taxus cuspidata 60 cm (ht) supplied in peat or plastic pots ea
T090.761 F-8047, Taxus cuspidata 60 cm (ht) balled and burlapped ea
T090.77 F-8047, Viburnum dentatum 60 cm (ht) supplied in peat or plastic pots ea
T090.771 F-8047, Viburnum dentatum 60 cm (ht) balled and burlapped ea
T090.79 F-8047, Viburnum lentago 60 cm (ht) supplied in peat or plastic pots ea
T090.791 F-8047, Viburnum lentago 60 cm (ht) balled and burlapped ea
T090.792 F-8047, Viburnum lentago 175 cm (ht) wire basket ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T090.80 F-8047, Viburnum lantana 60 cm (ht) supplied in peat or plastic pots ea
T090.801 F-8047, Viburnum lantana 60 cm (ht) balled and burlapped ea
T100 TREES
T100.01 F-8047, Abies balsamea 100 cm (ht) supplied in peat or plastic pots ea
T100.011 F-8047, Abies balsamea 150 cm (ht) balled and burlapped ea
T100.012 F-8047, Abies balsamea 200 cm (ht) wire basket ea
T100.02 F-8047, Aesculus glabra 50 mm (dia.) wire basket ea
T100.021 F-8047, Aesculus glabra 70 mm (dia.) wire basket ea
T100.03 F-8047, Acer ginnala 50 mm (dia) wire basket ea
T100.04 F-8047, Acer negundo 50 mm (dia) wire basket ea
T100.05 F-8047, Acer platanoides 50 mm (dia) wire basket ea
T100.051 F-8047, Acer platanoides 70 mm (dia) wire basket ea
T100.06 F-8047, Acer rubrum 50 mm (dia) wire basket ea
T100.061 F-8047, Acer rubrum 70 mm (dia) wire basket ea
T100.062 F-8047, Acer rubrum 200 cm (ht) bareroot ea
T100.07 F-8047, Acer saccharinum 50 mm (dia) wire basket ea
T100.071 F-8047, Acer saccharinum 70 mm (dia) wire basket ea
T100.072 F-8047, Acer saccharinum 200 cm (ht) bareroot ea
T100.08 F-8047, Acer saccharum 50 mm (dia) wire basket ea
T100.081 F-8047, Acer saccharum 70 mm (dia) wire basket ea
T100.082 F-8047, Acer saccharum 200 cm (ht) bareroot ea
T100.083 F-8047, Acer saccharum 250 cm (ht) supplied in peat or plastic pots ea
T100.09 F-8047, Amelanchier canadensis 50 mm (dia) wire baskets ea
T100.11 F-8047, Betula papyrifera 50 mm (dia) wire basket ea
T100.111 F-8047, Betula papyrifera 70 mm (dia.) wire basket ea
T100.112 F-8047, Betula papyrifera 200 cm (ht) bareroot ea
T100.113 F-8047, Betula papyrifera 250 cm (ht) bareroot ea
T100.114 F-8047, Betula papyrifera 50 mm (dia) 3-4 stems ea
T100.13 F-8047, Celtis occidentalis 50 mm (dia) wire basket ea
T100.131 F-8047, Celtis occidentalis 70 mm (dia) wire basket ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T100.14 F-8047, Crataegus crusgalli 50 mm (dia) wire basket ea
T100.15 F-8047, Crataegus merdenensis 'Toba' 50 mm (dia) wire basket ea
T100.16 F-8047, Elaeagnus augustifolia 50 mm (dia) wire basket ea
T100.18 F-8047, Fagus grandifolia 200 cm (ht) supplied in peat or plastic pots ea
T100.19 F-8047, Fraxinus americana 50 mm (dia) wire basket ea
T100.191 F-8047, Fraxinus americana 70 mm (dia) wire basket ea
T100.192 F-8047, Fraxinus americana 200 cm (ht) bareroot ea
T100.193 F-8047, Fraxinus americana 250 cm (ht) supplied in peat or plastic pots ea
T100.20 F-8047, Fraxinus pennsylvanica 50 mm (dia) wire basket ea
T100.201 F-8047, Fraxinus pennsylvanica 70 mm (dia) wire basket ea
T100.202 F-8047, Fraxinus pennsylvanica 200 cm (ht) bareroot ea
T100.203 F-8047, Fraxinus pennsylvanica 250 cm (ht) supplied in peat or plastic pots ea
T100.21 F-8047, Ginkgo biloba 50 mm (dia) wire basket ea
T100.211 F-8047, Ginkgo biloba 70 mm (dia) wire basket ea
T100.22 F-8047, Gleditsia triacanthos 'Shademaster' 50 mm (dia) wire basket ea
T100.221 F-8047, Gleditsia triacanthos 'Shademaster' 70 mm (dia) wire basket ea
T100.23 F-8047, Juglans nigra 50 mm (dia) wire basket ea
T100.231 F-8047, Juglans nigra 70 mm (dia) wire basket ea
T100.24 F-8047, Juglans cinerea 50 mm (dia) wire basket ea
T100.241 F-8047, Juglans cinerea 70 mm (dia) wire basket ea
T100.25 F-8047, Larix larcina 100 cm (ht) supplied in peat or plastic pots ea
T100.251 F-8047, Larix larcina 150 cm (ht) balled and burlapped ea
T100.252 F-8047, Larix larcina 200 cm (ht) wire basket ea
T100.26 F-8047, Malus ea
T100.27 F-8047, Malus 'Hopa' 50 mm (dia) wire basket ea
T100.28 F-8047, Malus 'Radiant' 50 mm (dia) wire basket ea
T100.29 F-8047, Malus 'Makamik' 50 mm (dia) wire basket ea
T100.30 F-8047, Malus 'Royalty' 50 mm (dia) wire basket ea
T100.31 F-8047, Ostrya virginiana 50 mm (dia) wire basket ea
T100.32 F-8047, Picea abies 100 cm (ht) balled and burlapped ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T100.321 F-8047, Picea abies 150 cm (ht) balled and burlapped ea
T100.322 F-8047, Picea abies 200 cm (ht) wire basket ea
T100.33 F-8047, Picea omorika 100 cm (ht) supplied in peat or plastic pots ea
T100.331 F-8047, Picea omorika 150 cm (ht) balled and burlapped ea
T100.332 F-8047, Picea omorika 200 cm (ht) wire basket ea
T100.34 F-8047, Picea pungens 100 cm (ht) supplied in peat or plastic pots ea
T100.341 F-8047, Picea pungens 150 cm (ht) balled and burlapped ea
T100.342 F-8047, Picea pungens 200 cm (ht) wire basket ea
T100.35 F-8047, Picea pungens 'Glauca' 100 cm (ht) supplied in peat or plastic pots ea
T100.351 F-8047, Picea pungens 'Glauca' 150 cm (ht) balled and burlapped ea
T100.352 F-8047, Picea pungens 'Glauca' 200 cm (ht) wire basket ea
T100.36 F-8047, Pinus banksiana 150 cm (ht) balled and burlapped ea
T100.37 F-8047, Pinus nigra 100 cm (ht) supplied in peat or plastic pots ea
T100.371 F-8047, Pinus nigra 150 cm (ht) balled and burlapped ea
T100.372 F-8047, Pinus nigra 200 cm (ht) wire basket ea
T100.39 F-8047, Pinus resinosa 150 cm (ht) balled and burlapped ea
T100.40 F-8047, Pinus strobus 100 cm (ht) supplied in peat or plastic pots ea
T100.401 F-8047, Pinus strobus 150 cm (ht) balled and burlapped ea
T100.402 F-8047, Pinus strobus 200 cm (ht) wire basket ea
T100.41 F-8047, Pinus sylvestris 100 cm (ht) supplied in peat or plastic pots ea
T100.411 F-8047, Pinus sylvestris 150 cm (ht) balled and burlapped ea
T100.412 F-8047, Pinus sylvestris 200 cm (ht) wire basket ea
T100.42 F-8047, Populus canadensis Eugen 50 mm (dia) wire basket ea
T100.421 F-8047, Populus canadensis Eugen 70 mm (dia) wire basket ea
T100.422 F-8047, Populus canadensis Eugen 200 cm (ht) bareroot ea
T100.423 F-8047, Populus canadensis Eugen 250 cm (ht) supplied in peat or plastic pots ea
T100.43 F-8047, Populus balsamifera 50 mm (dia) wire basket ea
T100.431 F-8047, Populus balsamifera 70 mm (dia) wire basket ea
T100.432 F-8047, Populus balsamifera 200 cm (ht) bareroot ea
T100.433 F-8047, Populus balsamifera 250 cm (ht) supplied in peat or plastic pots ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T100.44 F-8047, Populus deltoides 50 mm (dia) wire basket ea
T100.441 F-8047, Populus deltoides 70 mm (dia) wire basket ea
T100.442 F-8047, Populus deltoides 200 cm (ht) bareroot ea
T100.443 F-8047, Populus deltoides 250 cm (ht) supplied in peat or plastic pots ea
T100.45 F-8047, Populus grandidentata 50 mm (dia) wire basket ea
T100.451 F-8047, Populus grandidentata 70 mm (dia) wire basket ea
T100.452 F-8047, Populus grandidentata 200 cm (ht) bareroot ea
T100.453 F-8047, Populus grandidentata 250 cm (ht) supplied in peat or plastic pots ea
T100.46 F-8047, Populus nigra 50 mm (dia) wire basket ea
T100.461 F-8047, Populus nigra 70 mm (dia) wire basket ea
T100.462 F-8047, Populus nigra 200 cm (ht) bareroot ea
T100.463 F-8047, Populus nigra 250 cm (ht) supplied in peat or plastic pots ea
T100.47 F-8047, Populus tremuloides 50 mm (dia) wire basket ea
T100.471 F-8047, Populus tremuloides 70 mm (dia) wire basket ea
T100.472 F-8047, Populus tremuloides 200 cm (ht) bareroot ea
T100.473 F-8047, Populus tremuloides 250 cm (ht) supplied in peat or plastic pots ea
T100.49 F-8047, Prunus padus 200 cm (ht) bareroot ea
T100.491 F-8047, Prunus padus 50 mm (dia) wire basket ea
T100.50 F-8047, Prunus pennsylvanica 200 cm (ht) bareroot ea
T100.51 F-8047, Prunus serotina 50 mm (dia) wire basket ea
T100.511 F-8047, Prunus serotina 200 cm (ht) bareroot ea
T100.52 F-8047, Prunus virginiana 'Schubert' 50 mm (dia) wire basket ea
T100.53 F-8047, Pyrus calleryana 50 mm (dia) wire basket ea
T100.54 F-8047, Quercus alba 50 mm (dia) wire basket ea
T100.541 F-8047, Quercus alba 70 mm (dia) wire basket ea
T100.542 F-8047, Quercus alba 200 cm (ht) bareroot ea
T100.543 F-8047, Quercus alba 250 cm (ht) supplied in peat or plastic pots ea
T100.55 F-8047, Quercus borealis 50 mm (dia) wire basket ea
T100.551 F-8047, Quercus borealis 70 mm (dia) wire basket ea
T100.552 F-8047, Quercus borealis 200 cm (ht) bareroot ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T100.553 F-8047, Quercus borealis 250 cm (ht) supplied in peat or plastic pots ea
T100.56 F-8047, Quercus macrocarpa 50 mm (dia) wire basket ea
T100.561 F-8047, Quercus macrocarpa 70 mm (dia) wire basket ea
T100.562 F-8047, Quercus macrocarpa 200 cm (ht) bareroot ea
T100.563 F-8047, Quercus macrocarpa 250 cm (ht) supplied in peat or plastic pots ea
T100.57 F-8047, Quercus palustris 50 mm (dia) wire basket ea
T100.571 F-8047, Quercus palustris 70 mm (dia) wire basket ea
T100.572 F-8047, Quercus palustris 200 cm (ht) bareroot ea
T100.573 F-8047, Quercus palustris 250 cm (ht) supplied in peat or plastic pots ea
T100.58 F-8047, Quercus robur 50 mm (dia) wire basket ea
T100.581 F-8047, Quercus robur 70 mm (dia) wire basket ea
T100.582 F-8047, Quercus robur 200 cm (ht) bareroot ea
T100.583 F-8047, Quercus robur 250 cm (ht) supplied in peat or plastic pots ea
T100.59 F-8047, Quercus rubra 50 mm (dia) wire basket ea
T100.591 F-8047, Quercus rubra 70 mm (dia) wire basket ea
T100.592 F-8047, Quercus rubra 200 cm (ht) bareroot ea
T100.593 F-8047, Quercus rubra 250 cm (ht) supplied in peat or plastic pots ea
T100.60 F-8047, Robina pseudoacacia 50 mm (dia) wire basket ea
T100.601 F-8047, Robina pseudoacacia 70 mm (dia) wire basket ea
T100.61 F-8047, Salix nigra 100 cm (ht) supplied in peat or plastic pots ea
T100.611 F-8047, Salix nigra 50 mm (dia) wire basket ea
T100.62 F-8047, Salix petandra 100 cm (ht) supplied in peat or plastic pots ea
T100.621 F-8047, Salix petandra 50 mm (dia) wire basket ea
T100.63 F-8047, Sorbus thuringiaca 'fastigiata' 50 mm (dia) wire basket ea
T100.64 F-8047, Thuja occidentalis 100 cm (ht) supplied in peat or plastic pots ea
T100.641 F-8047, Thuja occidentalis 150 cm (ht) balled and burlapped ea
T100.642 F-8047, Thuja occidentalis 200 cm (ht) wire basket ea
T100.65 F-8047, Tilia americana 50 mm (dia) wire basket ea
T100.651 F-8047, Tilia americana 70 mm (dia) wire basket ea
T100.652 F-8047, Tilia americana 200 cm (ht) wire basket ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T100.66 F-8047, Tilia cordata 50 mm (dia) wire basket ea
T100.661 F-8047, Tilia cordata 70 mm (dia) wire basket ea
T100.67 F-8047, Ulmus americana 50 mm (dia) wire basket ea
T100.671 F-8047, Ulmus americana 70 mm (dia) wire basket ea
T100.68 F-8047, Ulmus americana 'Jacan' 50 mm (dia) wire basket ea
T100.681 F-8047, Ulmus americana 'Jacan' 70 mm (dia) wire basket ea
T100.69 F-8047, Ulmus pumila 'Park Royal' 50 mm (dia) wire basket ea
T110 VINES
T110.01 F-8047, Celastrus scandens potted ea
T110.02 F-8047, Parthenocissus quinquefolia 'Engelmannii' potted ea
T110.03 F-8047, Parthenocissus quinquefolia 'Engelmannii' potted ea
T110.04 F-8047, Parthenocissus tricuspidata potted ea
T110.05 F-8047, Parthenocissus tricuspidata 'veitchii' potted ea
T110.06 F-8047, Vitis riparia potted ea
T120 PLANT MATERIAL MAINTENANCE
T120.01 F-8024, Extended Maintenance and Warranty Period for Planting LS
T999 BLANK ITEMS
T999.01 Blank
T999.02 Blank
T999.03 Blank
T999.04 Blank
T999.05 Blank
T999.06 Blank
T999.07 Blank
T999.08 Blank
T999.09 Blank
T999.10 Blank
U -- LABOUR AND EQUIPMENT --
U00 -- LABOUR & EQUIPMENT --
U010 LABOUR

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
U010.01 127, F-8025 Unskilled labour (including supervision where not otherwise provided) hr 52.00
U010.02 127, F-8025 Skilled labour (including supervision where not otherwise provided) hr 53.00
U020 EQUIPMENT
U020.01 127, F-8026 Bulldozer, 100kW min (D6) (operated) hr 150.00
U020.02 127, F-8026 Bulldozer, 45 kW min (D3) (operated) hr 115.00
U020.07 F-8026, Crawler mounted hydraulic backhoe, 24,500 kg minimum operating weight hr 155.00
(Operated)
U020.10 127, F-8026 Dump truck - rear axle, tandem drive, 22,000kg GVW min (operated) hr 93.00
U020.11 127, F-8026 Dump truck - tri axle, 32,000kg GVW min (operated) hr 100.00
U020.12 127, F-8026 Front end loader backhoe, rubber tired 45 kW min (operated) hr 96.00
U020.14 127, F-8026 Gradall - 18,000kg minimum operating weight (operated) hr 162.00
U020.15 127, F-8026 Grader, rigid frame, 11,500kg min.operating weight (operated) hr 132.00
U020.16 127, F-8026 Hydraulic rock breaker, boom mounted - 1400 Joules (operated) hr 468.00
U020.17 127, F-8026 Portable air compressor 9m3/min including air hammer and all attachments hr 86.00
(operated)
U020.23 127, F-8028 Sweeper (Operated) hr 138.00
U020.24 F-8026, Water truck - 7,500l min (operated) hr 100.00
U020.25 127, F-8028 Flusher (Operated) hr 123.00
U020.26 F-4110, CCTV Video Unit (with pan tilt camera) hr 170.00
U020.27 F-4109, Combo Cleaning Unit hr 190.00
U020.28 127, F-8026 Hydro Excavating/Vacuum Truck (Operated) hr 285.00
U999 BLANK ITEMS
U999.01 Blank
U999.02 Blank
U999.03 Blank
U999.04 Blank
U999.05 Blank
U999.06 Blank
U999.07 Blank
U999.08 Blank
U999.09 Blank
U999.10 Blank

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
U999.11 Blank
U999.12 Blank
U999.13 Blank
U999.14 Blank
V -- UNALLOCATED --
V00 -- UNALLOCATED--
W -- TRENCHLESS SEWER REHAB. --
W00 -- TRENCHLESS SEWER REHAB.--
W010 CIPP LINER
W010.01 F-4107, Supply and Install CIPP Liner 250 mm Pipe m
F-4113,
W010.02 F-4107, Supply and Install CIPP Liner 300 mm Pipe m
F-4113,
W010.03 F-4107, Supply and Install CIPP Liner 375 mm Pipe m
F-4113,
W010.04 F-4107, Supply and Install CIPP Liner 450 mm Pipe m
F-4113,
W010.05 F-4107, Supply and Install CIPP Liner 525 mm Pipe m
F-4113,
W010.06 F-4107, Supply and Install CIPP Liner 600 mm Pipe m
F-4113,
W010.07 F-4107, Supply and Install CIPP Liner 675 mm Pipe m
F-4113,
W010.08 F-4107, Supply and Install CIPP Liner 750 mm Pipe m
F-4113,
W010.09 F-4107, Supply and Install Liner 825 mm Pipe m
F-4113,
W010.10 F-4107, Supply and Install CIPP Liner 900 mm Pipe m
F-4113,
W010.12 F-4107, Supply and Install CIPP Liner 1050 mm Pipe m
F-4113,
W010.14 F-4107, Supply and Install CIPP Liner 1200 mm Pipe m
F-4113,
W010.16 F-4107, Supply and Install CIPP Liner 1300 mm Pipe m
F-4113,
W020 SPOT REPAIR
W020.01 F-4108, Supply and Install Structural Spot Repair for 250 mm Pipe m
F-4113,
W020.02 F-4108, Supply and Install Structural Spot Repair for 300 mm Pipe m
F-4113,
W020.03 F-4108, Supply and Install Structural Spot Repair for 375 mm Pipe m
F-4113,
W020.04 F-4108, Supply and Install Structural Spot Repair for 450 mm Pipe m
F-4113,
W020.05 F-4108, Supply and Install Structural Spot Repair for 525 mm Pipe m
F-4113,
W020.06 F-4108, Supply and Install Structural Spot Repair for 600 mm Pipe m
F-4113,

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
W020.07 F-4108, Supply and Install Structural Spot Repair for 675 mm Pipe m
F-4113,
W020.08 F-4108, Supply and Install Structural Spot Repair for 750 mm Pipe m
F-4113,
W030 MISCELLANEOUS TRENCHLESS SEWER REHAB. ITEMS
W030.01 F-4109, Preparation of Existing Pipe for Liner m
F-4113,
W030.02 F-4107, Supply and Maintain All By-Pass Pumping LS
F-4113,
F-4114,
W030.03 F-4108, Supply and Maintain All By-Pass Pumping LS
F-4113,
F-4114,
W030.04 F-4111, Re-Connect Service Connections (Quantity is approximate) ea
F-4113,
W030.05 F-4115 Treatment of Curing Water LS
W030.07 F-4110, CCTV Inspection as Required LS
F-4113,
W030.08 F-4112, Cured-in-Place Building Laterals m
W030.09 F-4109, Video Sewer lines with Jet (V1) m
F-4110,
W030.10 F-4110, CCTV Final Videos (V3) m
W030.11 F-4109, Pre-Lining CCTV (V2) m
F-4110
W030.20 408, F-4080, Adjust or rebuild Manholes ea
W030.21 408, F-4080, Adjust or rebuild Existing Traffic Manholes ea
W999 BLANK ITEMS
W999.01 Blank
W999.02 Blank
W999.03 Blank
W999.04 Blank
W999.05 Blank
W999.06 Blank
W999.07 Blank
W999.08 Blank
W999.09 Blank
W999.10 Blank
W999.11 Blank
W999.12 Blnak
W999.13 Blank
W999.14 Blank
W999.15 Blank

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
W999.16 Blank
W999.17 Blank
W999.18 Blank
W999.19 Blank
W999.20 Blank
W999.21 Blank
Z -- DEVELOPMENT ITEMS (restricted use for letters o
A-800 Section Z - Development Items (restricted use for letters of credit) ea
A800.01 As-built Drawings & other documentation ea
A800.02 Easement (Servicing) ea
F824.01 Pipe - 100mm dia. PVC SDR 28 (lateral service to property line) ea
F824.02 Pipe - 135mm dia. PVC SDR 28 (lateral service to property line) ea
F829.01 Maintenance Hole - Stormceptor with certification for manufacturer ea
F890.01 Storm Pond construction & certification from ROPEC LS
G815.01 Pipe - 19mm dia. copper (water service to property line) ea
G815.02 Pipe - 25mm dia. copper (water service to property line) ea
G815.03 Pipe - 50mm dia. copper (water service to property line) ea
H818.01 Pipe - 100mm dia. PVC SDR28 (lateral service to property line) ea
H818.02 Pipe - 135mm dia. PVC SDR28 (lateral service to property line) ea
J800.01 Street name sign (per blade - City of Ottawa Standard) ea
J800.02 Stop sign ea
J800.03 Yield sign ea
J800.04 Speed limit sign ea
J800.05 No exit sign ea
J800.06 No parking sign ea
J800.07 Handicapped parking sign ea
J800.08 Visitor parking sign ea
J800.09 Fire lane sign ea
J800.10 Do not enter sign ea
J810.01 Marking - Stop bar & tail ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
J810.02 Marking - parking tail ea
J810.03 Marking - handicapped parking stall ea
K810.01 Pole - Miscellaneous ea
K825.01 Luminaire - Miscellaneous ea
L812.02 Ditching LM
L825.15 1.5m concrete sidewalk (c/w 150mm gran. base) LM
L825.18 1.8m concrete sidewalk (c/w 150mm gran. base) LM
L825.20 2.0m concrete sidewalk (c/w 150mm gran. base) LM
L830.15 1.5m asphalt sidewalk (c/w 150mm gran. base) LM
L830.18 1.8m asphalt sidewalk (c/w 150mm gran. base) LM
L830.20 2.0m asphalt sidewalk (c/w 150mm gran. base) LM
L850.81 Urban - local road, 8.5m ROW (5.5m wide asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L851.61 Urban - local road, 16.5m ROW (8.5m wide asphalt - 2 lifts, 2 undivided lanes, c/ LM
w gran. base)
L851.81 Urban - local road, 18m ROW (8.5m wide asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L852.01 Urban - local road, 20m ROW (8.5m wide asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L852.21 Urban - local road, 22m ROW (8.5m wide asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L852.41 Urban - collector road, 24m ROW (11.0m of asphalt - 3 lifts, 2 undivided lanes, c/ LM
w gran. base)
L852.61 Urban - collector road, 26m ROW (11.5m of asphalt - 3 lifts, 2 undivided lanes, c/ LM
w gran. base)
L852.62 Urban - arterial road, 26m ROW (18.5m of asphalt - 3 lifts, 4 divided lanes, c/w LM
gran. base)
L862.01 Rural - local road, 20m ROW (6.0m of asphalt - 1 lift, 2 undivided lanes, c/w gran. LM
base)
L862.02 Rural - local road, 20m ROW (6.0m of asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L862.03 Rural - local road, 20m ROW (7.0m of asphalt - 1 lifts, 2 undivided lanes, c/w LM
gran. base)
L862.04 Rural - local road, 20m ROW (7.0m of asphalt - 2 lifts, 2 undivided lanes, c/w LM
gran. base)
L872.01 Rural - collector road, 26m ROW LM
L883.01 Rural - arterial road, 30m ROW LM
L890.01 Intersection Modifications LS
Q840.01 3 rail paddle log fence 0.9m LM
Q890.01 760 Noise Barrier LM
T800.01 Lot landscaping - single lot (grading & sodding of City ROW) ea
T800.02 Lot landscaping - single lot (grading & sodding outside of City ROW, paving of ea
driveways, etc.)

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
Date/Time: Feb 28, 2017 1:22 PM

Spec Code List


City of Ottawa
Code Spec Description Unit Unit Price
T810.01 Lot landscaping - townhouse unit (grading & sodding of City ROW) ea
T810.02 Lot landscaping - townhouse unit (grading & sodding outside of City ROW, ea
paving of driveways, etc)
T820.01 Lot Landscaping - rural estate lot ea
T830.01 Trees (subdivision applications only - single lots or TH unit) ea
T830.02 Trees (site plan applications only) LS
T830.03 Shrubs (site plan applications only) LS
T840.01 Perennials (site plan applications only) LS
T850.01 Garbage enclosures LS
T860.01 Entrance enclosures LS
T870.01 Park Development (does not include infrastructure already listed under other LS
Sections)
T880.01 Furnishings ea

Construction Contract Management System 1.0 Copyright 2012 by Biddingo.com All Rights Reserved
SECTION A

TENDER
CITY OF OTTAWA

CONTENTS

Section A Tender

Section B Form of Agreement

Section C Modified OPS General Conditions

Section D Special Provisions - General

Section E Standard Drawings and Standard Specifications

Section F Special Provisions – Item Specific

Section G Contract Drawings

Section H Quantity Sheets

\Section A\Content.doc – March 31, 2009


CITY OF OTTAWA

INDEX TO TENDER
PART I - TENDER CALL ............................................................................................. A1

PART II - TENDER CONDITIONS .............................................................................A3

TC-1 Completion and Submissions of Tenders ................................................. A3


TC-2 Tender Deposit .......................................................................................... A3
TC-3 Basis of Award .......................................................................................... A4
TC-4 Addenda ....................................................................................................A4
TC-5 Irregular Tenders ....................................................................................... A4
TC-6 Unbalanced Tenders.................................................................................. A4
TC-7 Collusion ...................................................................................................A5
TC-8 Right to Accept or Reject Tenders ............................................................ A5
TC-9 Contract Documents.................................................................................. A5
TC-10 Errors, Omissions and Discrepancies in the Contract Documents ...........A5
TC-11 Irrevocability of Offer ............................................................................... A6
TC-12 Successful Tenderer - Bonds ....................................................................A6
TC-13 Successful Tenderer - Workplace Safety & Insurance Board
Certificate of Clearance ............................................................................A6
TC-14 Successful Tenderer - Execution of Form of Agreement ......................... A6
TC-15 Successful Tenderer - Insurance ............................................................... A7
TC-16 Successful Tenderer - Time for Completion ............................................A7
TC-16 Successful Tenderer - Time for Substantial Performance
and Completion………………………………………………………….A7
TC-17 Successful Tenderer - Liquidated Damages .............................................A8
TC-18 Successful Tenderer - Submission of Documentation .............................. A8
TC-19 Successful Tenderer - Commencement of the Work ................................ A8

PART III - FORM OF TENDER .................................................................................. A9

FT-1 Contract Documents.................................................................................. A9


FT-2 Tenderer’s Declarations ..........................................................................A10
FT-3 Tenderer’s Offer...................................................................................... A11
FT-4 Schedule of Prices ................................................................................... A11
FT-4.2 SCHEDULE OF PRICES .......................................................................A12

\Section A\Index to Tender.doc- March 31, 2013


CITY OF OTTAWA
TENDER

PART I TENDER CALL

The City of Ottawa (after this called the “Owner”) invites Tenders for:

Contract Number:

Described as

Tenders shall be addressed and delivered to:

City of Ottawa
Supply Branch
100 Constellation Drive,
4th Floor, West Tower
Ottawa, Ontario
K2G 6J8

Tenders shall be received until:

3:00 p.m. local time

xxxxday, ____________ _______, 20

Tenders received by the time and date specified above shall 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 Owner as to whether a Tender is or is not irregular.

Vendor Performance Management Notice:

The City of Ottawa will evaluate the performance of Contractors and Consultants
on the delivery of construction related contracts for design, construction and
contract administration services. The results of such evaluations will be recorded
in the City’s Vendor Performance Management (VPM) System. The goals of the
City’s VPM System are to improve communication between the City and its
Contractors and Consultants and to encourage better performance.

The contract resulting from this Tender will be subject to a performance evaluation
conducted by the City’s Project Manager and recorded in the City’s VPM System.

March 2, 2015 A-1


CITY OF OTTAWA
TENDER
The City reserves the right to consider the Contractor’s performance on City
contracts, as recorded in the VPM System, in the award of future contracts. The
City will support all evaluations in the VPM System with documentation recorded
by the City’s Project Manager in accordance with the City’s “Contract
Administration and Reporting on Supplier Performance Procedures”.

March 2, 2015 A-2


CITY OF OTTAWA
TENDER
PART II TENDER CONDITIONS

TC-1 Completion and Submissions of Tenders


1.1 The Tenderer shall complete all documents pertaining to this Contract in
ink or in type.

1.2 If the Tenderer is a corporation, an authorized officer of the corporation


shall sign and seal the Form of Tender.

1.3 If the Tenderer is a partnership, a minimum of two partners shall sign the
Form of Tender and signatures shall be witnessed.

1.4 If the Tenderer is a sole proprietorship, the sole proprietor shall sign the
Form of Tender and the signature shall be witnessed.

1.5 The Tenderer shall submit its Tender by the date and time specified in
Part I of the Tender.

1.6 The Tenderer shall submit to the Owner:


a) Part III – Form of Tender;
b) the Tender deposit;
c) contract specific submissions (blank if not applicable)

1.7 The Tenderer shall submit the Tender on the forms and in the envelope
provided by the Owner, or in an opaque envelope properly identified with
the contract number, name and due date, and the Tenderer shall seal
the envelope.

1.8 Tender irregularities will be dealt with in accordance with Schedule “A” of
the City of Ottawa Purchasing By-Law No. 50 of 2000, as amended.
Copies of Schedule “A” are available by contacting Supply Branch at
580-2424, extension 25185.

1.9 All inquiries/questions regarding this Request for Tender (RFT) are to be
directed to the Supply Branch. Inquiries must be received in writing (e-
mail) no later than …insert date…. All inquiries received, and the
answers as provided by the Project Authority will be provided to all
Tenderer’s by way of written addendum, no later than ….insert date….
Without naming the source of the inquiry.

TC-2 Tender Deposit


2.1 At the time of tendering, the Tenderer shall submit, with its Tender, a
deposit in the form a bid bond signed and sealed by the Tenderer’s
surety in favour of the City of Ottawa. The Tender deposit must be an
original and shall equal at least ten percent (10%) of the total Tender
price.

March 2, 2015 A-3


CITY OF OTTAWA
TENDER
2.2 The Owner shall not pay interest on Tender deposits.

2.3 The Owner shall retain the Tender deposit of the successful Tenderer until:
a) the successful Tenderer has executed the Form of Agreement in
accordance with Section TC-14 and TC-18 of the Tender; and
b) the successful Tenderer has provided all bonding and other
documents in accordance with Sections TC-12 and TC-18 of the
Tender.

2.4 The Owner shall return the deposits of unsuccessful Tenderers at a time
determined by the Owner.

2.5 Bid Bond Requirement

Bid Bonds must be from a Surety Company, authorized by law to carry on


business in the Province of Ontario and approved by the City.

Bidders may ascertain which Surety Companies have been approved by


contacting the Insurance Clerk at (613) 580-2424, Ext. 25179. No interest
shall be payable on any Bid Deposit.

TC-3 Basis of Award


The City intends to award a contract to the bidder who submits the
“lowest responsive bid” (as defined in City of Ottawa Purchasing By-Law
No. 50 of 2000, as amended) by Total Tender Price. Upon formal
notification of award the bidder shall thereafter be known as the
Contractor.

TC-4 Addenda
4.1 The Tenderer shall ensure that its name and address for receipt of
addenda are included on the Owner's list of firms to whom addenda to
this Contract, if any, are to be sent. Inclusion on the Owner’s list does
not absolve the Tenderer of its responsibilities set out in Section TC-9 of
the Tender.

4.2 The Tenderer shall ensure that all addenda issued are acknowledged
and listed under Section FT-1 of the Tender.

TC-5 Irregular Tenders


5.1 The Owner shall be the sole judge of whether or not a Tender is
irregular.

TC-6 Unbalanced Tenders


6.1 The Tenderer shall not submit an unbalanced Tender.

6.2 The Owner shall have the right to:


a) deem a Tender to be unbalanced; and
b) reject a Tender which it deems to be unbalanced.
March 2, 2015 A-4
CITY OF OTTAWA
TENDER
TC-7 Collusion
7.1 The Tenderer shall not engage in collusion of any sort and, in particular,
shall:

a) ensure that no person or other legal entity, other than the Tenderer,
has any undisclosed interest in the Tenderer’s Tender; and
b) 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.

TC-8 Right to Accept or Reject Tenders


8.1 Notwithstanding any other provision in this Contract, the Owner shall
have the right to:

a) accept any Tender;


b) reject any Tender; and
c) reject all Tenders.

8.2 Without limiting the generality of Section TC-8.1, the Owner shall have
the right to:

a) accept an irregular Tender;


b) accept a Tender which is not the lowest Tender; and
c) reject a Tender even if it is the only Tender received by the Owner.

8.3 Acceptance of the Tender shall occur at the time the Owner awards the
Tender and not necessarily at the time the award is communicated to the
successful Tenderer.

TC-9 Contract Documents


9.1 The Tenderer shall obtain and review all Contract Documents as listed in
the Form of Tender and all Addenda issued by the Owner pertaining to
this Contract.

TC-10 Errors, Omissions and Discrepancies in the Contract Documents


10.1 If the Tenderer finds any errors or omissions in or discrepancies among
the Contract Documents, it shall immediately notify the Owner at the
address specified in Part I of the Tender, or the Contract Administrator.

10.2 No oral explanation or interpretation by any person shall modify any of


the Contract Documents.

TC-11 Irrevocability of Offer


11.1 The Tenderer shall not revoke its offer until after the expiration of sixty
(60) days after the opening of Tenders by the Owner.

March 2, 2015 A-5


CITY OF OTTAWA
TENDER
11.2 If the Tenderer revokes its offer prior to the expiration of sixty (60) days
after the Tender opening, the Tenderer shall forfeit its Tender deposit but
this shall not prohibit the Owner from pursuing any other legal remedy
which it may have.

TC-12 Successful Tenderer - Bonds


12.1 The successful Tenderer and its surety shall provide:

a) a performance bond signed and sealed by the Tenderer’s surety; and


b) a labour and material payment bond signed and sealed by the
Tenderer’s surety;

each in the amount of at least fifty percent (50%) of the total Tender
price.

In the case of bridge projects (where bridge refers to a structure that is


equal to or greater than 3m in span), a performance bond of 100% the
total Tender price shall be provided.

12.2 The surety of the successful Tenderer and the bonds referred to in
Section

TC-12.1 must be originals and shall be to the satisfaction of the Owner.

12.3 The successful Tenderer may reduce the quantum of the performance
bonds to twenty percent (20%) of the total Tender price at the start of the
warranty period described in Subsection GC7.15 of the Modified OPS
General Conditions.

TC-13 Successful Tenderer - Workplace Safety & Insurance Board


Certificate of Clearance
13.1 The successful Tenderer shall provide the Owner with a valid Workplace
Safety & Insurance Board Certificate of Clearance to the satisfaction of
the Owner.

TC-14 Successful Tenderer - Execution of Form of Agreement


14.1 The successful Tenderer shall execute in accordance with TC-1, in
triplicate, the Form of Agreement provided in the Contract Documents.

14.2 The successful Tenderer shall forward the executed Form of Agreement
to the Owner.

March 2, 2015 A-6


CITY OF OTTAWA
TENDER
TC-15 Successful Tenderer - Insurance
15.1 The successful Tenderer shall provide the Owner with an original
Certificate of Insurance for each type of insurance coverage required by
Section GC6.03 of the Modified OPS General Conditions and any
additional coverages specified in the Supplementary Conditions.

15.2 The Contractor shall carry insurance, pursuant to Section GC6.03.02 of


the Modified OPS General Conditions in the amount of at least FIVE
MILLION DOLLARS ($5,000,000.00).

15.3 The Contractor shall carry insurance, pursuant to Sections GC6.03 of


the Modified OPS General Conditions which names the following as
additional insureds:
Address

The City of Ottawa 100 Constellation Dr., Ottawa

TC-16 Successful Tenderer - Time for Completion


16.1 The successful Tenderer shall Substantially Perform the Work within
_______________________ ( ) Working Days of the date
of the Commence Work Order and this shall be the Substantial Date
used for the calculation of Liquidated Damages as per TC-17.1.

16.2 The successful Tenderer acknowledges that time shall be deemed to be


of the essence of the Contract.

March 2, 2015 A-7


CITY OF OTTAWA
TENDER
TC-15 Successful Tenderer - Insurance
15.1 The successful Tenderer shall provide the Owner with an original
Certificate of Insurance for each type of insurance coverage required by
Section GC6.03 of the Modified OPS General Conditions and any
additional coverages specified in the Supplementary Conditions.

15.2 The Contractor shall carry insurance, pursuant to Section GC6.03.02 of


the Modified OPS General Conditions in the amount of at least FIVE
MILLION DOLLARS ($5,000,000.00).

15.3 The Contractor shall carry insurance, pursuant to Sections GC6.03 of


the Modified OPS General Conditions which names the following as
additional insureds:

Address

The City of Ottawa 100 Constellation Dr., Ottawa

TC-16 Successful Tenderer - Time for Substaintial Performance and


Completion
16.1 The successful Tenderer shall Substantially Perform the Work as
defined in GC1.05 by _ , the day of , 20
and this shall be the first date used for the calculation of Liquidated
Damages as per TC-17.1.

16.2 The successful Tenderer shall Complete the Work as defined in GC1.06
by _ , the day of , 20 and this shall
be the second date used for the calculation of Liquidated Damages as
per TC-17.1.

16.3 The successful Tenderer acknowledges that time shall be deemed to be


of the essence of the Contract. For the Tenderer’s purpose of
establishing a schedule for the Work, it is anticipated that the Contract
Award will be complete 30 calendar days after the opening of Tenders
by the Owner, and then the Commence Work Order will be issued 3
business days after the Contract Award is complete. Milestone dates
associated with the Contract will be adjusted, when possible, due to any
delays caused by the Owner during the Contract Award and/or issuance
of the Commence Work Order.

March 2, 2015 Alternate A-7


CITY OF OTTAWA
TENDER
TC-17 Successful Tenderer - Liquidated Damages
17.1 Pursuant to Section GC 8.02.09 of the Modified OPS General
Conditions, the liquidated damages shall be in the amount of:

_____________ DOLLARS ($________) per calendar day beyond the


Substantial and Completion Dates, as determined in TC-16.

TC-18 Successful Tenderer - Submission of Documentation


18.1 The successful Tenderer shall submit the documentation required by
Sections TC-12, TC-13, TC-14, TC-15 and D-021 within seven working
days of the day the Owner notifies the successful Tenderer that the
documentation should be sent to the Owner.

18.2 If the successful Tenderer fails to comply with Section TC-18.1 the
Owner may, in its sole discretion, withdraw its acceptance of the Tender
and the Tenderer shall have no recourse whatsoever against the Owner.

TC-19 Successful Tenderer - Commencement of the Work


19.1 The successful Tenderer shall not commence the Work until it has
received a Commence Work Order issued by the Owner.

March 2, 2015 A-8


CITY OF OTTAWA
TENDER
TC-17 Successful Tenderer - Liquidated Damages
17.1 Pursuant to Section GC 8.02.09 of the Modified OPS General
Conditions, the liquidated damages shall be in the amount of:

_____________ DOLLARS ($________) per calendar day beyond the


dates outlined for Substantial Performance and Completion, as
determined in TC-16.

TC-18 Successful Tenderer - Submission of Documentation


18.1 The successful Tenderer shall submit the documentation required by
Sections TC-12, TC-13, TC-14, TC-15 and D-021 within seven working
days of the day the Owner notifies the successful Tenderer that the
documentation should be sent to the Owner.

18.2 If the successful Tenderer fails to comply with Section TC-18.1 the
Owner may, in its sole discretion, withdraw its acceptance of the Tender
and the Tenderer shall have no recourse whatsoever against the Owner.

TC-19 Successful Tenderer - Commencement of the Work


19.1 The successful Tenderer shall not commence the Work until it has
received a Commence Work Order issued by the Owner.

March 2, 2015 Alternate A-8


CITY OF OTTAWA
TENDER
PART III FORM OF TENDER

Tender by:

NAME OF TENDERER

ADDRESS OF TENDERER TELEPHONE NUMBER

FAX NUMBER

E-MAIL

after this called the “Tenderer”.

FT-1 Contract Documents


1.1 The Contract Documents for Contract Number __________________
are:
a) Tender:
i) Part I - Tender Call,
ii) Part II - Tender Conditions, and
iii) Part III - Form of Tender.
b) Form of Agreement.
c) Modified OPS General Conditions.
d) Special Provisions - General.
e) Standard Specifications and Standard Drawings.
f) Special Provisions – Item Specific.
g) Drawing Numbers:

March 2, 2015 A-9


CITY OF OTTAWA
TENDER
h) All Addenda issued pertaining to the Contract.

Addendum No. ___ dated _______ ____, 20 , No. of Pages ______


Addendum No. ___ dated _______ ____, 20 , No. of Pages ______
Addendum No. ___ dated _______ ____, 20 , No. of Pages ______
Addendum No. ___ dated _______ ____, 20 , No. of Pages ______
Addendum No. ___ dated _______ ____, 20 , No. of Pages ______

FT-2 Tenderer’s Declarations


2.1 The Tenderer declares that it has obtained and read the Contract
Documents.

2.2 The Tenderer declares that it understands and agrees to be bound by


the Contract Documents.

2.3 Without limiting the generality of Section FT-2.2, 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.

2.4 The Tenderer declares that all information which it has provided or will
provide to the Owner is true.

March 2, 2015 A-10


CITY OF OTTAWA
TENDER
FT-3 Tenderer’s Offer
3.1 The Tenderer offers to do the work in accordance with the Contract
Documents.

3.2 The Tenderer offers to do the work and to accept payment at the unit
prices specified in the Schedule of Prices in Section FT-4 of the Tender,
in accordance with the Contract Documents.

Irregularities will be governed by Schedule A of the Purchasing By-law.

3.3 The Total Tender Price, based on the estimated quantities in the
Schedule of Prices, is:

DOLLARS

($ )

FT-4 Schedule of Prices

4.1 The Schedule of Prices attached is Section FT-4.2 of the Tender and is
composed of pages A-12 to A-_____.

This offer is made this ____________ day of _______________, 20

Signature of Witness
(only if required by TC-1)

Signature of Tenderer
(Corporate Seal if required by TC-1)

Print Name

March 2, 2015 A-11


CITY OF OTTAWA
TENDER
FT-4.2 SCHEDULE OF PRICES – SUMMARY
CONTRACT NUMBER

SUMMARY AMOUNT

DO NOT INCLUDE HST IN TOTAL TENDER PRICE

Total Tender Price

Transfer Amount to FT-3.3 of the Tender

Contractor’s HST Registration Number:

It is understood that the estimated quantities in the foregoing schedule are solely for
the purpose of facilitating the comparison of bids and the Contractor’s compensation
will be computed upon the basis of the actual quantities in the completed work,
whether they be more or less shown herein.

March 2, 2015 A-
SECTION B

FORM OF AGREEMENT
SECTION B – OUTLINE

Section B-Form of Agreement is a standardized document published and amended by the


Commercial Contract Law Branch of the City. It does not require any input from the designer or
Contract Administrator.

The most recent version at the time of publication is included in this section of the manual for
reference.

Please Note: the digital file “\Section B\Form of Agreement.doc” includes the title page for this
section. It is the only file that needs to be included in your contract documents.

\Section B\Outline– March 1, 2002 i


CITY OF OTTAWA

FORM OF AGREEMENT
This Form of Agreement witnesses that a Contract was made as of the _________ day of
_____________________ , 20___.

BETWEEN:

____________________________________________

____________________________________________

____________________________________________

____________________________________________

____________________________________________

(after this called the “Contractor”)

AND:

CITY OF OTTAWA

(after this called the “Owner”)

AND WITNESSES that the Contractor and the Owner agree as follows:

FA-1 The Contractor shall perform the following work:

Contract Number ____________________

Described as _______________________

____________________________________

____________________________________

____________________________________

March 31, 2007 B-1


CITY OF OTTAWA

FORM OF AGREEMENT

FA-2 The Contractor shall perform the work in accordance with the Contract
Documents listed in the Tender including the following Addenda:

Addendum No. ________ dated _________________ ________, 20____


Addendum No. ________ dated _________________ ________, 20____
Addendum No. ________ dated _________________ ________, 20____
Addendum No. ________ dated _________________ ________, 20____
Addendum No. ________ dated _________________ ________, 20____

FA-3 The Owner shall pay the Contractor in accordance with the unit prices in
the Schedule of Prices in the Tender pursuant to the Contract Documents.

FA-4 The provisions of the Contract Documents shall enure to the benefit of and
be binding upon the Contractor and the Owner and their respective heirs,
legal representatives, successors and assigns.

IN WITNESS WHEREOF the Contractor and the Owner have executed, in the manner
required by law, this Form of Agreement.

____________________________________

_________________________ ____________________________________
Signature of Witness CONTRACTOR
(Only if required by TC-1) (Corporate Seal if required by TC-1)

____________________________________
Branch Director
(as per Purchasing By-Law No. 50 of 2000)

March 31, 2007 B-2


SECTION C

MODIFIED OPS
GENERAL CONDITIONS
CITY OF OTTAWA

MODIFIED OPS GENERAL CONDITIONS

The Contractor acknowledges that the general conditions of this contract are the
Modified OPS General Conditions contained in the “Standard Tender Document
for Unit Price Contract Vol. #1: Construction Specifications Manual”. This
document is available from the Infrastructure Services Department at 100
Constellation Dr., 6th Floor. Contact Jo-anne Moore, 580-2424 ext. 43975. It is
the responsibility of the Contractor to ensure that they have the correct
document.

For the purposes of this document, modification made by the City of Ottawa to
the OPS General Conditions (bolded text) shall be (i), Supplemental General
Conditions, in the order of precedence. Original OPS General Condition text
shall be (j) in the order of precedence.

For this contract the following version of the General conditions shall apply:

OPS General Conditions Nov. 2006 (OPSS MUNI.100) – Modified by the City of
Ottawa March 2, 2015

Released: March 2, 2015

\Section C\Contractor Acknowledgement.doc –March 2, 2015


SECTION C – OUTLINE

Section C - Modified OPS General Condition were adopted from the Ontario Provincial Standard
General Conditions of Contract, November 2006 (OPSS MUNI.100), and modified to meet the
City of Ottawa’s needs – modified March 2, 2015

If amendments to the General Conditions are required for a particular project, they are included
in Section D - Special Provisions - General. All proposed additions or amendments to the
General Conditions should be discussed and reviewed by the Standards Section prior to
publication in any City contract.

Please Note: the digital file “\Section C\General Condition” includes the title page for this
section. The title page and the Contractor acknowledgement page are the only files that needs to
be included in your contract documents.

\Section C\Outline.doc –March 2, 2015 i


CITY OF OTTAWA
OPS GENERAL CONDITIONS

MODIFIED

TABLE OF CONTENTS

SECTION GC1.0 - INTERPRETATION ........................................................................................................ 1

GC1.01 Captions ............................................................................................................................. 1


GC1.02 Abbreviations...................................................................................................................... 1
GC1.03 Gender and Singular References....................................................................................... 1
GC1.04 Definitions ........................................................................................................................... 2
GC1.05 Substantial Performance .................................................................................................... 7
GC1.06 Completion ......................................................................................................................... 8
GC1.07 Final Acceptance ................................................................................................................ 8
GC1.08 Interpretation of Certain Words .......................................................................................... 8
GC1.09 Language and Governing Law of Contract ........................................................................ 8
GC1.10 Difference in Font ............................................................................................................... 8

SECTION GC2.0 - CONTRACT DOCUMENTS ........................................................................................... 9

GC2.01 Reliance on Contract Documents ...................................................................................... 9


GC2.02 Order of Precedence .......................................................................................................... 9

SECTION GC3.0 - ADMINISTRATION OF THE CONTRACT ................................................................... 11

GC3.01 Contract Administrator's Authority .................................................................................... 11


GC3.02 Working Drawings ............................................................................................................ 13
GC3.03 Right of the Contract Administrator to Modify Methods and Equipment .......................... 14
GC3.04 Emergency Situations ...................................................................................................... 14
GC3.05 Layout ............................................................................................................................... 14
GC3.06 Extension of Contract Time .............................................................................................. 14
GC3.07 Delays .............................................................................................................................. 15
GC3.08 Assignment of Contract .................................................................................................... 16
GC3.09 Subcontracting by the Contractor..................................................................................... 16
GC3.10 Changes ........................................................................................................................... 17
GC3.10.01 Changes in the Work ................................................................................................... 17
GC3.10.02 Extra Work ................................................................................................................... 17
GC3.10.03 Additional Work ........................................................................................................... 18
GC3.11 Notices ............................................................................................................................. 18
GC3.12 Use and Occupancy of the Work Prior to Substantial Performance ................................ 18
GC3.13 Claims, Negotiations, Mediation....................................................................................... 19
GC3.13.01 Continuance of the Work ............................................................................................. 19
GC3.13.02 Record Keeping........................................................................................................... 19
GC3.13.03 Claims Procedure ........................................................................................................ 19
GC3.13.04 Negotiations ................................................................................................................ 20
GC3.13.05 Mediation ..................................................................................................................... 20
GC3.13.06 Payment ...................................................................................................................... 21
GC3.13.07 Rights of Both Parties.................................................................................................. 21
GC3.14 Arbitration ......................................................................................................................... 21
GC3.14.01 Conditions for Arbitration ............................................................................................. 21
GC3.14.02 Arbitration Procedure .................................................................................................. 21
GC3.14.03 Appointment of Arbitrator ............................................................................................ 22
GC3.14.04 Costs ........................................................................................................................... 22
GC3.14.05 The Decision ............................................................................................................... 23
OPS General Condition Nov. 2006 – Modified March 2, 2015
i
CITY OF OTTAWA
OPS GENERAL CONDITIONS

MODIFIED

TABLE OF CONTENTS

GC3.15 Archaeological Finds ........................................................................................................ 23

SECTION GC4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS ........................................................... 24

GC4.01 Working Area.................................................................................................................... 24


GC4.02 Approvals and Permits ..................................................................................................... 24
GC4.03 Management and Disposition of Materials ....................................................................... 24
GC4.04 Construction Affecting Railway Property .......................................................................... 25
GC4.05 Default by the Contractor ................................................................................................. 25
GC4.06 Contractor's Right to Correct a Default ............................................................................ 26
GC4.07 Owner's Right to Correct Default ..................................................................................... 26
GC4.08 Termination of Contractor's Right to Continue the Work ................................................. 26
GC4.09 Final Payment to Contractor ............................................................................................ 27
GC4.10 Termination of the Contract .............................................................................................. 27
GC4.11 Continuation of Contractor's Obligations .......................................................................... 27
GC4.12 Use of Performance Bond ................................................................................................ 28
GC4.13 Payment Adjustment ........................................................................................................ 28
GC4.14 Supply of Contract Documents ........................................................................................ 28

SECTION GC5.0 - MATERIAL.................................................................................................................... 29

GC5.01 Supply of Material ............................................................................................................ 29


GC5.02 Quality of Material ............................................................................................................ 29
GC5.03 Rejected Material ............................................................................................................. 30
GC5.04 Substitutions ..................................................................................................................... 30
GC5.05 Owner Supplied Material .................................................................................................. 31
GC5.05.01 Ordering of Excess Material ........................................................................................ 31
GC5.05.02 Care of Material ........................................................................................................... 31

SECTION GC6.0 - INSURANCE, PROTECTION AND DAMAGE ............................................................. 33

GC6.01 Protection of Work, Persons and Property ....................................................................... 33


GC6.02 Indemnification ................................................................................................................. 33
GC6.03 Contractor's Insurance ..................................................................................................... 34
GC6.03.01 General ........................................................................................................................ 34
GC6.03.02 General Liability Insurance .......................................................................................... 35
GC6.03.03 Automobile Liability Insurance .................................................................................... 35
GC6.03.04 Aircraft and Watercraft Liability Insurance .................................................................. 36
GC6.03.05 Property and Boiler Insurance ..................................................................................... 36
GC6.03.06 Contractor’s Equipment Insurance .............................................................................. 38
GC6.03.07 Insurance Requirements and Duration ....................................................................... 38
GC6.04 Bonding ............................................................................................................................ 39
GC 6.05 Workplace Safety and Insurance Board ........................................................................... 39

SECTION GC7.0 - CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE WORK ................. 40

GC7.01 General ............................................................................................................................. 40


GC7.02 Layout ............................................................................................................................... 47
GC7.03 Working Area.................................................................................................................... 48
GC7.04 Damage by Vehicles or Other Equipment ........................................................................ 48
OPS General Condition Nov. 2006 – Modified March 2, 2015
ii
CITY OF OTTAWA
OPS GENERAL CONDITIONS

MODIFIED

TABLE OF CONTENTS

GC7.05 Excess Loading of Motor Vehicles ................................................................................... 49


GC7.06 Condition of the Working Area ......................................................................................... 49
GC7.07 Maintaining Roadways and Detours ................................................................................ 49
GC7.08 Access to Properties Adjoining the Work and Interruption of Utility Services .................. 50
GC7.09 Approvals and Permits ..................................................................................................... 51
GC7.10 Suspension of Work ......................................................................................................... 51
GC7.11 Contractor's Right to Stop the Work or Terminate the Contract ...................................... 51
GC7.12 Notices by the Contractor ................................................................................................. 52
GC7.13 Obstructions ..................................................................................................................... 53
GC7.14 Limitations of Operations ................................................................................................. 53
GC7.15 Cleaning Up Before Acceptance ...................................................................................... 53
GC7.16 Warranty ........................................................................................................................... 54
GC7.17 Contractor’s Workers ....................................................................................................... 54
GC7.18 Drainage ........................................................................................................................... 54

SECTION GC8.0 - MEASUREMENT AND PAYMENT .............................................................................. 55

GC8.01 Measurement ................................................................................................................... 55


GC8.01.01 Quantities .................................................................................................................... 55
GC8.01.02 Variations in Tender Quantities ................................................................................... 55
GC8.02 Payment ........................................................................................................................... 56
GC8.02.01 Price for Work .............................................................................................................. 56
GC8.02.02 Advance Payments for Material .................................................................................. 56
GC8.02.03 Certification and Payment ........................................................................................... 57
GC8.02.04 Payment on a Time and Material Basis ...................................................................... 63
GC8.02.05 Final Acceptance Certificate ....................................................................................... 69
GC8.02.06 Payment of Workers .................................................................................................. 69
GC8.02.07 Records ...................................................................................................................... 70
GC8.02.08 Taxes and Duties ........................................................................................................ 70
GC8.02.09 Liquidated Damages ................................................................................................... 71

OPS General Condition Nov. 2006 – Modified March 2, 2015


iii
CITY OF OTTAWA 1
MODIFIED OPS GENERAL CONDITIONS

SECTION GC1.0 - INTERPRETATION

GC1.01 Captions

The captions appearing in these General Conditions have been inserted as a matter of
convenience and for ease of reference only and in no way define, limit or enlarge the
scope or meaning of the General Conditions or any provision hereof.

GC1.02 Abbreviations

The abbreviations listed on the left below are commonly found in the Contract
Documents and represent the organizations and phrases listed on the right:

"AASHTO”- American Association of State Highway Transportation Officials


"ACI" - American Concrete Institute
"ANSI" - American National Standards Institute
"ASTM" - American Society for Testing and Materials
"AWG" - American Wire Gauge
"AWWA" - American Water Works Association
"CCIL" - Canadian Council of Independent Laboratories
"CESA" - Canadian Engineering Standards Association
"CGSB" - Canadian General Standards Board
"CSA" - Canadian Standards Association
"CWB" - Canadian Welding Bureau
"GC" - General Conditions
"ISO" - International Organization for Standardization
"MOE" - Ministry of the Environment (Ontario)
"MTO"} - Ministry of Transportation (Ontario)
"MTC"} - Ministry of Transportation (Ontario)
"MUTCD" - Manual of Uniform Traffic Control Devices, published by MTO
"OPS" - Ontario Provincial Standard
"OPSS" - Ontario Provincial Standard Specification
"OPSD" - Ontario Provincial Standard Drawing
"OTM" - Ontario Traffic Manual
"PEO" - Professional Engineers Ontario
"SAE" - Society of Automotive Engineers
"SCC" - Standards Council of Canada
"SSPC" - Structural Steel Painting Council
"UL" - Underwriters Laboratories
"ULC" - Underwriters Laboratories Canada

GC1.03 Gender and Singular References

References to the masculine or singular throughout the Contract Documents shall be


considered to include the feminine and the plural and vice versa as the context requires.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 2
MODIFIED OPS GENERAL CONDITIONS

GC1.04 Definitions

For the purposes of this Contract the following definitions apply:

"Actual Measurement" means the field measurement of that quantity within the
approved limits of the Work.

"Addendum" means an addition or change in the tender documents issued by the


owner prior to tender closing.

"Additional Work" means work not provided for in the Contract and not considered by
the Contract Administrator to be essential to the satisfactory completion of the Contract
within its intended scope.

"Agreement" means the agreement between the Owner and the Contractor for the
performance of the work that is included in the Contract Documents.

"Base" means a layer of material of specified type and thickness placed immediately
below the pavement, wearing surface layers, curb and gutter or sidewalk.

"Business Day" means any Day except Saturdays, Sundays and statutory holidays.

“Certificate of Subcontract Completion” means the certificate issued by the Contract


Administrator in accordance with clause GC 8.02.03.02, Certification of Subcontract
Completion.

“Certificate of Substantial Performance” means the certificate issued by Contract


Administrator at Substantial Performance.

“Change Directive” means any written instruction signed by the Owner, or by the
Contract Administrator where so authorized, directing that a Change in the Work or
Extra Work be performed.

"Change in the Work" means the deletion, extension, increase, decrease or alteration
of lines, grades, dimensions, quantities, methods, drawings, substantial changes in
geotechnical, subsurface, surface or other conditions, changes in the character of the
Work to be done or materials of the Work or part thereof, within the intended scope of
the Contract.

"Change Order" means a written amendment to the Contract signed by the Contractor
and the Owner, or the Contract Administrator where so authorized, covering
contingencies, a Change in the Work, Extra Work, Additional Work and changed
subsurface conditions, and establishing the basis for payment and the time allowed for
the adjustment of the Contract Time.

"Completion Certificate" means the certificate issued by the Contract Administrator at


completion.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 3
MODIFIED OPS GENERAL CONDITIONS

"Constructor" means, for the purposes of, and within the meaning of the Occupational
Health and Safety Act, R.S.O. 1990, c. 0.1, as amended, and amendments thereto, the
Contractor who executes the Contract.

"Contract" means the undertaking by the Owner and the Contractor to perform their
respective duties, responsibilities and obligations as prescribed in the Contract
Documents.

"Contract Administrator" means the employee of the Owner, his designate or


such other person, partnership or corporation designated by the Owner to be the
Owner's representative for the purposes of the Contract.

"Contract Documents" means the executed Agreement between the Owner and the
Contractor, the Tender, the General Conditions of Contract, the Supplemental General
Conditions of Contract, Standard Specifications, Special Provisions, Contract Drawings,
addenda incorporated in a Contract Document before the execution of the Agreement,
such other documents as may be listed in the Agreement and subsequent amendments
to the Contract Documents made pursuant to the provisions of the Agreement.

"Contract Drawings" or "Contract Plans" means drawings or plans, any Geotechnical


Report, any Subsurface Report and other reports and information provided by the
Owner for the Work, and without limiting the generality thereof, may include soil profiles,
foundation investigation reports, reinforcing steel schedules, aggregate sources lists,
Quantity Sheets, cross-sections and standard drawings.

"Contract Time" means the time stipulated in the Contract Documents for Substantial
Performance of the Work, including any extension of Contract Time made pursuant to
the Contract Documents.

"Contractor" means the person, partnership or corporation undertaking the Work as


identified in the Agreement.

"Controlling Operation" means any component of the Work, which, if delayed, will
delay the completion of the Work.

"Cost Plus" see definition of "Time and Material".

"Cut-off Date" means the date up to which payment will be made for work performed.

"Daily Work Records" means daily Records detailing the number and categories of
workers and hours worked or on standby; types and quantities of Equipment and
number of hours in use or on standby; and description and quantities of Material
utilized.

"Day" means a calendar day.

"Drawings" or "Plans" means any Contract Drawings or Contract Plans or any Working
Drawings or Working Plans, or any reproductions of drawings or plans pertaining to the
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 4
MODIFIED OPS GENERAL CONDITIONS

Work.

"End Result Specification" means specifications that require the Contractor to be


responsible for supplying a product or part of the Work. The Owner accepts or rejects
the final product or applies a price adjustment that is commensurate with the degree of
compliance with the specification.

"Equipment" means all machinery and equipment used for preparing, fabricating,
conveying or erecting the Work and normally referred to as construction machinery and
equipment.

"Estimate" means a calculation of the quantity or cost of the Work or part of it


depending on the context.

"Extra Work" means work not provided for in the Contract as awarded but considered
by the Contract Administrator to be essential to the satisfactory completion of the
Contract within its intended scope, including unanticipated work required to comply with
legislation and regulations which affect the Work.

"Final Acceptance Certificate" means the certificate issued by the Contract


Administrator at Final Acceptance of the Work.

"Final Detailed Statement" means a complete evaluation prepared by the Contract


Administrator showing the quantities, unit prices and final dollar amounts of all items of
work completed under the Contract, including variations in tender items and Extra Work,
and set out in the same general form as the monthly estimates.

"Force Account" see definition of "Time and Material".

“Geotechnical Report” means a report or other information identifying soil, rock and
ground water conditions in the area of any proposed excavation or fill.

"Grade" means the required elevation of that part of the work.

"Hand Tools" means tools that are commonly called tools or implements of the trade
and include small power tools.

"Highway" means a common and public highway any part of which is intended for or
used by the general public for the passage of vehicles and includes the area between
the lateral property lines thereof.

"Lump Sum Item" means a tender item indicating a portion of the Work for which
payment will be made at a single tendered price. Payment is not based on a measured
quantity, although a quantity may be given in the Contract Documents.

"Lot" means a specific quantity of material or a specific amount of construction normally


from a single source and produced by the same process.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 5
MODIFIED OPS GENERAL CONDITIONS

"Mainline" means that part of a sewer, watermain, telephone cable, hydro duct or
gas main that receives from or distributes to service connections and that is
located within the road right-of-way or designated easement.

"Major Item" means any tender item that has a value, calculated on the basis of its
actual or estimated tender quantity, whichever is the larger, multiplied by its tender unit
price, which is equal to or greater than the lesser of

a) $100,000, or
b) 5% of the total tender value calculated on the basis of the total of all the
estimated tender quantities and the tender unit prices.

"Material" means material, machinery, equipment and fixtures forming part of the Work.

"Owner" means the City of Ottawa.

"Pavement" means a wearing course or courses placed on the Roadway and consisting
of asphaltic concrete, hydraulic cement concrete-Portland cement concrete, or plant or
road mixed mulch.

"Performance Bond" means the type of security furnished to the Owner to guarantee
completion of the Work in accordance with the Contract and to the extent provided in
the bond.

“Plan Quantity” means that quantity as computed from within the boundary lines of the
Work as shown in the Contract Documents. Plan Quantities will be computed and
shown on Quantity Sheets, but will be subject to adjustment where either the
boundaries of the Work are changed, the computed quantity is found to be in
error, or the computed quantity is successfully challenged by either Party.

“Project” means the construction of the Work as contemplated by this Contract.

"Quantity Sheet" means a list of the quantities of Work to be done.

"Quarried Rock" means material removed from an open excavation made in a solid
mass of rock that, prior to removal, was integral with the parent mass.

"Quarry" means a place where Aggregate has been or is being removed from an open
excavation made in a solid mass of igneous, sedimentary, or metamorphic rock or any
combination of these that, prior to removal, was integral with the parent areas.

"Rate of Interest" means the rate determined by the Minister of Finance of Ontario and
issued by, and available from, the Owner.

"Records" means any books, payrolls, accounts or other information which relate to the
Work or any Change in the Work or claims arising therefrom.

"Roadway" means that part of the Highway designed or intended for use by vehicular

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 6
MODIFIED OPS GENERAL CONDITIONS

traffic and includes the Shoulders.

"Shoulder" means that portion of the Roadway between the edge of the wearing
surface and the top inside edge of the ditch or fill slope.

"Special Provisions" means special directions containing requirements peculiar to the


Work.

"Standard Specification" means a standard practice required and stipulated by the


Owner for performance of the Work.

"Subbase" means a layer of material of specified type and thickness between the
Subgrade and the Base.

"Subcontractor" means a person, partnership or corporation undertaking the execution


of a part of the Work by virtue of an agreement with the Contractor.

"Subgrade" means the earth or rock surface, whether in cut or fill, as prepared to
support the pavement structure consisting of Base, Subbase and Pavement.

“Subsurface Report” means a report or other information identifying the location of


utilities, concealed and adjacent structures and physical obstructions which fall within
the influence of the Work.

"Superintendent" means the Contractor's authorized representative in responsible


charge of the Work.

"Surety" means the person, partnership or corporation, other than the Contractor,
licensed in Ontario to transact business under the Insurance Act, R.S.O. 1990, C.I.8, as
amended, executing a bond provided by the Contractor.

“Tender” means an offer in writing from the Contractor, submitted in the format
prescribed by the Owner, to complete the Work.

"Time and Material" means costs calculated according to clause GC8.02.04, Payment
on a Time and Material Basis. Where "Cost Plus" and "Force Account" are used they
shall have the same meaning.

"Utility" means an aboveground or underground facility maintained by a municipality,


public utility authority or regulated authority and includes services such as sanitary
sewer, storm sewer, water, electric, gas, oil, steam, data transmission, telephone and
cable television.

"Warranty Period" means the period of 12 months from the date Substantial
Performance or such longer period as may be specified for certain Materials or some or
all of the Work. Where a date of Substantial Performance is not established, the
Warranty Period shall commence on the date of Completion.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 7
MODIFIED OPS GENERAL CONDITIONS

"Work" means the total construction and related services required by the Contract
Documents.

"Working Area" means all the lands and easements owned or acquired by the Owner
for the construction of the Work.

"Working Day" means any Day,


(a) except Saturdays, Sundays and statutory holidays;
(b) except a Day as determined by the Contract Administrator, on which the
Contractor is prevented by inclement weather or conditions resulting
immediately therefrom, from proceeding with a Controlling Operation. For the
purposes of this definition, this will be a Day during which the Contractor cannot
proceed with at least 60% of the normal labour and equipment force effectively
engaged on the Controlling Operation for at least 5 hours;
(c) except a Day on which the Contractor is prevented from proceeding with the
Controlling Operation, as determined by the Contract Administrator by reason
of:
i. any breach of the Contract by the Owner or if such prevention is due to
the Owner, another Contractor hired by the Owner, or an employee of any
one of them, or by anyone else acting on behalf of the Owner,
ii. non-delivery of Owner-supplied materials, or
iii. any cause beyond the reasonable control of the Contractor which can be
substantiated by the Contractor to the satisfaction of the Contract
Administrator.
"Working Drawings" or "Working Plans" means any Drawings or Plans prepared by
the Contractor for the execution of the Work and may, without limiting the generality
thereof, include formwork, falsework, and shoring plans, roadway protection plans, shop
drawings, shop plans or erection diagrams.

GC1.05 Substantial Performance

01) The Work is substantially performed,


(a) when the Work to be performed under the Contract or a substantial part
thereof is ready for use or is being used for the purpose intended; and
(b) when the Work to be performed under the Contract is capable of
completion or, where there is a known defect, correction, at a cost of not
more than
(i) 3% of the first $500,000 of the Contract price,
(ii) 2% of the next $500,000 of the Contract price, and
(iii) 1% of the balance of the Contract price.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 8
MODIFIED OPS GENERAL CONDITIONS

02) For the purposes of this Contract where the Work or a substantial part thereof is
ready for use or is being used for the purposes intended and the remainder of the
Work cannot be completed expeditiously for reasons beyond the control of the
Contractor or, where the Owner and the Contractor agree not to complete the Work
expeditiously, the price of the services or materials remaining to be supplied and
required to complete the Work shall be deducted from the contract price in
determining Substantial Performance.
GC1.06 Completion

01) The Work shall be deemed to be completed and services or Materials shall be
deemed to be last supplied to the Work when the price of completion, correction of
a known defect or last supply is not more than the lesser of,

(a) 1% of the Contract price; or


(b) $1,000.

GC1.07 Final Acceptance


01) Final Acceptance shall be deemed to occur when the Contract Administrator is
satisfied that, to the best of the Contract Administrator's knowledge at that time, the
Contractor has rectified all imperfect work and has discharged all of the
Contractor's obligations under the Contract.
GC1.08 Interpretation of Certain Words
01) The words "acceptable", "approval", "authorized", "considered necessary",
"directed", "required", "satisfactory", or words of like import, shall mean approval of,
directed, required, considered necessary or authorized by and acceptable or
satisfactory to the Contract Administrator unless the context clearly indicates
otherwise.
GC1.09 Language and Governing Law of Contract
01) The language of the contract shall be English and the contract shall be
governed by and construed in accordance with the laws of the Province of
Ontario.
GC1.10 Difference in Font
01) The Contractor acknowledges that the General Conditions of this contract
are the latest revisions of the Ontario Provincial Standard General Conditions
as modified by the Owner. The Contractor acknowledges that the Owner’s
modifications appear in a bold italic font for the information and convenience
of the Contractor. The Contractor agrees that the bold italic font has no legal
significance whatsoever.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 9
MODIFIED OPS GENERAL CONDITIONS

SECTION GC2.0 - CONTRACT DOCUMENTS

GC2.01 Reliance on Contract Documents

01) The Owner warrants that the information furnished in the Contract
Documents can be relied upon with the following limitations or exceptions:

(a) The location of mainline sewers and watermains which will affect
the Work will be shown to a tolerance of
 1 m horizontal, and
 0.3 m vertical;
(b) The Owner does not warrant the accuracy of the location of any
underground utility shown on the Contract Drawings other than
the mainline sewers and watermains. It is the Contractor's
responsibility to arrange with the appropriate utility authorities to
locate their underground plant which may be affected by the Work;
(c) The Owner does not warrant interpretations of data or opinions
expressed in any subsurface report available for the perusal of the
Contractor and excluded from the Contract Documents or any
borehole data shown on the Contract Drawings; and
(d) The Owner does not warrant or make any representation with
respect to other information specifically excluded from this
warranty.

GC2.02 Order of Precedence

01) In the event of any inconsistency or conflict in the contents of the following
documents, such documents shall take precedence and govern in the following
order:

(a) Agreement
(b) Addenda
(c) Special Provisions
(d) Contract Drawings
(e) Standard Specifications
(f) Standard Drawings
(g) Instructions to Tenderers
(h) Tender
(i) Supplemental General Conditions
(j) General Conditions
(k) Working Drawings
(l) Quantity Sheets

Later dates shall govern within each of the above categories of documents.
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 10
MODIFIED OPS GENERAL CONDITIONS

02) In the event of any conflict among or inconsistency in the information shown on
Drawings, the following rules shall apply:

(a) Dimensions shown in figures on a Drawing shall govern where they


differ from dimensions scaled from the same Drawing;
(b) Drawings of larger scale shall govern over those of smaller scale;
(c) Detailed Drawings shall govern over general Drawings; and
(d) Drawings of a later date shall govern over those of an earlier date in the
same series.

03) In the event of any conflict in the contents of Standard Specifications the following
order of precedence shall govern:

(a) Owner’s Standard Specifications; then


(b) Ontario Provincial Standard Specifications; then
(c) Other Standard Specifications, such as those produced by CSA, CGSB,
ASTM and ANSI, and referenced in the Ontario Provincial Standard
Specifications.

04) The Contract Documents are complementary, and what is required by any one
shall be as binding as if required by all.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 11
MODIFIED OPS GENERAL CONDITIONS

SECTION GC3.0 - ADMINISTRATION OF THE CONTRACT

GC3.01 Contract Administrator's Authority

01) The Contract Administrator will be the Owner's representative during construction
and until the issuance of the Completion Certificate or the issuance of the Final
Acceptance Certificate whichever is later. All instructions to the Contractor
including instructions from the Owner will be issued by the Contract Administrator.
The Contract Administrator will have the authority to act on behalf of the Owner
only to the extent provided in the Contract Documents.

02) All claims, disputes and other matters in question relating to the performance and
the quality of the Work or the interpretation of the Contract Documents shall be
referred to the Contract Administrator in writing by the Contractor.

03) The Contract Administrator will inspect the Work for its conformity with the plans
and specifications, and to record the necessary data to establish payment
quantities under the schedule of tender quantities and unit prices or to make an
assessment of the value of the work completed in the case of a lump sum price
contract.

04) The Contract Administrator will determine the amounts owing to the Contractor
under the Contract and will issue certificates for payment in such amounts as
provided for in Section GC8.0, Measurement and Payment.

05) The Contract Administrator will with reasonable promptness review and take
appropriate action upon the Contractor's submissions such as shop drawings,
product data, and samples in accordance with the Contract Documents.

06) The Contract Administrator will investigate all allegations of a change in the
character of the Work made by the Contractor and issue appropriate instructions.

07) The Contract Administrator will prepare Change Directives and Change Orders for
the Owner’s approval.

08) Upon written application by the Contractor, the Contract Administrator and the
Contractor will jointly conduct an inspection of the Work to establish the date of
Substantial Performance of the Work and/or the date of Completion of the Work.

09) The Contract Administrator will be, in the first instance, the interpreter of the
Contract Documents and the judge of the performance thereunder by both parties
to the Contract. Interpretations and decisions of the Contract Administrator shall be
consistent with the intent of the Contract Documents and in making these decisions
the Contract Administrator will not show partiality to either party.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 12
MODIFIED OPS GENERAL CONDITIONS

10) The Contract Administrator will have the authority to reject Work or Material which
does not conform to the Contract Documents.

11) In the event that the Contract Administrator determines that any part of the Work
performed by the Contractor is defective, whether the result of poor workmanship;
the use of defective material; or damage through carelessness or other act or
omission of the contractor and whether or not incorporated in the Work; or
otherwise fails to conform to the Contract Documents, then the Contractor shall, if
directed by the Contract Administrator, promptly remove the Work and replaces,
make good, or re-execute the Work at no additional cost to the Owner.

12) Any part of the Work destroyed or damaged by such removals, replacements or re-
executions shall be made good, promptly, at no additional cost to the Owner.

13) If, in the opinion of the Contract Administrator, it is not expedient to correct
defective work or work not performed in accordance with the Contract Documents,
the Owner may deduct from monies otherwise due to the Contractor the difference
in value between the work as performed and that called for by the Contract
Administrator.

14) Notwithstanding any inspections made by the Contract Administrator or the


issuance of any certificates or the making of any payment by the Owner, the failure
of the Contract Administrator to reject any defective work or Material shall not
constitute acceptance of defective work or Material.

15) The Contract Administrator shall have the authority to temporarily suspend the
Work for such reasonable time as may be necessary;
(a) to facilitate the checking of any portion of the Contractor's construction
layout;
(b) to facilitate the inspection of any portion of the Work; or
(c) for the Contractor to remedy non-compliance work with the provisions
of the Contract by the Contractor.

The Contractor shall not be entitled to any compensation for suspension of the
Work in these circumstances.

16) The Owner has the right to terminate the contract for wilful or persistent violation by
the Contractor or its workers, of the Occupational Health and Safety Act legislation
and regulations, Workplace Safety & Insurance Board Act, and Regulation 309 on
Environmental Protection Act.

17) If the Contract Administrator determines that any worker employed on the Work is
incompetent, as defined by the Occupational Health and Safety Act, or is
disorderly, then the Contract Administrator shall provide written notice to the
Contractor and the Contractor shall immediately remove the worker from the
Working Area. Such worker shall not return to the Working Area without prior

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 13
MODIFIED OPS GENERAL CONDITIONS

written consent of the Contract Administrator.

GC3.02 Working Drawings

01) The Contractor shall arrange for the preparation of clearly identified and dated
Working Drawings as called for by the Contract Documents.

02) The Contractor shall submit Working Drawings to the Contract Administrator with
reasonable promptness and in orderly sequence so as to not cause delay in the
Work. If either the Contractor or the Contract Administrator so requests they shall
jointly prepare a schedule fixing the dates for submission and return of Working
Drawings. Working Drawings shall be submitted in the form of prints. At the time
of submission the Contractor shall notify the Contract Administrator in writing of any
deviations from the Contract requirements that exist in the Working Drawings.

03) The Contract Administrator will review and return Working Drawings in accordance
with an agreed upon schedule, or otherwise, with reasonable promptness so as not
to cause delay.

04) The Contract Administrator's review will be to check for conformity to the design
concept and for general arrangement only and such review shall not relieve the
Contractor of responsibility for errors or omissions in the Working Drawings or of
responsibility for meeting all requirements of the Contract Documents unless a
deviation on the Working Drawings has been approved in writing by the Contract
Administrator.

05) The Contractor shall make any changes in Working Drawings which the Contract
Administrator may require consistent with the Contract Documents and resubmit
unless otherwise directed by the Contract Administrator. When resubmitting, the
Contractor shall notify the Contract Administrator in writing of any revisions other
than those requested by the Contract Administrator.

06) Work related to the Working Drawings shall not proceed until the Working
Drawings have been signed and dated by the Contract Administrator and marked
with the words "Reviewed. Permission to construct granted".

07) The Contractor shall keep one set of the reviewed Working Drawings, marked as
above, at the site at all times.

08) Where Working Drawings are required by the Specifications, the Contractor
shall, in all cases submit seven copies for review of which two copies shall
be returned to the Contractor. The Working Drawings shall conform in size
to the Contract Drawings. Subsequent to final review by the Contract
Administrator and prior to Final Acceptance, the Contractor shall provide to
the Owner one chronoflex or mylar of all Working Drawings for components
permanently incorporated into the work. These chronoflex or mylar drawings
shall include all revisions and shall reflect the as-built condition of the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 14
MODIFIED OPS GENERAL CONDITIONS

components.

09) The Contractor warrants that all Working Drawings submitted shall
complement each other and allow for the proper co-ordination of the
components of the Work.

GC3.03 Right of the Contract Administrator to Modify Methods and


Equipment

01) The Contractor shall, when requested in writing, make alterations in the method,
Equipment or work force at any time the Contract Administrator considers the
Contractor's actions to be unsafe, or damaging to either the Work or existing
facilities or the environment.

02) The Contractor shall, when requested in writing, alter the sequence of its
operations on the Contract so as to avoid interference with work being performed
by others.

03) Notwithstanding the foregoing, the Contractor shall ensure that all necessary safety
precautions and protection are maintained throughout the Work.

GC3.04 Emergency Situations

01) The Contract Administrator has the right to determine the existence of an
emergency situation, and when such an emergency situation is deemed to exist,
the Contract Administrator may instruct the Contractor to take action to remedy the
situation. If the Contractor does not take timely action, or if the Contractor is not
available, the Contract Administrator may direct others to remedy the situation.

02) If the emergency situation was the fault of the Contractor, the remedial work shall
be done at the Contractor's expense. If the emergency situation was not the fault
of the Contractor, the Owner will pay for the remedial work.

03) The Contractor shall maintain and answer a telephone at all times during the
period for which he is responsible for the Work, so that the Owner can advise
him of any necessary repairs to the Work.

GC3.05 Layout

01) The Contract Administrator may provide 3 dimensional control information to


assist in the layout of the general location, alignment, and elevation of the
Work. The Owner shall be responsible only for the correctness of the
information provided by the Contract Administrator.

GC3.06 Extension of Contract Time

01) An application for an extension of Contract Time shall be made in writing by the
Contractor to the Contract Administrator as soon as the need for such extension

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 15
MODIFIED OPS GENERAL CONDITIONS

becomes evident and at least 15 Days prior to the expiration of the Contract Time.
The application for an extension of Contract Time shall enumerate the reasons,
and state the length of extension required.

02) Circumstances suitable for consideration of an extension of Contract Time include


the following:
(a) Delays; See subsection GC3.07.
(b) Changes in the Work; See clause GC3.10.01.
(c) Extra Work; See clause GC3.10.02.
(d) Additional Work; See clause GC3.10.03.

03) The Contract Administrator will, in considering an application for an extension to


the Contract Time, take into account whether the delays, Changes in the Work,
Extra Work or Additional Work involve a Controlling Operation.

04) The Contract Time shall be extended for such additional time as may be
recommended by the Contract Administrator and deemed fair and reasonable by
the Owner.

05) The terms and conditions of the Contract shall continue for such extension of
Contract Time.

06) All the provisions of subsection GC 3.07 shall also apply to an extension of
the Completion Date.

GC3.07 Delays

01) If the Contractor is delayed in the performance of the Work by,

(a) an act or omission of the Owner or Contract Administrator; or


(b) a stop work order issued by a court or public authority, provided that such
order was not issued as the result of an act or omission of the Contractor
or anyone employed or engaged by the Contractor directly or indirectly; or
(c) the Contract Administrator giving notice under subsection GC 7.10,
Suspension of Work, provided that such notice was not issued as
the result of an act or omission of the Contractor or anyone
employed or engaged by the Contractor directly or indirectly,
(d) then the Contractor shall be reimbursed by the Owner for reasonable
direct costs incurred by the Contractor as the result of such delay,
provided that the Contractor presents a written notice of claim for
delay to the Contract Administrator not later then (10) days after the
commencement of delay. In the case of a continuing cause of delay,
only one notice of claim shall be necessary.
(e) Notwithstanding the agreed upon direct costs in (c) above, the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 16
MODIFIED OPS GENERAL CONDITIONS

Contractor shall not be reimbursed by the Owner for other lost


profits, administrative costs, impact costs, indirect costs or damages
related to other works not included in the contract. Extension of
Contract Time will be considered in accordance with subsection GC
3.06, Extension of Contract Time.

02) If the Work is delayed by war, blockades, civil commotions, abnormal


inclement weather, labour disputes, strikes or lock-outs, including lock-outs
decreed or recommended to its members by a recognized contractor's
association, of which the Contractor is otherwise bound - which are beyond
the Contractor's control, then the Contract Time shall be extended in
accordance with subsection GC 3.06, Extension of Contract Time. In no case
shall the extension of Contract Time be less than the time lost as a result of
the event causing the delay, unless a shorter extension is agreed to by the
Contractor. The Contractor shall not be entitled to payment for costs
incurred as the result of such delays.

03) The Contractor shall not be entitled to payment for the cost of delays incurred as a
result of a dispute between the Contractor and Owner. The Contractor shall
execute the Work and may pursue resolution of the dispute in accordance with
subsection GC 3.13, Claims, Negotiations, Mediations.

GC3.08 Assignment of Contract

01) The Contractor shall not assign the Contract, either in whole or in part, without the
written consent of the Owner.

GC3.09 Subcontracting by the Contractor

01) The Contractor may subcontract any part of the Work, subject to these General
Conditions and any limitations specified in the Contract Documents.

02) The Contractor shall notify the Contract Administrator 10 days prior to the start of
construction, in writing, of the intention to subcontract. Such notification shall
identify the part of the Work, and the Subcontractor with whom it is intended.

03) The Contract Administrator will, within 5 Days of receipt of such notification, accept
or reject the intended Subcontractor. The rejection will be in writing and will include
the reasons for the rejection.

04) The Contractor shall not, without the written consent of the Owner, change a
Subcontractor who has been engaged in accordance with subsection GC 3.09
Subcontracting by the Contractor.

05) The Contractor shall preserve and protect the rights of the parties under the
Contract with respect to the work to be performed under subcontract and shall

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 17
MODIFIED OPS GENERAL CONDITIONS

(a) enter into agreements with the intended Subcontractors to require them
to perform their work in accordance with the Contract Documents; and
(b) be as fully responsible to the Owner for acts and omissions of the
Contractor's Subcontractors and of persons directly or indirectly
employed by them as for acts and omissions of persons directly
employed by the Contractor.

06) The Owner's consent to a subcontracting by the Contractor shall not be construed
to relieve the Contractor from any obligation under the Contract and shall not
impose any liability upon the Owner. Nothing contained in the Contract Documents
shall create a contractual relationship between a Subcontractor and the Owner.

GC3.10 Changes

GC3.10.01 Changes in the Work

01) The Owner, or the Contract Administrator where so authorized, may, by order in
writing, make Changes in the Work without invalidating the Contract. The
Contractor shall not be required to proceed with a Change in the Work until in
receipt of a Change Directive. Upon the receipt of such Change Directive the
Contractor shall proceed with the Change of the Work.

02) The Contractor may apply for an extension of Contract Time according to the terms
of subsection GC3.06, Extension of Contract Time.

03) If the Changes in the Work relate solely to quantities, payment for the Work will be
made according to the conditions specified in clause GC8.01.02, Variations in
Tender Quantities. If the Changes in the Work do not solely relate to quantities,
payment may be negotiated pursuant to subsection GC3.13, Claims, Negotiations,
Mediation or payment may be made according to the conditions contained in
clause GC8.02.04, Payment on a Time and Material Basis.

GC3.10.02 Extra Work

01) The Owner, or Contract Administrator where so authorized, may instruct the
Contractor to perform Extra Work without invalidating the Contract. The Contractor
shall not be required to proceed with the Extra Work until in receipt of a Change
Directive. Upon receipt of such Change Directive the Contractor shall proceed with
the Extra Work.

02) The Contractor may apply for an extension of Contract Time according to the terms
of subsection GC3.06, Extension of Contract Time.

03) Payment for the Extra Work may be negotiated pursuant to subsection GC3.14,
Claims, Negotiations, Mediation or payment may be made according to the
conditions contained in clause GC8.02.04, Payment on a Time and Material Basis.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 18
MODIFIED OPS GENERAL CONDITIONS

GC3.10.03 Additional Work

01) The Owner, or Contract Administrator where so authorized, may request the
Contractor to perform Additional Work without invalidating the Contract. If the
Contractor agrees to perform Additional Work, the Contractor shall proceed with
such Additional Work upon receipt of a Change Order.

02) The Contractor may apply for an extension of Contract Time according to the terms
of subsection GC3.06, Extension of Contract Time.

03) Payment for the Additional Work may be negotiated pursuant to subsection
GC3.13, Claims, Negotiations, Mediation or payment may be made according to
the conditions contained in clause GC8.02.04, Payment on a Time and Material
Basis.

GC3.11 Notices

01) Any notice permitted or required to be given to the Contract Administrator or the
Superintendent in respect of the Work shall be deemed to have been given to and
received by the addressee on the date of delivery if delivered by hand or by
facsimile transmission and on the fifth Day after the date of mailing if sent by mail.

02) The Contractor and the Owner shall provide each other with the mail and email
addresses; pager, cell phone, and telephone numbers; and facsimile terminal
numbers for the Contract Administrator and the Superintendent at the
commencement of the Work, and update as necessary.

03) In the event of an emergency situation or other urgent matter the Contract
Administrator or the Superintendent may give a verbal notice, provided that such
notice is confirmed in writing within 2 Days.

04) Any notice permitted or required to be given to the Owner or the Contractor shall
be given in accordance with the notice provision of the Contract.

GC3.12 Use and Occupancy of the Work Prior to Substantial Performance

01) Where it is not contemplated elsewhere in the Contract Documents, the Owner
may use or occupy the Work or any part thereof prior to substantial performance,
provided that at least 30 Days written notice has been given to the Contractor.

02) The use or occupancy of the Work or any part thereof by the Owner prior to
Substantial Performance shall not constitute an acceptance of the Work or parts so
occupied. In addition, the use or occupancy of the Work shall not relieve the
Contractor or the Contractor's Surety from any liability that has arisen, or may
arise, from the performance of the Work in accordance with the Contract
Documents. The Owner will be responsible for any damage that occurs because of

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 19
MODIFIED OPS GENERAL CONDITIONS

the Owner's use or occupancy. Such use or occupancy of any part of the Work by
the Owner does not waive the Owner's right to charge the Contractor liquidated
damages in accordance with the terms of the Contract.

GC3.13 Claims, Negotiations, Mediation

GC3.13.01 Continuance of the Work

01) Unless the Contract has been terminated or completed, the Contractor shall in
every case, after serving or receiving any notification of a claim or dispute, verbal
or written, continue to proceed with the Work with due diligence and expedition. It
is understood by the parties that such action will not jeopardize any claim it may
have.

GC3.13.02 Record Keeping

01) Immediately upon commencing work which may result in a claim, the Contractor
shall keep Daily Work Records, during the course of the Work, sufficient to
substantiate the Contractor's claim, and the Contract Administrator will keep Daily
Work Records to be used in assessing the Contractor's claim, all in accordance
with clause GC8.02.07, Records.

02) The Contractor and the Contract Administrator shall attempt to reconcile their
respective Daily Work Records on a weekly basis, to simplify review of the claim,
when submitted. If the Contractor and the Contract Administrator fail to reconcile
their respective Daily Work Records, then the Contractor shall submit its Daily
Work Records as part of its claim, whereby the resolution of the dispute about the
Daily Work Records shall not be resolved until there is a resolution of the claim.

03) The keeping of Daily Work Records by the Contract Administrator or the reconciling
of such Daily Work Records with those of the Contractor shall not be construed to
be acceptance of the claim.

GC3.13.03 Claims Procedure

01) The Contractor shall give verbal notice of any situation which may lead to a claim
for additional payment immediately upon becoming aware of the situation.

02) The Contractor shall provide written notice in the standard form "Notice of Intent to
Claim" within 7 Days of the commencement of any Work which may be affected by
the situation.

03) The Contractor shall submit detailed claims as soon as reasonably possible and in
any event no later than 30 Days after completion of the work affected by the
situation. The detailed claim shall:

(a) identify the item or items in respect of which the claim arises;
(b) state the grounds, contractual or otherwise, upon which the claim is
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 20
MODIFIED OPS GENERAL CONDITIONS

made; and
(c) include the Records maintained by the Contractor supporting such
claim.

In exceptional cases the 30 Days may be increased to a maximum of 90 Days with


approval in writing from the Contract Administrator.

04) Within 30 Days of the receipt of the Contractor’s detailed claim, the Contract
Administrator may request the Contractor to submit any further and other
particulars as the Contract Administrator considers necessary to asses the claim.
The Contractor shall submit the requested information within 30 Days of receipt of
such request.

05) Within 90 Days of receipt of the detailed claim, the Contract Administrator will
advise the Contractor, in writing, of the Contract Administrator's opinion with regard
to the validity of the claim.

GC3.13.04 Negotiations

01) The parties shall make all reasonable efforts to resolve their dispute by amicable
negotiations and agree to provide, without prejudice, open and timely disclosure of
relevant facts, information, and documents to facilitate these negotiations.

02) Should the Contractor disagree with the opinion given in paragraph GC 3.13.03.05,
with respect to any part of the claim, the Contract Administrator shall enter into
negotiations with the Contractor to resolve the matters in dispute. Where a
negotiated settlement cannot be reached and it is agreed that payment cannot be
made on Time and Material basis in accordance with clause GC8.02.04, Payment
on a Time and Material Basis, the parties shall proceed in accordance with clause
GC 3.13.05, Mediation, or subsection GC 3.14, Arbitration.

GC3.13.05 Mediation

01) If a claim is not resolved satisfactorily through the negotiation stage noted in clause
GC 3.13.04, Negotiations, within a period of 30 Days following the opinion given in
paragraph GC 3.13.03.05 , and the Contractor wishes to pursue the issue further,
the parties may, upon mutual agreement, utilize the services of an independent
third party mediator.

02) The mediator shall be mutually agreed upon by the Owner and Contractor.

03) The mediator shall be knowledgeable regarding the area of the disputed issue.
The mediator shall meet with the parties together and separately, as necessary, to
review all aspects of the issue. In a final attempt to assist the parties in resolving
the issue themselves prior to proceeding to arbitration the mediator shall provide,
without prejudice, a non-binding recommendation for settlement.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 21
MODIFIED OPS GENERAL CONDITIONS

04) The review by the mediator shall be completed within 90 Days following the opinion
given in paragraph GC 3.13.03.05.

05) Each party is responsible for its own costs related to the use of the third party
mediator process. The cost of the third party mediator shall be equally shared by
the Owner and Contractor.

GC3.13.06 Payment

01) Payment of the claim will be made not later than 30 Days after the date of
resolution of the claim or dispute. Such payment will be made according to the
terms of Section GC8.0, Measurement and Payment.

GC3.13.07 Rights of Both Parties

01) It is agreed that no action taken under this subsection GC 3.13, Claims,
Negotiations, Mediation, by either party shall be construed as a renunciation or
waiver of any of the rights or recourse available to the parties, provided that the
requirements set out in this subsection are fulfilled.

GC3.14 Arbitration

GC3.14.01 Conditions for Arbitration

01) If a claim is not resolved satisfactorily through the negotiation stage noted in clause
GC 3.13.04, negotiations, or the mediation stage noted in clause GC 3.13.05,
Mediation, either party may invoke the provisions of subsection GC 3.14,
Arbitration, by giving written notice to the other party.

02) Notification that arbitration shall be implemented to resolve the issue shall be
communicated in writing as soon as possible and no later that 60 Days following
the opinion given in paragraph GC 3.13.03.05. Where the use of a third party
mediator was implemented, notification shall be within 120 Days of the opinion
given in paragraph GC 3.13.03.05.

03) The parties shall be bound by the decision of the arbitrator.

04) The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17 as
amended, shall apply to any arbitration conducted hereunder except to the extend
that they are modified by the express provisions of the subsection GC3.14,
Arbitration.

GC3.14.02 Arbitration Procedure

01) The following provisions are to be included in the agreement to arbitrate and are
subject only to such right of appeal as exist where the arbitrators have exceeded
their jurisdiction or have otherwise disqualified themselves:

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 22
MODIFIED OPS GENERAL CONDITIONS

(a) All existing actions in respect of the matters under arbitration will be
stayed pending arbitration;
(b) All outstanding claims and matters to be settled are to be set out in a
schedule to the agreement. Only such claims and matters as are in the
schedule will be arbitrated; and
(c) Before proceeding with the arbitration, the Contractor shall confirm that
all matters in dispute are set out in the schedule.

GC3.14.03 Appointment of Arbitrator

01) The arbitration shall be mutually agreed upon by the Owner and Contractor to
adjudicate the dispute.

02) Where the Owner and Contractor cannot agree on a sole arbitrator within 30 Days
of the notification of arbitration noted in paragraph GC 3.14.01.02, the Owner and
the Contractor shall each choose an appointee within 37 Days of the notice of
arbitration.

03) The appointees shall mutually agree upon an arbitrator to adjudicate the dispute
within 15 Days after the last appointee was chosen or they shall refer the matter to
the Arbitration and Mediation Institute of Ontario Inc. which will select an arbitrator
to adjudicate the dispute within 7 Days of being requested to do so.

04) The arbitrator shall not be interested financially in the Contract nor in either party’s
business and shall not be employed by either party.

05) The arbitrator may appoint independent experts and any other persons to assist
him or her.

06) The arbitrator is not bound by the rules of evidence which govern the trial of cases
in court but may hear and consider any evidence which the arbitrator considers
relevant.

07) The hearing will commence within 90 Days of the appointment of the arbitrator.

GC3.14.04 Costs

01) The arbitrator’s fee shall be equally shared by the Owner and the Contractor.

02) The fees of any independent experts and any other persons appointed to assist the
arbitrator shall be shared equally by the Owner and the Contractor.

03) The arbitration hearing shall be held in a place mutually agreed upon by both
parties or in the event the parties do not agree, a site shall be chosen by the
arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the
Owner and the Contractor.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 23
MODIFIED OPS GENERAL CONDITIONS

04) The arbitrator may, at his or her discretion, award reasonable costs, related to the
arbitration.

GC3.14.05 The Decision

01) The reasoned decision will be made in writing within 90 Days of the conclusion of
the hearing. An extension of time to make a decision may be granted with consent
of both parties. Payment shall be made in accordance with clause GC 3.13.06,
Payment.

GC3.15 Archaeological Finds

01) If the Contractor’s operations expose any items which 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 Days. Work shall remain suspended within that area until otherwise
directed by the Contract Administrator in writing, in accordance with subsection GC
7.10, Suspension of Work.

02) Any delay in the completion of the Contract that is caused by such a suspension of
Work will be considered to be beyond the Contractor’s control in accordance with
paragraph GC 3.07.01.

03) Any work directed or authorized in connection with an archaeological find will be
considered as Extra Work in accordance with clause GC 3.10.02, Extra Work.

04) The Contractor shall take all reasonable action to minimize additional costs that
may accrue as a result of any work stoppage.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 24
MODIFIED OPS GENERAL CONDITIONS

SECTION GC4.0 - OWNER'S RESPONSIBILITIES AND RIGHTS

GC4.01 Working Area

01) The Owner shall acquire all property rights which are deemed necessary by the
Owner for the construction of the Work including temporary working easements
and will indicate the full extent of the Working Area on the Contract Drawings.

02) The Geotechnical Report and Subsurface Report that may be provided by the
Owner as part of the tender documents shall form part of the Contract Drawings.

GC4.02 Approvals and Permits

01) The Owner shall pay for all plumbing and building permits.

02) The Owner shall obtain and pay for all permits, licenses and certificates solely
required for the design of the Work.

GC4.03 Management and Disposition of Materials

01) The Owner will identify in the Contract Document the materials to be moved within
or removed from the Working Area, and any characteristics of those materials
which will necessitate special materials management and disposition.

02) In accordance with regulations under the Occupational Health and Safety Act,
R.S.O. 1990, c.0.1,as amended, the Owner advises that

a) the designated substances silica, lead and arsenic are generally present
throughout the Working Area occurring naturally or as a result of vehicle
emissions;
b) the designated substance asbestos may be present in cement products, asphalt
and conduits for utilities;
c) the following hazardous materials are ordinarily present in construction
activities: limestone, gypsum, marble, mica and Portland cement; and
d) 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.

03) The Owner will identify in the Contract Documents any designated substances or
hazardous materials other than those identified above and their location in the
Working Area.

04) If the Owner 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

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 25
MODIFIED OPS GENERAL CONDITIONS

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.

05) The Owner 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.

06) Prior to commencement of the Work, the Owner will provide to the Contractor a list
of these products controlled under the Workplace Hazardous Materials Information
System or WHMIS, which the Owner will supply or use on the Contract, together
with copies of the Materials Safety Data Sheets for these products. All containers
used in the application of products controlled under WHMIS shall be labelled. The
Owner will notify the Contractor in writing of changes to the list and provide
relevant Material Safety Data Sheets.

GC4.04 Construction Affecting Railway Property

01) The Owner will pay the costs of all flagging and other traffic control measures
required and provided by the railway company unless such costs are solely a
function of the Contractor’s chosen method of completing the work.

02) Every precaution shall be taken by the Contractor to protect all railway property at
track crossings; or otherwise, on which construction operations are to take place in
accordance with the terms of this Contract.

03) The Contractor shall be required to conduct the construction operations in such a
manner as to avoid a possibility of damaging any railway property in the vicinity of
the works. Every reasonable precaution shall be taken by the Contractor to ensure
the safety of the workers, Subcontractors, and Equipment, as well as railway
property throughout the duration of the Contract.

GC4.05 Default by the Contractor

01) If the Contractor fails to commence the Work within 14 days of a formal order to
commence work signed by the Contract Administrator or, the Contractor, upon
commencement of the Work, should neglect to prosecute the Work properly or
otherwise fails to comply with the requirements of the Contract and, if the Contract
Administrator has given written statement to the Owner and Contractor that
sufficient cause exists to justify such action, the Owner may, without prejudice to
any other right or remedy the Owner may have, notify the Contractor in writing that
the Contractor is in default of the Contractor’s contractual obligations and instruct
the Contractor to correct the default in 5 Working Days immediately following the
receipt of such notice.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 26
MODIFIED OPS GENERAL CONDITIONS

02) If the Contractor is adjudged bankrupt or makes a general assignment for the
benefit of creditors because of the Contractor’s insolvency or if a receiver is
appointed because of the Contractor’s insolvency, the Owner may, without
prejudice to any other right or remedy the Owner may have, by giving the
Contractor or receiver or trustee in bankruptcy notice in writing, terminate the
Contract.

GC4.06 Contractor's Right to Correct a Default

01) The Contractor shall have the right within the 5 full Working Days following the
receipt of a notice of default to correct the default and provide the Owner with
satisfactory proof that appropriate corrective measures have been taken.

02) If the correction of the default cannot be completed within the 5 full Working Days
following receipt of the notice the Contractor shall not be in default if the
Contractor,

(a) commences the correction of the default within the 5 full Working Days
following receipt of the notice;
(b) provides the Owner with an acceptable schedule for the progress of
such correction; and

(c) completes the correction in accordance with such schedule.

GC4.07 Owner's Right to Correct Default

01) If the Contractor fails to correct the default within the time specified in subsection
GC4.06, Contractor's Right to Correct a Default, or subsequently agreed upon, the
Owner, without prejudice to any other right or remedy the Owner may have, may
correct such default and deduct the cost thereof, as certified by the Contract
Administrator, from any payment then or thereafter due to the Contractor.

GC4.08 Termination of Contractor's Right to Continue the Work

01) Where the Contractor fails to correct a default within the time specified in
subsection GC4.06, Contractor's Right to Correct a Default, or subsequently
agreed upon, the Owner, without prejudice to any other right or remedy the Owner
may have, may terminate the Contractor's right to continue the Work in whole or in
part by giving written notice to the Contractor.

02) If the Owner terminates the Contractor's right to continue with the Work in whole or
in part, the Owner will be entitled to

(a) take possession of the Working Area or that portion of the Working Area
devoted to that part of the Work terminated;
(b) utilize the Equipment of the Contractor and any Material within the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 27
MODIFIED OPS GENERAL CONDITIONS

Working Area which is intended to be incorporated into the Work, the


whole subject to the right of third parties;
(c) withhold further payments to the Contractor with respect to the Work or
the portion of the Work withdrawn from the Contractor until the Work or
portion thereof withdrawn is completed;
(d) charge the Contractor the additional cost over the Contract price of
completing the Work or portion thereof withdrawn from the Contractor,
as certified by the Contract Administrator and any additional
compensation paid to the Contract Administrator for such additional
service arising from the correction of the default;
(e) charge the Contractor a reasonable allowance, as determined by the
Contract Administrator, to cover correction to the Work performed by the
Contractor that may be required under subsection GC7.16, Warranty;
(f) charge the Contractor for any damages the Owner may have sustained
as a result of the default; and
(g) charge the Contractor the amount by which the cost of corrections to the
Work under subsection GC7.16, Warranty, exceeds the allowance
provided for such corrections.

GC4.09 Final Payment to Contractor

01) If the Owner's cost to correct and complete the Work in whole or in part is less than
the amount withheld from the Contractor under subsection GC4.08, Termination of
the Contractor's Right to Continue the Work, the Owner will pay the balance to the
Contractor as soon as the final accounting for the Contract is complete.

GC4.10 Termination of the Contract

01) Where the Contractor is in default of the Contract the Owner may, without prejudice
to any other right or remedy the Owner may have, terminate the Contract by giving
written notice of termination to the Contractor, the Surety and any trustee or
receiver acting on behalf of the Contractor's estate or creditors.

02) If the Owner elects to terminate the Contract the Owner will provide the Contractor
and the trustee or receiver with a complete accounting to the date of termination.

GC4.11 Continuation of Contractor's Obligations

01) The Contractor's obligation under the Contract as to quality, correction and
warranty of the Work performed prior to the time of termination of the Contract or
termination of the Contractor's right to continue with the Work in whole or in part
shall continue to be in force after such termination.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 28
MODIFIED OPS GENERAL CONDITIONS

GC4.12 Use of Performance Bond

01) If the Contractor is in default of the Contract and the Contractor has provided a
Performance Bond, the provisions of this Section shall be exercised in accordance
with the conditions of the Performance Bond.

GC4.13 Payment Adjustment


01) If any situation should occur in the performance of the Work that would result in a
Change in the Work, the Owner shall be entitled to an adjustment and those
adjustments shall be managed in accordance with subsection GC 3.10.01,
Changes in the Work.
GC4.14 Supply of Contract Documents
01) The Owner will provide a maximum of six (6) sets of the Contract Documents
to the Contractor. The Contractor will be responsible for any additional
copies that are required.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 29
MODIFIED OPS GENERAL CONDITIONS

SECTION GC5.0 - MATERIAL

GC5.01 Supply of Material

01) All Material necessary for the proper completion of the Work, except that listed as
being supplied by the Owner, shall be supplied by the Contractor. The contract
prices for the appropriate tender items shall be deemed to include full
compensation for the supply of such Material.

02) Material shall be supplied as stated in the City of Ottawa Standard Tender
Documents for Unit Price contracts, Volume No. 2: Material Specifications
and Standard Detail Drawings.

GC5.02 Quality of Material

01) All Material supplied by the Contractor shall be new or unless otherwise specified
in the Contract Documents.

02) Material supplied by the Contractor shall conform to the requirements of the
Contract.

03) As specified or as requested by the Contract Administrator, the Contractor shall


make available for inspection or testing a sample of any Material to be provided by
the Contractor. The cost of the first test of a sample shall be at the Owner's
expense. Subsequent testing of the same item which is required due to
failure to meet contract specifications shall be at the Contractor's expense.

04) The Contractor shall obtain for the Contract Administrator the right to enter upon
the premises of the Material manufacturer or supplier to carry out such inspection,
sampling and testing as specified or as requested by the Contract Administrator.

05) The Contractor shall notify the Contract Administrator of the sources of supply
sufficiently in advance of the Material shipping dates to enable the Contract
Administrator to perform the required inspection, sampling and testing.

06) The Owner will not be responsible for any delays to the Contractor's operations
where the Contractor fails to give sufficient advance notice to the Contract
Administrator to enable the Contract Administrator to carry out the required
inspection, sampling and testing before the scheduled shipping dates.

07) The Contractor shall not change the source of supply of any Material without the
written authorization of the Contract Administrator.

08) Material which is not specified shall be of a quality best suited to the purpose
required and the use of such Material shall be subject to the approval of the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 30
MODIFIED OPS GENERAL CONDITIONS

Contract Administrator.

09) All Material inspection, sampling, and testing shall be carried out on random basis
in accordance with the standard inspection or testing methods required for the
Material. Any approval given by the Contract Administrator for the Materials to be
used in the Work based upon the random method shall not relieve the Contractor
from the responsibility of incorporating Material that conforms to the Contract
Documents into the Work or properly performing the Contract and any liability
arising from the failure to properly perform as specified in the Contract Documents.

GC5.03 Rejected Material

01) Rejected Material shall be removed from the Working Area expeditiously after the
notification to that effect from the Contract Administrator. Where the Contractor
fails to comply with such notice the Contract Administrator may cause the rejected
Material to be removed from the Working Area and disposed of in what the
Contract Administrator considers to be the most appropriate manner and the
Contractor shall pay the costs of disposal and the appropriate overhead charges.

GC5.04 Substitutions

01) Where the Contract Documents require the Contractor to supply a Material
designated by a trade or other name, the Tender shall be based only upon supply
of the Material so designated, that shall be regarded as the standard of quality
required by the specification. After the acceptance of a tender, the Contractor may
apply to the Contract Administrator to substitute another Material identified by a
different trade or other name for the Material designated as aforesaid. The
application shall be in writing and shall state the price for the proposed substitute
Material designated as aforesaid, and such other information as the Contract
Administrator may require.

02) Rulings on a proposed substitution will not be made prior to the acceptance of a
tender. Substitutions shall not be made without the prior approval of the Contract
Administrator. The approval or rejection of a proposed substitution will be made at
the discretion of the Contract Administrator.

03) If the proposed substitution is approved by the Contract Administrator, the


Contractor shall be entitled to the first $1000 of the aggregate saving in cost by
reason of such substitution and to 50% of any additional saving in cost in excess of
such $1000. Each such approval shall be conveyed to the Contractor in writing or
by issuance of a Certificate of Equality on the Owner's standard form of
"Certification of Equality" and if any adjustment to the Contract price is made by
reason of such substitution a Change Order shall be issued as well.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 31
MODIFIED OPS GENERAL CONDITIONS

GC5.05 Owner Supplied Material

GC5.05.01 Ordering of Excess Material

01) Where Material is supplied by the Owner and where this Material is ordered by the
Contractor in excess of the amount specified to complete the Work, such excess
Material shall become the property of the Contractor on completion of the Work
and shall be charged to the Contractor at cost plus applicable overheads.

GC5.05.02 Care of Material

01) The Contractor shall, in advance of receipt of shipments of Material supplied by the
Owner, provide adequate and proper storage facilities acceptable to the Contract
Administrator; and on the receipt of such Material shall promptly place it in storage
except where it is to be incorporated forthwith into the Work.

02) The Contractor shall be responsible for acceptance of Material supplied by the
Owner, at the specified delivery point and for its safe handling and storage. If such
Material is damaged while under the control of the Contractor it shall be replaced or
repaired by the Contractor at no expense to the Owner, and to the satisfaction of
the Contract Administrator. If such Material is rejected by the Contract
Administrator for reasons which are not the fault of the Contractor it shall remain in
the care and at the risk of the Contractor until its disposition has been determined
by the Contract Administrator.

03) Where Material supplied by the Owner arrives at the delivery point in a damaged
condition or where there are discrepancies between the quantities received and the
quantities shown on the bills of lading, the Contractor shall immediately report such
damage or discrepancies to the Contract Administrator who shall arrange for an
immediate inspection of the shipment and provide the Contractor with a written
release from responsibility for such damage or deficiencies. Where damage or
deficiencies are not so reported it will be assumed that the shipment arrived in
good order and any damage or deficiencies reported thereafter shall be made good
by the Contractor at no extra cost to the Owner.

04) The full amount of Material supplied by the Owner in each shipment shall be
accounted for by the Contractor and such Material shall be at the risk of the
Contractor after taking delivery. Such Material shall not, except with the written
permission of the Contract Administrator, be used by the Contractor for purposes
other than the performance of the Work under the Contract.

05) Empty reels, crates, containers and other types of packaging from Material
supplied by the Owner shall become the property of the Contractor when they are
no longer required for their original purpose and shall be disposed of by the
Contractor unless otherwise specified in the Contract Documents.

06) The Contractor shall provide the Contract Administrator, immediately upon receipt

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 32
MODIFIED OPS GENERAL CONDITIONS

of each shipment, copies of bills of lading, or such other documentation the


Contract Administrator may require to substantiate and reconcile the quantities of
Material received.

07) Where Material supplied by the Owner is ordered and stockpiled prior to the award
of the Contract, the contractor shall, at no extra cost to the Owner, immediately
upon commencement of operations, check the Material, report any damage or
deficiencies to the Contract Administrator and take charge of the Material at the
stockpile site. Where damage or deficiencies are not so recorded by the
Contractor it shall be assumed that the stockpile was in good order when the
Contractor took charge of it and any damage or deficiencies reported thereafter
shall be made good by the Contractor at no extra cost to the Owner.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 33
MODIFIED OPS GENERAL CONDITIONS

SECTION GC6.0 - INSURANCE, PROTECTION AND DAMAGE

GC6.01 Protection of Work, Persons and Property

01) The Contractor, the Contractor's agents and all workers employed by or under the
control of the Contractor, including Subcontractors, shall protect the Work, persons
and property from damage or injury, and shall be responsible for all losses and
damage which may arise as the result of the Contractor's operations under the
Contract unless indicated to the contrary below.

02) The Contractor is responsible for the full cost of any necessary temporary
protective work or works and the restoration of all damage, where the Contractor
damages the Work or property in the performance of the Contract. If the
Contractor is not responsible for the damage that occurs to the Work or property
the Contractor shall restore such damage, and such work and payment shall be
administered according to these General Conditions.

03) The Contractor shall immediately inform the Contract Administrator of all damage
and injuries which occur during the term of the Contract. The Contractor shall then
investigate and report back to the Contract Administrator within 15 Days of
occurrence of incident, or as soon as possible.

04) The Contractor shall not be responsible for loss and damage that occurs as a result
of,
(a) war;
(b) blockades and civil commotions;
(c) errors in the Contract Documents; or
(d) acts or omissions of the Owner, the Contract Administrator,
their agents and employees, or others not under the control of
the Contractor, but within the Working Area with the Owner's
permission.

05) The Contractor and his Surety or Sureties will not be released from any term or
provision of any responsibility, obligation or liability under the Contract or waive or
impair any of the rights of the Owner except by a release duly executed by the
Owner.

GC6.02 Indemnification

01) The Contractor shall indemnify and hold harmless the Owner and the Contract
Administrator, their elected officials, agents, officers and employees from and
against all claims, demands, losses, expenses, costs, damages, actions, suits or
proceedings by third parties, hereinafter called "claims", directly or indirectly arising

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 34
MODIFIED OPS GENERAL CONDITIONS

or alleged to arise out of the performance of or the failure to perform the Work,
provided such claims are,

(a) attributable to bodily injury, sickness, disease, or death or to damage to


or destruction of tangible property;
(b) caused by negligent acts or omissions of the Contractor or anyone for
whose acts the Contractor may be liable; and
(c) made in writing within a period of 6 years from the date of Substantial
Performance of the Work as set out in the Certificate of Substantial
Performance of the Work or, where so specified in the Contract from the
date of certification of Final Acceptance.

02) The Contractor shall indemnify and hold harmless the Owner from all and every
claim for damages, royalties or fees for the infringement of any patented invention
or copyright occasioned by the Contractor in connection with Work performed or
Material furnished by the Contractor under the Contract.

03) The Owner expressly waives the right to indemnity for claims other than those
stated above in paragraphs GC 6.02.01 and GC 6.02.02.

04) The Owner shall indemnify and hold harmless the Contractor, his agents, officers
and employees from and against all claims, demands, losses, expenses, costs,
damages, actions, suits, or proceedings 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 Working Area.

05) The Contractor expressly waives the right to indemnity for claims other than those
stated above in paragraph GC 6.02.04.

GC6.03 Contractor's Insurance

GC6.03.01 General

01) Without restricting the generality of subsection GC6.02, Indemnification, the


Contractor shall provide, maintain and pay for the insurance coverages listed in this
General Condition under clauses GC6.03.02 and GC6.03.03. Insurance coverage
in clauses GC6.03.04, GC6.03.05 and GC6.03.06 will only apply when so specified
in the Contract Documents.

02) The Contractor shall provide the Contract Administrator with an original Certificate
of Insurance for each type of insurance coverage required by the Contract
Documents. The Contractor shall ensure that the Contract Administrator is, at all
times, in receipt of a valid Certificate of Insurance for each of the insurance
coverage, in such amounts as specified in the Contract Documents. The
Contractor will not be permitted to commence work until the Contract Administrator
is in receipt of such proof of insurance. The Contract Administrator may withhold

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 35
MODIFIED OPS GENERAL CONDITIONS

payment of any monies due to the Contractor until the Contractor has provided the
Contract Administrator with original valid Certificates Insurance as required by the
provisions of the Contract Documents.

GC6.03.02 General Liability Insurance

01) General liability insurance shall be in the joint names of the Contractor, the Owner,
and the Contract Administrator named as additional insureds, with limits of not less
than 5 million dollars inclusive per occurrence for bodily injury, death, and damage
to property including loss of use thereof, with a property damage deductible of not
more than $5000. The form of this insurance shall be the Insurance Bureau of
Canada Form IBC 2100.

02) Another form of insurance equal to or better than that required in IBC Form 2100
may be used, provided all the requirements listed in the Contract are included.
Approval of this insurance shall be conditional upon the Contractor obtaining the
services of an insurer licensed to underwrite insurance in the Province of Ontario
and obtaining the insurer’s certificate of equivalency to the required insurance.

03) The Contractor shall maintain in force such policies of insurance specified by the
Contract Documents at all times from the commencement of Work until the end of
any Warranty Period or as otherwise required by the Contract Documents.

04) The Contractor shall submit annually to the Owner, proof of continuation of the
completed operations coverage and if the Contractor fails to do so, the limitation
period for claiming indemnity described in paragraph GC 6.02.01 c), will not be
binding on the Owners.

05) Should the Contractor decide not to employ Subcontractors for operations requiring
the use of explosives for blasting, or pile driving or caisson work, or removal or
weakening of support of property building or land, IBC Form 2100 as required shall
include the appropriate endorsements.

06) The policies shall be endorsed to provide the Owner with not less than 30 days
written notice in advance of cancellation, change or amendment restricting
coverage.

07) "Claims Made" insurance policies will not be permitted.

GC6.03.03 Automobile Liability Insurance

01) Automobile liability insurance in respect of licensed vehicles shall have limits of not
less than 5 million dollars inclusive per occurrence for bodily injury, death and
damage to property, in the following forms endorsed to provide the Owner with not
less than 30 days' written notice in advance of any cancellation, change or
amendment restricting coverage:

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 36
MODIFIED OPS GENERAL CONDITIONS

(a) standard non-owned automobile policy including standard contractual


liability endorsement; and
(b) standard owner's form automobile policy providing third party liability
and accident benefits insurance and covering licensed vehicles owned
or operated by the Contractor.

GC6.03.04 Aircraft and Watercraft Liability Insurance

GC 6.03.04.01 Aircraft Liability Insurance

01) Aircraft liability insurance with respect to owned or non-owned aircraft if used
directly or indirectly in the performance of the Work, including use of additional
premises, shall be subject to limits of not less than five million dollars inclusive per
occurrence for bodily injury, death, and damage to property including loss of use
thereof, and limits of not less than five million dollars for aircraft passenger hazard.
Such insurance shall be in a form acceptable to the Owner. The policies shall be
endorsed to provide the Owner with not less than 30 days' written notice in
advance of cancellation, change or amendment restricting coverage.

GC 6.03.04.02 Watercraft Liability Insurance

01) Watercraft liability insurance with respect to owned or non-owned watercraft if used
directly or indirectly in the performance of the Work, including use of additional
premises, shall be subject to limits of not less than five million dollars inclusive per
occurrence for bodily injury, death, and damage to property including loss of use
thereof. Such insurance shall be in a form acceptable to the Owner. The policies
shall be endorsed to provide the Owner with not less than 30 days' written notice in
advance of cancellation, change or amendment restricting coverage.

GC6.03.05 Property and Boiler Insurance

GC6.03.05.01 Property Insurance

01) All risks property insurance shall be in the name of the Contractor, with the Owner
and the Contract Administrator named as additional insureds, insuring not less than
the sum of the amount of the Contract Price and the full value, as may be stated in
the Supplemental General Conditions, of Material that is specified to be provided
by the Owner for incorporation into the Work, with a deductible not exceeding 1%
of the amount insured at the site of the Work. This insurance shall be in a form
acceptable to the Owner and shall be maintained continuously until 10 Days after
the date of Final Acceptance of the Work, as set out in the Final Acceptance
Certificate.

GC6.03.05.02 Boiler Insurance

01) Boiler insurance insuring the interests of the Contractor, the Owner and the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 37
MODIFIED OPS GENERAL CONDITIONS

Contract Administrator for not less than the replacement value of boilers and
pressure vessels forming part of the Work, shall be in a form acceptable to the
Owner. This insurance shall be maintained continuously from commencement of
use or operation of the property insured until 10 Days after the date of Final
Acceptance of the Work, as set out in the Final Acceptance Certificate.

GC6.03.05.03 Use and Occupancy of the Work Prior to Completion

01) Should the Owner wish to use or occupy part or all of the Work prior to Substantial
Performance, the Owner will give 30 Days, written notice to the Contractor of the
intended purpose and extent of such use or occupancy. Prior to such use or
occupancy the Contractor shall notify the Owner in writing of the additional
premium cost, if any, to maintain property and boiler insurance, which shall be at
the Owner's expense. If because of such use or occupancy the Contractor is
unable to provide coverage, the Owner upon written notice from the Contractor and
prior to such use or occupancy shall provide, maintain and pay for property and
boiler insurance insuring the full value of the Work, including coverage for such use
or occupancy, and shall provide the Contractor with proof of such insurance. The
Contractor shall refund to the Owner the unearned premiums applicable to the
Contractor's policies upon termination of coverage.

02) The policies shall provide that, in the event of a loss or damage, payment shall be
made to the Owner and the Contractor as their respective interests may appear.
The Contractor shall act on behalf of both the Owner and the Contractor for the
purpose of adjusting the amount of such loss or damage payment with the
Insurers. When the extent of the loss or damage is determined the Contractor shall
proceed to restore the Work. Loss or damage shall not affect the rights and
obligations of either party under the Contract except that the Contractor shall be
entitled to such reasonable extension of Contract Time relative to the extent of the
loss or damage as the Contract Administrator may decide in consultation with the
Contractor.

GC6.03.05.04 Payment for Loss or Damage

01) The Contractor shall be entitled to receive from the Owner, in addition to the
amount due under the Contract, the amount at which the Owner's interest in
restoration of the Work has been appraised, such amount to be paid as the
restoration of the Work proceeds and in accordance with the requirements of
Section GC8.0, Measurement and Payment. In addition the Contractor shall be
entitled to receive from the payments made by the Insurer the amount of the
Contractor's interest in the restoration of the Work.

02) The Contractor shall be responsible for deductible amounts under the policies
except where such amounts may be excluded from the Contractor's responsibility
by the terms of this Contract.

03) In the event of loss or damage to the Work arising from the action or omission of

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 38
MODIFIED OPS GENERAL CONDITIONS

the Owner or others, the Owner shall pay the Contractor the cost of restoring the
Work as the restoration of the Work proceeds and in accordance with the
requirements of Section GC8.0, Measurement and Payment.

GC6.03.06 Contractor’s Equipment Insurance

01) All risks Contractor’s equipment insurance covering construction machinery and
equipment used by the Contractor for the performance of the Work, including boiler
insurance on temporary boilers and pressure vessels, shall be in a form acceptable
to the Owner and shall not allow subrogation claims by the Insurer against the
Owner. The policies shall be endorsed to provide the Owner with not less than 30
Days' written notice in advance of cancellation, change or amendment restricting
coverage. Subject to satisfactory proof of financial capability by the Contractor for
self-insurance of the Contractor's Equipment, the Owner agrees to waive the
equipment insurance requirement, and for the purpose of this Contract, the
Contractor shall be deemed to be insured. This policy shall be amended to provide
permission for the Contractor to grant prior releases with respect to damage to the
Contractor's Equipment.

GC6.03.07 Insurance Requirements and Duration

01) Unless specified otherwise the duration of each insurance policy shall be from the
date of commencement of the Work until 10 Days after the date of Final
Acceptance of the Work, as set out in the Final Acceptance Certificate.

02) The Contractor shall provide the Owner, on a form acceptable to the Owner, proof
of insurance prior to commencement of the Work, and signed by an officer of the
Contractor and either the underwriter or the broker.

03) The Contractor shall, on request, promptly provide the Owner with a certified true
copy of each insurance policy exclusive of information pertaining to premium or
premium bases used by the insurer to determine the cost of the insurance. The
certified true copy shall include a signature by an officer of the Contractor and in
addition, a signature by an officer of the insurer or the underwriter or the broker.

04) Where a policy is renewed the Contractor shall provide the Owner, on a form
acceptable to the Owner, renewed proof of insurance immediately following
completion of renewal.

05) Unless specified otherwise the Contractor shall be responsible for the payment of
deductible amounts under the policies.

06) If the Contractor fails to provide or maintain insurance as required in subsection


GC6.03, Contractor’s Insurance, or elsewhere in the Contract Documents, then the
Owner will have the right to provide and maintain such insurance and give
evidence thereof to the Contractor. The Owner's cost thereof shall be payable by
the Contractor to the Owner on demand.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 39
MODIFIED OPS GENERAL CONDITIONS

07) If the Contractor fails to pay the cost of the insurance placed by the Owner within
30 Days of the date on which the Owner made a formal demand for reimbursement
of such costs the Owner may deduct the costs thereof from monies which are due
or may become due to the Contractor.

GC6.04 Bonding

01) The Contractor shall provide the Owner with the surety bonds in the amount
required by the tender documents.

02) Such bonds shall be issued by a duly licensed surety company authorized to
transact a business of suretyship in the Province of Ontario and shall be to the
satisfaction of the Owner. The bonds shall be maintained in good standing until the
fulfilment of the Contract.

GC 6.05 Workplace Safety and Insurance Board

01) The Contractor shall provide the Contract Administrator with a copy of a Certificate
of Clearance indicating the Contractor’s good standing with the Workplace Safety
and Insurance Board, as follows:

(a) Immediately prior to the Contract Administrator authorizing the


Contractor to commence Work.
(b) Prior to issue of the Certificate of Substantial Performance.
(c) Prior to expiration of the Warranty Period.
(d) At any other time when requested by the Contract Administrator.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 40
MODIFIED OPS GENERAL CONDITIONS

SECTION GC7.0 - CONTRACTOR'S RESPONSIBILITIES AND CONTROL OF THE


WORK

GC7.01 General

01) The Contractor warrants that the site of the Work has been visited during the
preparation of the Tender and the character of the Work and all local conditions
which may affect the performance of the Work are known.

02) The Contractor shall not commence the Work nor deliver anything to the Working
Area until the Contractor has received a written order to commence the Work,
signed by the Contract Administrator.

03) The Contractor shall have complete control of the Work and shall effectively direct
and supervise the Work so as to ensure conformity with the Contract Documents.
The Contractor shall be responsible for construction means, methods, techniques,
sequences and procedures and for coordinating the various parts of the Work.

04) The Contractor shall provide adequate labour, Equipment, and Material to ensure
the completion of the Contract in accordance with the Contract Documents. The
Work shall be performed as vigorously and as continuously as weather conditions
or other interferences may permit.

05) The Contractor shall have the sole responsibility for the design, erection, operation,
maintenance and removal of temporary structures and other temporary facilities
and the design and execution of construction methods required in their use.

06) Notwithstanding paragraph GC7.01.04, where the Contract Documents include


designs for temporary structures and other temporary facilities or specify a method
of construction in whole or part, such facilities and methods shall be considered to
be part of the design of the Work, and the Contractor shall not be held responsible
for that part of the design or the specified method of construction. The Contractor
shall, however, be responsible for the execution of such design or specified method
of construction in the same manner that the Contractor is responsible for the
execution of the Work.

07) The Contractor execute the terms of the Contract in strict compliance with the
requirements of the Occupational Health and Safety Act, R.S.O. 1990, c.O.1 as
amended (the “Act”) and Ontario Regulation 213/91 (which regulates Construction
Projects) and any other regulations under the Act (the “Regulations”) which may
affect the performance of the Work, as the “constructor” or “employer”, as defined
by the Act, as the case may be. The Contractor shall ensure that:
(a) worker safety is given first priority in planning, pricing and performing the
Work;

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 41
MODIFIED OPS GENERAL CONDITIONS

(b) its officers and supervisory employees have a working knowledge of the
duties of a “constructor” and “employer” as defined by the Act and the
provisions of the Regulations applicable to the Work, and a personal
commitment to comply with them.
(c) a copy of the most current version of the Act and the Regulations are
available at the Contractor’s office within the Working Area, or, in the
absence of an office, in the possession of the supervisor responsible for
the performance of the Work;
(d) workers employed to carry out the Work possess the knowledge, skills
and protective devices required by law or recommended for use by a
recognized industry association to allow them to work in safety;
(e) its supervisory employees carry out their duties in a diligent and
responsible manner with due consideration for the health and safety of
the workers; and
(f) all Subcontractors and their employees are properly protected from
injury while they are at the work place.

08) The Contractor when requested shall provide the Owner with a copy of its health
and safety policy and program at the pre-start meeting, and shall respond promptly
to requests from the Owner for confirmation that its methods and procedures for
carrying out the Work comply with the Act and Regulations. The Contractor shall
cooperate with representatives of the Owner and inspectors appointed to enforce
the Act and the Regulations in any investigations of worker health and safety in the
performance of the Work. The Contractor shall indemnify and save the Owner
harmless from any additional expense which the Owner may incur to have the
Work performed as a result of the Contractor’s failure to comply with the
requirements of the Act and the Regulations.

09) Prior to commencement of the Work the Contractor shall provide to the Contract
Administrator a list of those products controlled under the Workplace Hazardous
Materials Information System or WHMIS, which the Contractor expects to use on
the Contract. Related Materials Safety Data Sheets shall accompany the
submission. All containers used in the application of products controlled under
WHMIS shall be labelled. The Contractor shall notify the Contract Administrator of
changes in writing and provide relevant Material Safety Data Sheets.

10) The Contractor shall have an authorized representative on the site while any work
is being performed, to supervise the Work and to act for or on the Contractor’s
behalf. Prior to commencement of construction, the Contractor shall notify the
Contract Administrator of the names, addresses, positions and telephone numbers
of the Contractor’s representatives who can be contacted at any time to deal with
matters relating to the Contract, and update as necessary.

11) 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

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 42
MODIFIED OPS GENERAL CONDITIONS

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.

12) The Contractor shall, at no additional cost to the Owner, furnish all reasonable aid,
facilities and assistance required by the Contract Administrator for the proper
inspection and examination of the Work or the taking of measurements for the
purpose of payment.

13) The Contractor shall prepare and update, as required, a construction schedule of
operations, indicating the proposed methods of construction and sequence of work
and the time the Contractor proposes to complete the various items of work within
the time specified in the Contract Documents. The schedule shall be submitted to
the Contract Administrator within 14 Days from the Contract award. If the
Contractor’s schedule is materially affected by changes, the Contract shall submit
an updated construction schedule, if requested by the Contract Administrator,
within 7 Days of the request. This updated schedule shall show how the
Contractor proposes to perform the balance of the Work, so as to complete the
Work within the time specified in the Contract Documents.

14) Where the Contractor finds any errors, inconsistency or omission relating to the
Contract, the Contractor shall promptly report it to the Contract Administrator and
shall not proceed with the activity affected until receiving direction from the
Contract Administrator.

15) The Contractor shall promptly notify the Contract Administrator in writing if the
subsurface conditions observed in the Working Area differ materially from those
indicated in the Contract Documents.

16) The Contractor shall arrange with the appropriate utility authorities for the stake out
of all underground utilities which may be affected by the Work. The Contractor shall
observe the location of the stake outs prior to commencing the Work and in the
event that there is a discrepancy between the location of the stake outs and the
locations shown on the Contract Documents, that may affect the Work, the
Contractor shall immediately notify the Contract Administrator and the affected
Utility companies, in order to resolve the discrepancy. The Contractor shall be
responsible for any damage done to the underground utilities by the Contractor's
forces during construction if the stake out locations are within the tolerances given
in paragraph GC 2.01.01 a).
17) The Contractor shall give the required notices and comply with the laws,
ordinances, rules, regulations, codes and orders of the authorities having
jurisdiction which are or become in force during the performance of the Work

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 43
MODIFIED OPS GENERAL CONDITIONS

and which relate to the Work, to the preservation of the public health, and to
construction safety.

(a) The Contractor acknowledges that the Environmental Protection


Act has been read and understood, in particular Regulation 309
with respect to the management of surplus/waste materials
generated through road construction.
(b) The Contractor covenants and agrees to observe strictly and
faithfully the provisions of the said Environmental Protection Act,
Regulation 309 and other rules promulgated the re-under.
(c) The Contractor assumes full responsibility for the enforcement of
the said Environmental Protection Act to ensure protection
herewith.
(d) The Contractor agrees that any damages or fines that may be
assessed against the Owner by reason of a breach or breaches of
the Environmental Act by the Contractor or any of its
subcontractors will entitle the Owner to set-off the damages so
assessed against any monies that the City from time to time owe
the Contractor under this contract.

18) The Contractor shall forthwith report to the Contract Administrator:

(a) spills or discharges of pollutants or contaminants under the


control of the Contractor; and
(b) spills or discharges of pollutants or contaminants that are as a
result of the Contractor's operations that cause or are likely to
cause adverse affects. Such spills or discharges and their
adverse affects shall be as defined in the Environmental
Protection Act, R.S.O. 1990, as amended and all regulations
thereto.
The Contractor shall report forthwith to the Contract Administrator
any spill or discharge of liquid, other than accumulated rain water,
from luminaires, internally illuminated signs, lamps, and liquid-
type transformers, which are under the control of the Contractor.

The Contractor shall assume, unless otherwise directed by the


Contract Administrator that all spills or discharges from
luminaires, internally illuminated signs, lamps, and liquid-type
transformers contain PCB's.
The reporting requirements of this section shall not relieve the
Contractor of his legal responsibilities with respect to any
municipal, provincial or federal legislation.

19) The Contractor shall install and maintain effective erosion and sediment
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 44
MODIFIED OPS GENERAL CONDITIONS

control measures in accordance with the Contract Documents and


established industry best practices and regulations. The cost of this work is
deemed to be included in the overall bid price of the Contract unless a
specific item for this work specifies a bid price.

20) Compliance to By-Laws

01) Unless otherwise stated in the Contract, the Contractor shall comply
with all City of Ottawa By-Laws, including, but not limited to:
 Building
 Encroachment
 Idling Control
 Noise
 Over Dimensional Vehicle
 Purchasing
 Road Activity
 Sewer Connection
 Sewer Use
 Traffic and Parking
 Tree Protection
 Use and Care
 Water

02) The Contractor shall be responsible for obtaining any permits that are
required under the By-Laws.

03) Continuing failure to comply with City of Ottawa By-Laws will result in
the contact of By-Law Services. By-Laws can be obtained at
www.Ottawa.ca.

21) Theft

01) The Contractor shall protect Owner owned equipment and material
from theft during the Contract.

02) The Contractor shall keep a record of all maintenance hole covers,
and all other roadway iron removed from site. This record shall
include the date that the material was removed from site, and the
date that the material was salvaged including the name of salvage
yard where the material was disposed of. This record shall be
available upon request by the City of Ottawa.

22) Half Loads

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 45
MODIFIED OPS GENERAL CONDITIONS

The City of Ottawa imposes seasonal load restrictions each year to protect our
pavement network from damage during the spring thaw. The restricted period is
generally in effect between early March and mid May, although specific timing is
determined by the progression of the thaw.

As the City of Ottawa is primarily concerned with the issues of public safety and
the protection of its infrastructure, it should be made clear that the City is under
no obligation to provide exemptions from the seasonal load restrictions at any
time, as there is a high risk of damage to the pavement structure from such
operations.

Notwithstanding, exemptions to the load restrictions are granted in some cases


where the risk of damage is low, the movement of a load cannot be reduced or
reasonably rescheduled until after the restricted period, as well as various other
considerations.

Please Note: Financial hardship (or benefit) for the owner, agent, project
manager, contractor or trucking operator is NOT considered sufficient
justification for exemption.

Seasonal load restriction exemptions are handled through the Over-dimensional


Vehicle permit process as governed by City of Ottawa By-Law No. 2003-497.
Depending upon the type of operation, a Single Trip permit or a 6-month Project
permit for the entire load restricted period may be issued.

In addition to a completed Over-dimensional vehicle permit application for each


vehicle to be used during the load-restricted period, the following information
must be provided in a written letter, memorandum or email to the Pavement
Engineer with the title “Request for Seasonal Load Restriction Exemption”:
1. The proposed route,
2. Description of the materials/goods to be moved,
3. The total quantity of materials/goods to be moved,
4. The estimated number of trips per vehicle required to move the
materials/goods,
5. The proposed start and end dates for the movements,
6. Justification for potential SLR exemption,
7. Any specific information that may assist the City with the review of the
exemption application.

Over-dimensional Vehicle permit applications may be obtained through the


Traffic and Parking Operations Permit Office located on the 6th Floor at 100
Constellation Crescent (Tel: 613-580-2424, Ext.16000). Written approval or denial
of the seasonal load restriction exemption request will be provided within ten (10)
business days of receiving the required information.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 46
MODIFIED OPS GENERAL CONDITIONS

Even if an exemption to the load restrictions is granted through the issuance of


an over dimensional vehicle permit, the permit holder is required to compensate
the City of Ottawa for any costs required to repair damage to public property or
infrastructure (including engineering and/or legal fees) as a result of over-
dimensional vehicle movements made by the permit holder (as outlined in
Section 39 of By-Law 2003-497).

23) Lump Sum Breakdown

01) At Owner’s request, the Contractor shall submit a detailed item


breakdown for any Lump Sum Items included in the Schedule of
Prices or any items submitted for payment by the Contractor.

24) Utility Adjustments

01) In respect to hydro electric, gas or telephone installations, the


Contractor shall make arrangements with the authorities controlling
such installations for any adjustment required. Such arrangement
shall be without cost to the Contractor but the Contractor shall not
become entitled to claim any damage or extra compensation from or
on account of the presence of such structure or on account of any
delay due to adjustment of same. Contractor shall arrange for work
to be done through utility. If Contractor is to do work, then
Contractor shall arrange for payment through utility

25) Accessibility for Ontarians with Disabilities Act, 2002 (AODA)

01) The City of Ottawa is committed to providing equal treatment to


people with disabilities with respect to the use and benefit of City
services, programs, and goods in a manner that respects their
dignity and that is equitable in relation to the broader public. All
contractors with the City must comply with all laws applicable to the
performance of the work.

02) Effective 1 January 2010, third party Contractors who deal with the
public or other third parties on behalf of the City, as well as
contractors who participate in developing City policies, practices or
procedures governing the provision of goods and services to
members of the public or other third parties, must conform with the
Accessibility Standards for Customer Service, O. Reg. 429/07
(Appendix A), under The Accessibility for Ontarians With Disabilities
Act, 2005 (AODA).

03) Contractors shall ensure that training records are maintained,


OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 47
MODIFIED OPS GENERAL CONDITIONS

including dates when training is provided, the number of employees


who received training and individual training records. Contractors
are required to ensure that this information will be made available, if
requested by the City.

GC7.02 Layout

01) Prior to commencement of construction, the Contract Administrator and the


Contractor shall locate on site those 3 dimensional control points that are
necessary to delineate the Working Area and to lay out the Work, all as
shown on the Contract Drawings.

02) The Contractor shall be responsible for the preservation of all property bars
while the Work is in progress, except those property bars that must be
removed to facilitate the Work. Any other property bars disturbed, damaged,
or removed by the Contractor's operations shall be replaced under the
supervision of an Ontario Land Surveyor, at the Contractor's expense.

03) At no extra cost to the Owner, the Contractor shall provide the Contract
Administrator with such materials and devices as may be necessary for the
inspection of the Work.

04) The Contractor shall provide qualified personnel to lay out and establish all
lines and grades necessary for construction. The Contractor shall notify the
Contract Administrator of any layout work carried out, so that the same may
be checked by the Contract Administrator.

One week prior to any survey work being conducted, the Contractor shall
submit a written description(s) of how the Contractor intends to undertake
survey requirements on the contract including surveys, cross-sections, co-
ordinates and general construction layout. The submission shall include,
and not necessarily be limited to:
• Project Description including contract number;
• Names and qualifications of survey staff;
• Description of the survey equipment to be used;
• Contractor quality control processes;
• Contract specific survey requirements;
• Compliance to contract layout requirements;
• Compliance to specified tolerances (i.e. OPSS 206)
• Submission and format of certificate grade checks requirements
• Description of how GPS integration to site coordinates will be carried
out if GPS technology is used.
The Contractor shall submit one hard copy and one electronic copy (.pdf) to
the Contract Administrator. The Contractor acknowledges that revisions
may be necessary, in consultation with the City.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 48
MODIFIED OPS GENERAL CONDITIONS

The Contract Administrator shall submit the document to


ISDsurveysubmission@Ottawa.ca for review and comment.

The Contractor shall notify the Contract Administrator of any change in the
submission.

The City of Ottawa through the Contract Administrator will accept the
submission. The acceptance and review of the submission 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 will remain the sole responsibility of the Contractor.

05) The Contractor shall install and maintain substantial alignment markers and
secondary benchmarks as may be required for the proper execution of the
Work. The Contractor shall supply one copy of all alignment and grade
sheets to the Contract Administrator.

06) The Contractor shall assume full responsibility for alignment, elevations, and
dimensions of each and all parts of the Work, regardless of whether the
Contractor's layout work has been checked by the Contract Administrator.

07) All stakes, marks, and reference points shall be carefully preserved by the
Contractor. In the case of their destruction or removal, such stakes, marks,
and reference points shall be replaced at the Contractor’s expense.

08) Benchmarks and survey monuments identified in the Contract Documents


shall be protected by the Contractor. In the case of their destruction or
removal, such benchmarks and survey monuments shall be replaced by the
Owner at the Contractor’s expense.

GC7.03 Working Area

01) The Contractor's sheds, site offices, toilets, other temporary structures and storage
areas for material and equipment shall be grouped in a compact manner and
maintained in a neat and orderly condition at all times.

02) The Contractor shall confine his construction operations to the Working
Area. Should the Contractor require more space than that shown on the
Contract Drawings as the Limits of Contract, the Contractor shall obtain such
space at no additional cost to the Owner.

03) The Contractor shall not enter upon or occupy any private property for any
purpose, unless the Contractor has received prior written permission from the
property owner.

GC7.04 Damage by Vehicles or Other Equipment

01) If at any time, in the opinion of the Contract Administrator, damage is being done or
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 49
MODIFIED OPS GENERAL CONDITIONS

is likely to be done to any roadway or any improvement thereon, outside the


Working Area, by the Contractor's vehicles or other equipment, whether licensed or
unlicensed equipment, the Contractor shall, on the direction of the Contract
Administrator, and at no extra cost to the Owner, make changes or substitutions for
such vehicles or equipment, and shall alter loadings, or in some other manner,
remove the cause of such damage to the satisfaction of the Contract Administrator.

GC7.05 Excess Loading of Motor Vehicles

01) Where a vehicle is hauling Material for use on the Work, in whole or in part upon a
Highway, and where motor vehicle registration is required for such vehicle, the
Contractor shall not cause or permit such vehicle to be loaded beyond the legal
limit specified in the Highway Traffic Act, R.S.O. 1990, c.H.8, as amended, whether
such vehicle is registered in the name of the Contractor or otherwise, except where
there are designated areas within the Working Area where overloading is
permitted. The Contractor shall bear the onus of weighing disputed loads.

GC7.06 Condition of the Working Area

01) The Contractor shall maintain the Working Area in a tidy condition and free
from the accumulation of debris and prevent dust nuisance, mud, and
ponding water, other than that caused by the Owner or others. Outside the
Contractor's working hours, including weekends and holidays, the
Contractor, during the progress of the Work, shall leave the Work Area in a
tidy and safe condition.

GC7.07 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

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 50
MODIFIED OPS GENERAL CONDITIONS

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 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 under subsection GC6.01, 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.

12) Unless otherwise stated in the Contract, the Contractor shall maintain a
minimum vertical clearance of 4.4m

GC7.08 Access to Properties Adjoining the Work and Interruption of Utility

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 51
MODIFIED OPS GENERAL CONDITIONS

Services

01) The Contractor shall provide at all times, and at no extra cost to the Owner,
(a) adequate pedestrian and vehicular access; and
(b) continuity of utility services to properties adjoining the Working Area.

02) The Contractor shall provide at all times and at no extra cost to the Owner, access
to fire hydrants, water and gas valves, and all other utilities located in the Working
Area.

03) Where any interruptions in the supply of Utility services are required and are
authorized by the Contract Administrator, the Contractor shall give the affected
property owners notice in accordance with subsection GC7.12, Notices by the
Contractor, and shall arrange such interruptions so as to create a minimum of
interference to those affected.

04) The Owner may, in its sole discretion, notify householders likely to be
affected by the work of the name and telephone number of the Contractor
and the expected duration of construction. The Owner may advise these
householders to contact the Contractor directly with respect to any inquiries
related to the Work. The Contractor shall respond promptly, courteously and
truthfully to inquiries from householders.

GC7.09 Approvals and Permits

01) Except as specified in subsection GC 4.02, Approval and Permits, the Contractor
shall obtain and pay for any permits, licenses, and certificates which at the date of
tender closing, are required for the performance of the Work.

02) The Contractor shall arrange for all necessary inspections required by the
approvals and permits specified in paragraph GC 7.09.01.

GC7.10 Suspension of Work

01) The Contractor shall, upon written notice from the Contract Administrator,
discontinue or delay any or all of the Work and work will not be resumed until the
Contract Administrator so directs in writing. Delays, in these circumstances, will
be administered according to subsection GC3.07, Delays.

GC7.11 Contractor's Right to Stop the Work or Terminate the Contract

01) If the Owner is adjudged bankrupt or makes a general assignment for the benefit of
creditors because of insolvency or if a receiver is appointed because of insolvency,
the Contractor may, without prejudice to any other right or remedy the Contractor
may have, by giving the Owner or receiver or trustee in bankruptcy written notice,
terminate the Contract.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 52
MODIFIED OPS GENERAL CONDITIONS

02) If the Work is stopped or otherwise delayed for a period of 30 Days or more under
an order of a court or other public authority and provided that such order was not
issued as the result of an act or fault of the Contractor or of anyone directly
employed or engaged by the Contractor, the Contractor may, without prejudice to
any other right or remedy the Contractor may have, by giving the Owner written
notice, terminate the Contract.

03) The Contractor may notify the Owner in writing, with a copy to the Contract
Administrator, that the Owner is in default of contractual obligations if,

(a) the Contract Administrator fails to issue certificates in accordance with


the provisions of Section GC 8.0, Measurement and Payment;
(b) the Owner fails to pay the Contractor, within 30 Days of the due date
identified in clause GC 8.02.03, Certification and Payment, the amounts
certified by the Contract Administrator or within 30 Days of an award by
an arbitrator or court; or
(c) the Owner violates the requirements of the Contract.

04) The Contractor's written notice to the Owner shall advise that if the default is not
corrected in the 7 Days immediately following the receipt of the written notice the
Contractor may, without prejudice to any other right or remedy the Contractor may
have, stop the Work or terminate the Contract.

05) If the Contractor terminates the Contract under the conditions set out in subsection
GC7.11, the Contractor shall be entitled to be paid for all work performed according
to the Contract Documents and for any losses or damage as the Contractor may
sustain as a result of the termination of the Contract.

GC7.12 Notices by the Contractor

01) Before work is carried out which may affect the property or operations of any
Ministry or agency of government or any person, company, partnership or
corporation, including a municipal corporation or any board or commission thereof,
and in addition to such notices of the commencement of specified operations as
are prescribed elsewhere in the Contract Document, the Contractor shall give at
least 48 hours advance written notice of the date of commencement of such work
to the person, company, partnership, corporation, board, or commission so
affected.

02) In the case of damage to, or interference with any utilities, pole lines, pipe
lines, conduits, farm tiles, or other public or privately owned works or
property, the Contractor shall immediately notify the Owner and the Contract
Administrator and the owner of the works of the location and details of such
damage or interference and shall also notify the residents of all property
affected by the damage or interference.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 53
MODIFIED OPS GENERAL CONDITIONS

GC7.13 Obstructions

01) Except as otherwise noted in these General Conditions, the Contractor assumes all
the risks and responsibilities arising out of any obstruction encountered in the
performance of the Work and any traffic conditions, including traffic conditions on
any highway or road giving access to the Working Area caused by such
obstructions, and the Contractor shall not make any claim against the Owner for
any loss, damage or expense occasioned thereby.

02) Where the obstruction is a Utility or other man-made object, the Contractor
shall not be required to assume the risks and responsibilities arising out of
such obstruction, unless the underground Utility is a mainline sewer or
watermain which is shown on the plans or described in the specifications
and the location so shown is within the tolerance specified in paragraph
01)(a) of subsection GC2.01, Reliance on Contract Documents, or unless the
presence and location of the obstruction has otherwise been made known to
the Contractor or could have been determined by the visual site investigation
made by the Contractor in accordance with these General Conditions.

03) During the course of the Contract, it is the Contractor's responsibility to consult with
Utility companies or other appropriate authorities for further information in regard to
the exact location of these Utilities, to exercise the necessary care in construction
operations, and to take such other precautions as are necessary to safeguard the
Utility from damage.

GC7.14 Limitations of Operations

01) Except for such work as may be required by the Contract Administrator to maintain
the Work in a safe and satisfactory condition, the Contractor shall not carry on
operations under the Contract on Saturdays, Sundays and Statutory Holidays
without permission in writing from the Contract Administrator.

02) The Contractor shall cooperate and co-ordinate the Work with other Contractors,
utility companies and the Owner and they shall be allowed access to their work or
plant at all reasonable times.

GC7.15 Cleaning Up Before Acceptance

01) Upon attaining Substantial Performance of the Work, the Contractor shall remove
surplus materials, tools, construction machinery and equipment not required for the
performance of the remaining Work. The Contractor shall also remove all
temporary works and debris other than that caused by the Owner, or others and
leave the Work and Working Area clean and suitable for occupancy by the Owner
unless otherwise specified.

02) The Work shall not be deemed to have reached Completion until the Contractor
has removed surplus materials, tools, construction machinery and equipment. The

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 54
MODIFIED OPS GENERAL CONDITIONS

Contractor shall also have removed debris, other than that caused by the Owner,
or others.

GC7.16 Warranty

01) Unless otherwise specified in the Contract Documents for certain Materials or
components of the Work, the Contractor shall be responsible for the proper
performance of the Work only to the extent that the design and specifications
permit such performance.
02) Subject to the previous paragraph the Contractor shall correct promptly, at no
additional cost to the Owner, defects or deficiencies in the Work which appear,

(a) prior to and during the period of 12 months from the date of Substantial
Performance of the Work, as set out in the Certificate of Substantial
Performance of the Work,
(b) where the work is completed after the date of Substantial Performance,
12 months after Completion of the Work,
(c) where there is no Certificate of Substantial Performance, 12 months from
the date of Completion of the Work as set out in the Completion
Certificate, or
(d) such longer periods as may be specified for certain Materials or some of
the Work. The Contract Administrator will promptly give the Contractor
written notice of observed defects or deficiencies.

03) The Contractor shall correct or pay for damage resulting from corrections made
under the requirements of paragraph GC7.16.02 of this subsection.

GC7.17 Contractor’s Workers

01) The Contractor shall only employ orderly, competent, and skillfull workers to do the
Work and whenever the Contract Administrator shall inform the Contractor in
writing that any worker or workers involved in the Work are, in the opinion of the
Contract Administrator, incompetent, or disorderly such worker of workers shall be
removed from the work and shall not be employed on the work again without
written consent by the Contract Administrator.

GC7.18 Drainage

01) During construction and until the Work is completed, the Contractor shall make all
reasonable efforts to keep all portions of the Work properly and efficiently drained,
to at least the same degree as that of the existing drainage conditions.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 55
MODIFIED OPS GENERAL CONDITIONS

SECTION GC8.0 - MEASUREMENT AND PAYMENT

GC8.01 Measurement

GC8.01.01 Quantities

01) The Contract Administrator will make an estimate once a month, in writing, of the
quantity of Work performed. The first estimate will be the quantity of the Work
performed since the Contractor commenced the Contract, and every subsequent
estimate, except the final one, will be of the quantity of Work performed since the
preceding estimate was made. The Contract Administrator will provide the copy of
each estimate to the Contractor within 10 Days of the Cut-Off Date.

02) Such quantities for progress payments shall be construed and held to be
approximate. The final quantities for the issuance of the Completion Payment
Certificate shall be based on the measurement of the Work completed.

03) Measurement of the quantities of the Work performed will be either by Actual
Measurement or by Plan Quantity principles as indicated in the Contract.
Adjustments to Plan Quantity measurements will normally be made using Plan
Quantity principles bur may, where appropriate, be made using Actual
Measurements. All costs incurred to resolve quantity disputes will not be
reimbursed to either party. Any work, unauthorized by the CA, conducted
beyond the limits shown in the contract documents will not be measured for
payment. Those items identified on the Tender by the notation (P) in the unit
column shall be paid according to the Plan Quantity. Items where the notation (P)
does not occur shall be paid according to Actual Measurement or lump sum.

GC8.01.02 Variations in Tender Quantities

01) Where it appears that the quantity of Work to be done and/or Material to be
supplied by the Contractor under a unit price tender item will exceed or be less
than the tender quantity, the Contractor shall proceed to do the Work and/or supply
the Material required to complete the tender item and payment will be made for the
actual amount of Work done and/or Materials supplied at the unit prices stated in
the Tender except as provided below:

(a) In the case of a Major Item where the amount of Work performed and/or
Material supplied by the Contractor exceeds the tender quantity by more
than 15%, either party to the Contract may make a written request to the
other party to negotiate a revised unit price for that portion of the Work
performed and/or Material supplied which exceeds 115% of the tender
quantity. The negotiation shall be carried out as soon as reasonably
possible. Any revision of the unit price shall be based on the reasonable

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 56
MODIFIED OPS GENERAL CONDITIONS

cost of doing the Work and/or supplying the Material under the tender item
plus a reasonable allowance for profit and applicable overhead.

(b) In the case of a Major Item where the quantity of Work performed and/or
Material supplied by the Contractor is less than 85% of the tender
quantity, the Contractor may make a written request to negotiate for the
portion of the actual overheads and fixed costs applicable to the amount of
the under run in excess of 15% of the tender quantity. For purposes of the
negotiation, the overheads and fixed costs applicable to the item are
deemed to have been prorated uniformly over 100% of the tender quantity
for the item. Overhead costs shall be confirmed by a statement certified
by the Contractor’s senior financial officer or auditor and may be audited
by the Owner. Alternatively, where both parties agree, an allowance equal
to 10% of the unit price on the amount of the under run in excess of 15%
of the tender quantity will be paid.

(c) Where any rock excavation item, included in the contract, is a major
item, no negotiation of a revised unit rate is permitted when the
actual quantity is between 75% and 125% of the tender quantity.

Written requests for compensation must be received no later than 60 Days after the
issuance of the Completion Payment Certificate.

GC8.02 Payment

GC8.02.01 Price for Work

01) Prices for the Work shall be full compensation for all labour, Equipment and
Material required in its performance. The term "all labour, Equipment and Material"
shall include Hand Tools, supplies and other incidentals.

02) Payment for work not specifically detailed as part of any one item and without
specified details of payment will be deemed to be included in the item(s) with which
it is associated.

GC8.02.02 Advance Payments for Material

01) The Owner will 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:
(a) 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 for storage.
(b) 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 to the Contract

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 57
MODIFIED OPS GENERAL CONDITIONS

Administrator before payment can be made by the Owner.


(c) The payment for all Materials shall be prorated against the appropriate
tender 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.

02) Where the Owner makes advance payments subject to the conditions listed in
paragraph GC8.02.02.01, 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.

GC8.02.03 Certification and Payment

GC8.02.03.01 Progress Payment Certificate

01) The value of the Work performed and Material supplied will be calculated once a
month by the Contract Administrator in accordance with the Contract Documents
and the quantities described in clause GC8.01.01, Quantities.

02) The progress Payment Certificate shall show

(a) the quantities of Work performed;


(b) the value of Work performed;
(c) any advanced payment for Materials;
(d) the amount of statutory holdback, liens, Owners set-off;
(e) the amount of GST as applicable; and
(f) the amount due the Contractor.

03) One copy of the progress Payment Certificate will be sent to the Contractor.

04) Payment will be made within 30 Days of the Cut-Off Date.

GC8.02.03.02 Certification of Subcontract Completion

01) Before the Work has reached the stage of Substantial Performance, the Contractor
may notify the Contract Administrator, in writing that a subcontract is completed
satisfactorily and ask that the Contract Administrator certify the completion of the
subcontract.

02) The Contract Administrator will issue a Certificate of Subcontract Completion if the
subcontract has been completed satisfactorily, and all required inspection and
testing of the works covered by the subcontract have been carried out and the
results are satisfactory.

03) The Contract Administrator will set out in the Certificate of Subcontract Completion
OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 58
MODIFIED OPS GENERAL CONDITIONS

the date on which the subcontract was completed and within 7 Days of the date the
subcontract is certified complete, the Contract Administrator will give a copy of the
certificate to the Contractor and to the Subcontractor concerned.

GC8.02.03.03 Subcontract Statutory Holdback Release Certificate and Payment

01) Following receipt of the Certificate of Subcontract Completion, the Owner will
release and pay the Contractor the statutory holdback retained in respect of the
subcontract. Such release shall be made 46 Days after the date the subcontract
was certified complete and providing the Contractor submits the following to the
Contract Administrator:

(a) a document satisfactory to the Contract Administrator that will release


the Owner from all further claims relating to the subcontract, qualified by
stated exceptions such as holdback monies;
(b) evidence satisfactory to the Contract Administrator that the
Subcontractor has discharged all incurred liabilities in carrying out the
subcontract;
(c) a satisfactory clearance certificate or letter from the Workplace Safety
and Insurance Board relating to the subcontract; and
(d) a copy of the contract between the Contractor and the Subcontractor
and a satisfactory statement showing the total amount due the
Subcontractor from the Contractor.

02) Paragraph GC 8.02.03.03.01 (d) will only apply to Lump Sum Items and then only
when the Contract Administrator specifically requests it.

03) Upon receipt of the statutory holdback, the Contractor shall forthwith give the
Subcontractor the payment due under the subcontract.

04) Release of statutory holdback by the Owner in respect of a subcontract shall not
relieve the Contractor, or the Contractor's Surety, of any of their responsibilities.

GC8.02.03.04 Certification of Substantial Performance

01) Upon application by the Contractor and when the Contract Administrator has
verified that the Contract has been substantially performed the Contract
Administrator will issue a Certificate of Substantial Performance.

02) Upon verifying that the Contract has been substantially performed, the Contract
Administrator shall issue a certificate of Substantial Performance and shall set out
in the Certificate of Substantial Performance the date on which the Contract was
substantially performed and within 7 Days after signing the said certificate the
Contract Administrator will provide a copy to the Contractor.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 59
MODIFIED OPS GENERAL CONDITIONS

03) Upon receipt of a copy of the Certificate of Substantial Performance, the Contractor
shall forthwith, as required by Section 32(1) Paragraph 5 of the Construction Lien
Act, R.S.O. 1990, c.C.30, as amended, publish a copy of the certificate in a
construction trade newspaper. Such publication shall include placement in the
Daily Commercial News.

04) Where the Contractor fails to publish a copy of the Certificate of Substantial
Performance as required above within 7 Days after receiving a copy of the
certificate signed by the Contract Administrator, the Owner may publish a copy of
the certificate at the Contractor's expense.

05) Except as otherwise provided for in Section 31 of the Construction Lien Act, the 45-
day lien period prior to the release of holdback as referred to in clause
GC8.02.03.05, Substantial Performance Payment and Statutory Holdback Release
Payment Certificates, shall commence from the date of publication of the
Certificate of Substantial Performance as provided for above.

06) The Contractor shall apply to the Contractor Administrator for a Certificate of
Substantial Performance.

GC8.02.03.05 Substantial Performance Payment and Substantial Performance


Statutory Holdback Release Payment Certificates

01) When the Contract Administrator issues the Certificate of Substantial Performance
the Contract Administrator will also issue the Substantial Performance Payment
Certificate and the Substantial Performance Statutory Holdback Release Payment
Certificate or where appropriate, a combined payment certificate.

02) The Substantial Performance Payment Certificate shall show

(a) the value of Work performed to the date of Substantial Performance;


(b) the value of outstanding or incomplete Work;
(c) the amount of the statutory holdback, allowing for any previous releases
of statutory holdback to the Contractor in respect of completed
subcontracts and deliveries of pre-selected equipment;
(d) the amount of maintenance security required; and
(e) the amount due the Contractor.

03) Payment of the amount certified will be made within 30 Days of the date of
issuance of the payment certificate.

04) The Substantial Performance Statutory Holdback Release Payment Certificate will
be a payment certificate releasing to the Contractor the statutory holdback due in
respect of Work performed up to the date of Substantial Performance. Payment of
such statutory holdback shall be due 46 Days after the date of publication of the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 60
MODIFIED OPS GENERAL CONDITIONS

Certificate of Substantial Performance but subject to the provisions of the


Construction Lien Act and the submission by the Contractor of the following
documents:

(a) a release by the Contractor in a form satisfactory to the Contract


Administrator releasing the Owner from all further claims relating to the
Contract, qualified by stated exceptions such as outstanding work or
matters arising out of subsection GC3.14, Claims, Negotiations,
Mediation;
(b) a statutory declaration in a form satisfactory to the Contract
Administrator that all liabilities incurred by the Contractor and the
Contractor's Subcontractors in carrying out the Contract have been
discharged except for statutory holdbacks properly retained;
(c) a satisfactory Certificate of Clearance from the Workplace Safety and
Insurance Board; and
(d) proof of publication of the Certificate of Substantial Performance.

GC8.02.03.06 Certification of Completion

01) Upon application by the Contractor, and when the Contract reaches Completion,
the Contract Administrator will issue a Completion Certificate.

02) The Contract Administrator will set out in the Completion Certificate the date on
which the Work was completed and within 7 Days of signing the said certificate the
Contract Administrator will provide a copy to the Contractor.

GC8.02.03.07 Completion Payment and Completion Statutory Holdback Release


Payment Certificates

01) When the Contract Administrator issues the Completion Certificate, the Contract
Administrator will also issue the Completion Payment Certificate and the Statutory
Holdback Release Payment Certificate or where appropriate, a combined payment
certificate.

02) The Completion Payment Certificate shall show

(a) measurement and value of Work at Completion;


(b) the amount of the further statutory holdback based on the value of
further work completed over and above the value of work completed
shown in the Substantial Performance Payment Certificate referred to
above; and
(c) the amount due the Contractor.

03) The Completion Statutory Holdback Release Payment Certificate will be a payment
certificate releasing to the Contractor the further statutory holdback. Payment of

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 61
MODIFIED OPS GENERAL CONDITIONS

such statutory holdback shall be due 46 Days after the date of Completion of the
Work as established by the Completion Certificate but subject to the provisions of
the Construction Lien Act and the submission by the Contractor of the following
documents:
(a) a release by the Contractor in a form satisfactory to the Contract
Administrator releasing the Owner from all further claims relating to the
Contract, qualified by stated exceptions where appropriate;
(b) a statutory declaration in a form satisfactory to the Contract
Administrator that all liabilities incurred by the Contractor and the
Contractor's Subcontractors in carrying out the Contract have been
discharged, qualified by stated exceptions where appropriate; and
(c) a satisfactory Certificate of Clearance from the Workplace Safety and
Insurance Board.

GC8.02.03.08 Interest

01) Interest due the Contractor is based on simple interest and is calculated using the
applicable Rates of Interest.

GC8.02.03.09 Interest for Late Payment

01) Provided the Contractor has complied with the requirements of the Contract
including all documentation requirements, when payment by the Owner to the
Contractor for Work performed, or for release of statutory holdback, is delayed by
the Owner, then the Contractor shall be entitled to receive interest on the
outstanding payment at the Rate of Interest, if payment is not received on the dates
set out below;

(a) Progress Payment Certificate: 30 Days after the Cut-Off Date;


(b) Certificate of Subcontract Completion: 30 Days after the date certified as
the date on which the subcontract was completed;
(c) Subcontract Statutory Holdback Release Payment Certificate: 76 Days
after the date on which the subcontract was completed:
(d) Substantial Performance Payment Certificate: 30 Days after the date of
issuance of the certificate;
(e) Substantial Performance Statutory Holdback Release Payment
Certificate: 76 Days after publication of the Payment Certificate of
Substantial Performance;
(f) Completion Payment Certificate: 30 Days after the date certified as the
date on which the Contract reached Completion;
(g) Completion Statutory Holdback Release Payment Certificate: 76 Days
after the date certified as the date which the Work was completed.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 62
MODIFIED OPS GENERAL CONDITIONS

02) If the Contractor has not complied with the requirements of the Contract, including
all documentation requirements, prior to expiration of the time periods described in
paragraph GC 8.02.03.09.01, interest will only begin to accrue when the Contractor
has completed those requirements.

GC8.02.03.10 Interest for Negotiations and Claims

01) Except as hereinafter provided, where a notice of negotiation, notice of intent to


claim and the subsequent claims are submitted in accordance with the time limits
and/or procedure described by subsection GC3.14, Negotiations, Claims,
Mediation, the Owner will pay the Contractor the Rate(s) of Interest on the amount
of the negotiated price for that part of the Work or on the amount of the settled
claim. Such interest will not commence until 30 Days after the satisfactory
completion of that part of the Work.

02) Where the Contractor does not attempt to resolve the negotiation or the claim in an
expeditious manner, interest shall be negotiable.

03) Where the Contractor fails to give notice of a claim within the time limit prescribed
by subsection GC3.14, Negotiations, Claims, Mediation, interest shall not be paid.

04) Where a Contractor fails to comply with the 30-day time limit and the procedures
prescribed by paragraph GC3.14.03.03 for submission of claims, interest shall not
be paid for the delay period.

GC8.02.03.11 Owner's Set-off

01) Pursuant to Section 12 of the Construction Lien Act, the Owner may retain from
monies owing to the Contractor under this Contract an amount sufficient to cover
any outstanding or disputed liabilities including the cost to remedy deficiencies, the
reduction in value of substandard portions of the Work, claims for damages by third
parties which have not been determined in writing by the Contractor's insurer,
undetermined claims by the Owner under paragraph GC 8.01.02.01 (a), any
assessment due the Workplace Safety and Insurance Board and any monies to be
paid to the workers in accordance with clause GC8.02.06, Payment of Workers.
02) Under these circumstances the Owner will give the Contractor appropriate notice of
such action.

GC8.02.03.12 Delay in Payment

01) The Owner shall not be deemed to be in default of the Contract provided any delay
in payment does not exceed 30 Days from the due dates as defined in paragraph
GC 8.02.03.09.01.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 63
MODIFIED OPS GENERAL CONDITIONS

GC8.02.04 Payment on a Time and Material Basis

GC8.02.04.01 Definitions

01) For the purposes of this clause the following definitions apply:

"Cost of Labour" means the amount of wages, salary, travel, travel time, food, lodging
or similar items and Payroll Burden paid or incurred directly by the Contractor to or in
respect of labour and supervision actively and necessarily engaged on the Work based
on the recorded time and hourly rates of pay for such labour and supervision, but shall
not include any payment or costs incurred for general supervision, administration or
management time spent on the entire Work or any wages, salary or Payroll Burden for
which the Contractor is compensated by any payment made by the Owner for
Equipment.

"Cost of Material" means the cost of Material purchased, or supplied from stock, and
valued at current market prices, for the purpose of carrying out Extra Work, by the
Contractor, or by others when such arrangements have been made by the Contractor
for completing the Work, as shown by itemized invoices.

"Operated Rented Equipment" means Rented Equipment for which an operator is


provided by the supplier of the equipment and for which the rent or lease includes the
cost of the operator.

"Actual Payroll Burden” means the payments in respect of the following list of
items. No other items shall be included in the calculation of the Contractor’s
Actual Payroll Burden.

Vacation: is the Contractor’s paid time off for vacation earned in each year
calculated at salary cost (including overtime), in accordance with the
Contractor’s policy.

Sick Leave: is the Contractor’s paid time off due to sickness, accident or
injury or specific personal and family issues such as bereavement leave,
jury duty and similar leaves. Such paid time off is in accordance with
Contractor’s policy and calculated at salary cost.

Statutory Holidays: is the Contractor’s paid time off in accordance with


Ontario law and established custom.

Training: is the Contractor’s paid time for employees to maintain and


increase their level of skills pertaining to their position.

Employment Insurance: is the Contractor’s portion of employment


insurance premiums incurred in accordance with the Employment
Standards Act.

Group Life Insurance: is the premium paid by the Contractor to employee


OPS General Condition Nov. 2006 – Modified March 2, 2015
CITY OF OTTAWA 64
MODIFIED OPS GENERAL CONDITIONS

group life and short and long term disability insurance plans.

Employer Health Tax: is the premium incurred by the Contractor for the
year in accordance with the Employer Health Tax Act of Ontario.

Group Medical Plan: is the premium paid by the Contractor for group health
insurance plans providing coverage of health care costs not covered by
basic government plan.

Workplace Safety and Insurance Board: is the WSIB premium incurred by


the Contractor for the year in accordance with Workplace Safety and
Insurance Act.

Contractor Pension Plan: is the Contractor’s pension plan cost including


the cost of funding the pension benefits earned by employees and cost of
services of third parties incurred for the pension plan.

Canada Pension Plan: is the Contractor’s portion of Canada pension plan


contribution incurred in accordance with the Canada Pension Plan Act or
its equivalent for non-residents.

Union Contributions: is the premium paid by the Contractor to a union in


accordance with active collective agreements. Items such as Industry
Funds paid to a Trustee and Legal Benefits identified in such agreements
are to be included under this item.

“Rented Equipment” means equipment that is rented or leased for the special purpose
of Work on a Time and Material Basis from a person, firm or corporation that is not an
associate of the lessee as the word “associate” defined by the Securities Act, R.S.O.
1990, c.S.5, as amended, and is approved by the Contract Administrator.

"Road Work" means the preparation, construction, finishing and construction


maintenance of roads, streets, highways and parking lots and includes all work
incidental thereto other than work on structures.

"Sewer and Watermain Work" means the preparation, construction, finishing and
construction maintenance of sewer systems and watermain systems, and includes all
work incidental thereto other than work on structures.

"Standby Time" means any period of time which is not considered Working Time and
which together with the working time does not exceed 10 hours in any one Working Day
and during which time a unit of equipment cannot practically be used on other work but
must remain on the site in order to continue with its assigned task and during which time
the unit is in fully operable condition.

"Structure Work" means the construction, reconstruction, repair, alteration,


remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 65
MODIFIED OPS GENERAL CONDITIONS

includes the preparation for and the laying of the foundation of any bridge, building,
tunnel or retaining wall and the installation of equipment and appurtenances incidental
thereto.

"The 127 Rate" means the rate for a unit of equipment as listed in OPSS 127, Schedule
of Rental Rates for Construction Equipment Including Model and Specification
Reference, which is current at the time the work is carried out or for equipment which is
not so listed, the rate which has been calculated by the Owner, using the same
principles as used in determining The 127 Rates.

"Work on a Time and Material Basis" means Changes in the Work, Extra Work and
Additional Work approved by the Contract Administrator for payment on a Time and
Material Basis. The Work on a Time & Material Basis shall be subject to all the terms,
conditions, specifications & provisions of the Contract.

"Working Time" means each period of time during which a unit of equipment is actively
and of necessity engaged on a specific operation and the first 2 hours of each
immediately following period during which the unit is not so engaged but during which
the operation is otherwise proceeding and during which time the unit cannot practically
be transferred to other work but must remain on the site in order to continue with its
assigned tasks and during which time the unit is in a fully operable condition.

GC8.02.04.02 Daily Work Records

01) Daily Work Records, prepared as the case may be by either the Contractor's
representative or the Contract Administrator and reporting the labour and
equipment employed and the Material used on each Time and Material project,
shall be reconciled and signed each day by both the Contractor's representative
and the Contract Administrator. If it is not possible to reconcile the Daily Work
Records, then the Contractor shall submit the un-reconciled Daily Work Records
with its claim, whereby the resolution of the dispute about the Daily Work Records
shall not be resolved until there is a resolution of the claim.

GC8.02.04.03 Payment for Work

01) Payment as herein provided shall be full compensation for all labour, Equipment
and Material to do the Work on a Time and Material Basis except where there is
agreement to the contrary prior to the commencement of the Work on a Time and
Material Basis. The payment adjustments on a Time and Material Basis shall apply
to each individual Change Order authorized by the Contract Administrator.

GC8.02.04.04 Payment for Labour

01) The Owner will pay the Contractor for labour employed on each Time and
Material project at 135% of the Cost of Labour up to $3000, then at 120% of
any portion of the Cost of Labour in excess of $3000.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 66
MODIFIED OPS GENERAL CONDITIONS

02) Payroll burden will not be applied to room and board and or travel expenses
when calculating the “Cost of Labour” as defined in GC 8.02.04.01.

03) Payments in respect of payroll burden will be made at the following rates:

a. Union workers - Forty percent (40%) of the wages and salary portion of
the Cost of Labour.

b. Non-union workers - Thirty percent (30%) of the wages and salary


portion of the Cost of Labour.

c. Alternatively, the Contractor’s external auditor shall complete, sign and


submit a copy of the Contractor’s “Actual Payroll Burden”.

d. At the Owner’s discretion, a review of the Actual Payroll Burden may be


conducted in which case the payroll burden so determined at the time
of the review shall be applied to all Work on a Time and Material Basis
affected. Upon request the Contractor must make available all records
in support of the Actual Payroll Burden calculation submitted.

GC8.02.04.05 Payment for Material

01) The Owner will pay the Contractor for Material used on each Time and Material
project at 120% of the Cost of the Material up to $3,000, then at 115% of any
portion of the Cost of Material in excess of $3,000.

GC8.02.04.06 Payment for Equipment

GC8.02.04.06.01 Working Time

01) The Owner will pay the Contractor for the Working Time of all equipment other than
Rented Equipment and Operated Rented Equipment used on the Work on a Time
and Material basis at The 127 Rates with a cost adjustment as follows:
(a) Cost $10,000 or less - no adjustment;
(b) Cost greater than $10,000 but not exceeding $20,000 - payment
$10,000 plus 90% of the portion in excess of $10,000; and
(c) Cost greater than $20,000 - $19,000 plus 80% of the portion in excess
of $20,000.
02) The Owner will pay the Contractor for the Working Time of Rented Equipment used
on the Work on a Time and Material Basis at 110% of the invoice price approved
by the Contract Administrator up to a maximum of 110% of The 127 Rate. This
constraint will be waived when the Contract Administrator approves the invoice
price prior to the use of the Rented Equipment.

03) The Owner will pay the Contractor for the Working Time of Operated Rented
Equipment used on the Work on a Time and Material Basis at 110% of the

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 67
MODIFIED OPS GENERAL CONDITIONS

Operated Rented Equipment invoice price approved by the Contract Administrator


prior to the use of the equipment on the Work on a Time and Material Basis.

GC8.02.04.06.02 Standby Time

01) The Owner will pay the Contractor for Standby Time of Equipment at 35% of the
127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay
reasonable costs for Rented Equipment where this is necessarily retained in the
Working Area for extended periods agreed to by the Contract Administrator. This
will include Rented Equipment intended for use on other work, but has been idled
due to the circumstances giving rise to the Work on a Time and Material Basis.

02) In addition, the Owner will include the Cost of Labour of operators or associated
labourers who cannot be otherwise employed during the standby period or during
the period of idleness caused by the circumstances giving rise to the Work on a
Time and Material Basis.

03) The Contract Administrator may require Rented Equipment idled by the
circumstances giving rise to the Work on Time and Material Basis to be returned to
the lessor until the work requiring the equipment can be resumed. The Owner will
pay such costs as result directly from such return.

04) When equipment is transported, solely for the purpose of the Work on a Time and
Material Basis, to or from the Working Area on a Time and Material Basis, payment
will be made by the Owner only in respect of the transporting units. When
Equipment is moved under its own power it shall be deemed to be working. The
method of moving Equipment and the rates shall be subject to the approval of the
Contract Administrator.

GC8.02.04.07 Payment for Hand Tools

01) Notwithstanding any other provision of this Section, no payment shall be made to
the Contractor for or in respect of Hand Tools or equipment that are tools of the
trade.

GC8.02.04.08 Payment for Work By Subcontractors

01) Where the Contractor arranges for Work on a Time and Material Basis, or a part of
it, to be performed by Subcontractors on a Time and Material Basis and has
received approval prior to the commencement of the work, in accordance with the
requirements of subsection GC3.10, Subcontracting by the Contractor, the Owner
will pay the cost of Work on a Time and Material Basis by the Subcontractor
calculated as if the Contractor had done the Work on a Time and Material Basis,
plus a markup calculated on the following basis:

(a) 20% of the first $3,000; plus


(b) 15% of the amount from $3,000 to $10,000; plus

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 68
MODIFIED OPS GENERAL CONDITIONS

(c) 5% of the amount in excess of $10,000.

02) No further markup will be applied regardless of the extent to which the work is
assigned or sublet to others. If work is assigned or sublet to an associate, as
defined by the Securities Act, no markup whatsoever will be applied.

GC8.02.04.09 Submission of Invoices

01) At the start of the Work on a Time and Material Basis, the Contractor shall provide
the applicable labour and equipment rates not already submitted to the Contract
Administrator during the course of the work.

02) Separate summaries shall be completed by the Contractor according to the


standard form "Summary for Payment of Accounts on a Time and Material Basis".
Each summary shall include the Change Directive or Change Order number and
covering dates of the work and shall itemize separately labour, Materials and
Equipment. Invoices for Materials, Rented Equipment and other charges incurred
by the Contractor on the Work on a Time and Material Basis shall be included with
each summary.

03) Each month the Contract Administrator will include with the monthly progress
payment certificate, the costs of the Work on a Time and Material Basis incurred
during the preceding month all in accordance with the contract administrative
procedures and the Contractor's invoice of the Work on a Time and Material Basis.

04) The final "Summary for Payment of Accounts on a Time and Material Basis" shall
be submitted by the Contractor within 60 Days after the completion of the Work on
a Time and Material Basis.

GC8.02.04.10 Payment Other Than on a Time and Material Basis

01) Clause GC8.02.04 does not preclude the option of the Contract Administrator and
the Contractor negotiating a Lump Sum Item of unit price payment for the Change
in the Work, Extra Work, and Additional Work.

02) When the method of payment has been negotiated to be Lump Sum for a
Change in the Work, Extra Work, or Additional Work the following mark-ups
shall be used.

(a) Where the Contractor has received approval from the Owner prior to the
commencement of the Work, the Owner shall pay the Contractor the
approved lump sum cost, plus a 10% mark-up to the Contractor for all,
but not limited to, administration, supervision, bonding premiums,
record documentation, overheads, profits and all other incidental costs.

(b) Where the Contractor arranges for the Work to be carried out by a
Subcontractor, working directly under the Contractor, the Owner,

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 69
MODIFIED OPS GENERAL CONDITIONS

through the Contractor, will provide the primary Subcontractor, an


additional 10% mark-up on work paid for on a lump sum basis.

(c) Where the primary Subcontractor arranges for the Work to be carried
out by another Subcontractor, working under the primary
Subcontractor, the Owner, through the Contractor, will provide for an
additional 5% mark-up to each subsequent Subcontractor, working
under the primary Subcontractor for work paid for on a lump sum basis.

(d) All mark-ups shall be applied to the original lump sum value, before any
mark-ups have been applied. The maximum total mark-up for any
Change Order or Change Directive shall not exceed an aggregate total
of 35%, subject to the following limitation: clause (a) above may be
applied only once, clause (b) above may be applied only once, and
clause (c) above may be applied multiple times if applicable.

GC8.02.04.11 Payment Inclusions

01) Except where there is agreement in writing to the contrary, the compensation, as
herein provided, shall be accepted by the Contractor as compensation in full for
profit and all costs and expenses arising out of the work, including all cost of
general supervision, administration, and management time spent on the work, and
not other payment or allowance shall be made in respect of such work.

GC8.02.05 Final Acceptance Certificate

01) After the acceptance of the Work the Contract Administrator will issue the Final
Acceptance Certificate, or, where applicable, after the Warranty Period has
expired. The Final Acceptance Certificate will not be issued until all known
deficiencies have been adjusted or corrected, as the case may be, and the
Contractor has discharged all obligations under the Contract.

GC8.02.06 Payment of Workers

01) The Contractor shall, in addition to any fringe benefits, pay the workers employed
on the Work in accordance with the labour conditions set out in the Contract and at
intervals of not less than twice a month.

02) The Contractor shall require each Subcontractor doing any part of the Work to pay
the workers employed by the Subcontractor on the Work in accordance with
paragraph GC8.02.06.01.

03) Where any person employed by the Contractor or any Subcontractor or other
person on the Work is paid less than the amount required to be paid under the
Contract, the Owner may set off monies in accordance with clause GC8.02.03.11,
Owner's Set-off.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 70
MODIFIED OPS GENERAL CONDITIONS

GC8.02.07 Records

01) The Contractor shall maintain and keep accurate Records relating to the Work,
Changes in the Work, Extra Work and claims arising therefrom. Such Records
shall be of sufficient detail to support the total cost of the Work, Changes in the
Work, and Extra Work. The Contractor shall preserve all such original Records until
12 months after the Final Acceptance Certificate is issued or until all claims have
been settled, whichever is longer. The Contractor shall require that Subcontractors
employed by the Contractor preserve all original Records pertaining to the Work,
Changes in the Work, Extra Work and claims arising therefrom for a similar period
of time.

02) If, in the opinion of the Contract Administrator, Daily Work Records are required,
such records shall report the labour and Equipment employed and the material
used on any specific portion of the Work. The Daily Work Records shall be
reconciled with and signed by the Contractor's representative each day.

03) The Owner may inspect and audit the Contractor's Records relating to the Work,
Extra Work and Changes in the Work at any time during the period of the Contract.
The Contractor shall supply certified copies of any part of his Records required
whenever requested by the Owner.

GC8.02.08 Taxes and Duties

01) Where a change in Canadian Federal or Provincial taxes occurs after the date of
tender closing for this Contract, and this change could not have been anticipated at
the time of bidding, the Owner will increase or decrease Contract payments to
account for the exact amount of tax change involved.

02) Claims for compensation for additional tax cost shall be submitted by the
Contractor to the Contract Administrator on forms provided by the Contract
Administrator to the Contractor. Such claims for additional tax costs shall be
submitted not less than 30 Days after the date of Final Acceptance.

03) Where the contractor benefits from a change in Canadian Federal or Provincial
taxes, the Contractor shall submit to the Contract Administrator, on forms provided
by the Contract Administrator, a statement of such benefits. This statement shall
be submitted not later than 30 Days after Final Acceptance.

04) Changes in Canadian Federal or Provincial taxes which impact upon commodities,
which when left in place form part of the finished Work, or the provision of services,
where such services form part of the Work and where the manufacture or supply of
such commodities or the provision of such services is carried out by the Contractor
or a Subcontractor, are subject to a claim or benefit as detailed above. Services in
the latter context means the supply and operation of equipment, the provision of
labour and the supply of commodities, which do not form part of the Work.

OPS General Condition Nov. 2006 – Modified March 2, 2015


CITY OF OTTAWA 71
MODIFIED OPS GENERAL CONDITIONS

05) The Contract price shall not include any amounts for the Federal Goods and
Services Tax.
06) If the Contractor is a non-resident Contractor, as defined in the Retail Sales
Act, R.S.O. 1990, as amended, it shall obtain and provide the Owner 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 Minister of Finance of Ontario to secure payment of
the tax payable in respect of tangible personal property consumed or used
pursuant to or in carrying out of the contract.
The non-resident Contractor shall provide the certificate within seven (7)
working days of the date the Owner requests it. If the non-resident
Contractor fails to provide the appropriate certificate within the time limit
specified by this section, the Owner 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 Owner, to cover costs
incurred by the Owner to comply with the requirements of the Retail Sales
Tax Act.

GC8.02.09 Liquidated Damages

01) When liquidated damages are specified in the Contract and the Contractor fails to
complete the Work in accordance with the Contract, the Contractor shall pay such
amounts as are specified in the Contract Documents.

02) If the Contractor fails to complete the work in accordance with the
Completion Date and an extension of time is not granted pursuant to Section
GC 3.07, the Owner, following notice in writing to the Contractor, may
withhold any amount due as liquidated damages from any monies due to the
Contractor under this or any other contract between the parties.

OPS General Condition Nov. 2006 – Modified March 2, 2015


SECTION D

SPECIAL PROVISIONS -
GENERAL
CITY OF OTTAWA

SECTION D

SPECIAL PROVISIONS - GENERAL

Introduction

Section D –Special Provisions - General are non-technical specifications, which can amend or
extend the Modified OPS General Conditions contained in Section C of the tender documents.

Although some of these published Special Provisions - General must appear in all City of Ottawa
construction contracts, the selection and use of specific Special Provisions - General shall be on
a contract-by-contract basis. The selection for use and the need for additional provisions
covering unique project requirements shall be in accordance with the direction provided by the
City of Ottawa Project Manager and any included warrants.

\Section D\Introduction.doc – March 31, 2005


SECTION D - OUTLINE

Section D –Special Provisions - General do not relate to any one specific tender item, but apply
to either a number of tender items or the contract as a whole. Special Provisions - General rank
third (c) in the order of precedence, GC2.02.

If a conflict exists between the Special Provisions - General and the Special Provisions - Item
Specific, the Special Provisions - General shall take precedence.

In some cases, Special Provisions - General require additional information from the Project
Manager.

A situation may be deemed to exist where some restraints have to be placed on the Contractor,
for example, in areas of high traffic volume environmental sensitivity or dense population.
Operational Constraints increase the cost of a contract, so their impact on the contract should be
carefully reviewed. The costs resulting from theses restrictions are generally not applicable to
any one tender item, and therefore the special provision introducing the restrictions would not
apply to any one tender item, and as such would be inserted as a Special Provision - General for
example: “The Contractor shall not obstruct traffic during the following peak hours: 07:00 h to
09:00 h and 16:00 h to 18:00 h”.

\Section D\Outline.doc – March 31, 2004


SECTION D
SPECIAL PROVISIONS – GENERAL

Table of Contents Contract No.

The Contractor acknowledges that the standard Special Provisions - General of the contract are as
produced and amended by the City of Ottawa in the “Standard Tender Document for Unit Price
Contract Volume No. 1: Construction Specifications” Manual which is available from the Infrastructure
Services Department and it is the responsibility of the Contractor to ensure that it has the correct
document.

Clause No. Special Provisions – General Pages

D-001 Construction on or adjacent to the Queensway 2


D-002 Other Contractors within or adjacent to the limits of the contract 1
D-003 Geotechnical investigation 1
D-004 Construction on or adjacent to the Transitway 1
D-005 Control of Vehicular and Pedestrian Traffic 15
D-006 Compliance with regulations/by-laws for erosion & sediment 1
control
D-007 Supply of material by the Owner 1
D-008 Priority of Work and Operational Constraints 3
D-009 Work in confined places 1
D-010-A Work schedule and cash flow forecast 2
D-010-B Cash Flow Forecast and Critical Path Work Schedule 4
D-011 Construction affecting CNR property 1
D-012 Construction affecting CPR property 2
D-013 Property acquisition 1
D-014 Construction activities around trees, field practices & By-laws 2
D-015 Substitution Clauses for Materials 2
D-016 Ontario Traffic Manual 1
D-017 Nitrile Gaskets 1
D-018 Requirements for Concrete, Hot Mix Asphalt and Granular 14
Materials
D-019 Incentive / Disincentive 1
D-020 Change Proposals after Award of Contract 4
D-021 Contractor Health and Safety 1
D-022 Working Restrictions: Capital Railway Right-of-Way 4
D-023-A Quality Verification Engineering Services 1
D-023-B Quality Verification Engineering Services 12
D-024 Supplemental 2
D-025 Contractor Quality Control Obligations 9
D-026 Contractor Progress Payment Certificate 1
D-027 Notifications 2
D-028 Qualifications and Experience – General Contractor 2
D-029 Contractor Quality Control Compaction 15
D-030 Approvals And Permits For Construction Dewatering Including 7
Permits To Take Water (PTTW) And Environmental Activity And
Sector Registry (EASR)
D-031 Construction Dewatering 5
\Section D\Table of Content – March 1, 2017 i
D-032A Protection of Species at Risk and Wildlife Protocol 1
D-032B Protection of Species at Risk and Wildlife Protocol 6
D-032 A/B
Appendix Wildlife Protocol for Road Construction/Rehabilitation Projects 5

If this project requires any contract specific Special Provisions - General they shall form part of this
contract document and shall be set out hereafter.

Clause No. Description Date

\ Section D\Table of Content – March 1, 2017 ii


March 2008
Page 1 of 2
SPECIAL PROVISION – GENERAL

No. D-001

CONSTRUCTION ON OR ADJACENT TO THE QUEENSWAY

Section GC7.07, Maintaining Roadways and Detours, of the Modified OPS General Conditions is
supplemented by the following provisions:

Where construction pursuant to this Contract is being carried out on or adjacent to the Queensway or its
ramps, the supply and placement of all traffic control required by the Ministry of Transportation of
Ontario (MTO) shall be performed by the Contractor in accordance with the Ontario Traffic Manual
Book 7, “Temporary Conditions Manual”, latest edition, in addition to the Ministry’s requirement for
deployment of Portable Variable Message Signs (PVMS). The Contractor shall submit an acceptable
Traffic Control Plan to the Contract Administrator prior to start any work affecting traffic within the
Hwy. 417 (Queensway) right-of-way. 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 Contractor’s 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 Contractor’s Traffic Control Plan proves to be insufficient to address the field conditions. All
required traffic control and protection systems, including the MTO’s PVMS requirements, shall be
installed, operated, maintained and removed by the Contractor. The Contractor shall be responsible to
ensure that traffic control and protection shall comply with Ministry of Labour requirements and
Occupational Health and Safety Act regulations. All the costs associated with this work shall be borne
by the Contractor.

Where construction pursuant to this Contract will require Queensway lane closures, the lane closures
shall be carried out by the Contractor at the Contractor’s expense. The Contractor shall allow five (5)
working days notice by means of submitting an MTO – Ottawa Area Lane & Ramp Closure Permit
Application along with a copy of the acceptable Traffic Control Plan to the MTO COMM Centre prior to
the day on which the lane closures will be required. Forms can be made available from the MTO COMM
Centre: 613-748-5296. The Contractor shall provide any assistance required by the MTO to enact the
lane closures.

Where construction pursuant to this Contract will require any change in MTO information signing for
Queensway ramps or will require new sign placement, the Contractor shall comply with the MTO most
current OQW Protocol , which is attached to the MTO-Ottawa Area Lane & Ramp Closure Permit
Application (available from the MTO).

The Contractor shall coordinate all traffic control at such times and in such a manner as determined by
the MTO including, but not limited to, the following operations: (as per the MTO most current OQW
Protocol):

- The switchover of traffic from existing lanes to their final location.

- Lane reductions to facilitate the construction of features close to traffic lanes such as curbing,
guide rail, excavation, grading and paving.

\Section D\D-001 – March 31, 2008


March 2008
Page 2 of 2
No equipment will be permitted to be stored within the Queensway ROW, including any temporary
traffic control devices.

All Contractor’s operations affecting traffic, including but not limited transportation/supply/delivery of
materials to, from, or within the Queensway right-of-way, shall be as specified in MTO Special Provision
100F08. Lane Closures are required to allow for any slip on or slip-off of any vehicles, both during to
delivery of material to or from the work area and workers access: the times specified in SP 100F08 shall
also be adhere to for such activities.

The Contractor shall notify suppliers of materials and equipment of the requirements of this Special
Provision 100F08.

MTO requires the use of a minimum of 2 of Portable Variable Message Signs (PVMS) for any
Contractor’s operations within the Hwy. 417 (Queensway) right-of-way affecting traffic. Payment for
these signs shall be borne by the Contractor.

The Contractor shall ensure that all traffic controls are operational before commencing work affecting
Queensway traffic.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling the obligations
set out in this Special Provision.

Warrant: On all contracts on or adjacent to the Queensway. Designer should review these requirements
with the MTO prior to contract tender.

\Section D\D-001 – March 31, 2008


March 2009

Page 1 of 1

SPECIAL PROVISION – GENERAL


No. D-002

OTHER CONTRACTORS WITHIN OR ADJACENT TO THE LIMITS OF THE CONTRACT

Subsection GC7.14, Limitations of Operations, of the Modified OPS General Conditions is supplemented
by the following provisions:

Without limiting the generality of Subsection GC7.14, the Contractor acknowledges that the Owner has
been informed that the following projects may proceed within or adjacent to the limits of this Contract:

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

The Contractor also acknowledges that the Owner makes no representation that the list of projects
provided in this section is complete.

The Contractor shall cooperate and coordinate the Work of this Contract with other contractors and
utility companies in conformance with paragraph 02) of Subsection GC7.14.

It is the Contractor's responsibility to ensure that the work of others is coordinated with the Contractor's
work operations, and to comply with the requirements of the Occupational Health and Safety Act in
conformance with paragraph 07) of Subsection GC7.01. The Contractor shall coordinate the timing of
the work of others to ensure it is carried out independently and does not overlap the Contractor’s work
operations in time or location.

Prior to others arriving on site, the Contractor shall complete all preparatory work that will enable other
contractors and utility companies to perform their work. During the time work is being carried out by
others, the Contractor must vacate an area within 50 m radius of the work by others for the duration of
that work. The Contractor shall ensure that these provisions are brought to the attention of all its
subcontractors.

\Section D\D-002 – March 31, 2009


March 2004
Page 1 of 1

SPECIAL PROVISION - GENERAL

No. D-003

GEOTECHNICAL INVESTIGATION

Subsection GC2.01, Reliance on Contract Documents, of the Modified OPS General Conditions is
supplemented by the following provisions:

The Contractor is hereby informed of a Geotechnical Investigation Report prepared by


, dated , which is available for review in the offices of the Ottawa
Construction Association, prior to submitting this tender for the work. The Contractor declares that in
tendering for the work and entering into the contract, he did not and does not rely upon the accuracy of
any geotechnical information provided by the Owner. The tenderer acknowledges that all geotechnical
information provided by the Owner is for information only and the Owner makes no representation or
warranty as to the accuracy of the information.

The Geotechnical Investigation Report is specifically excluded from the warranty stated in Subsection
GC2.01 of the Modified OPS General Conditions.

Note to Project Manager: Please provide the report with the tender to Supply Management.

\Section D\D-003 – March 31, 2004


March 2008
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-004

CONSTRUCTION ON OR ADJACENT TO THE TRANSITWAY


Section GC7.14, Limitations of Operations, of the Modified OPS General Conditions is supplemented by
the following provisions:

Where construction pursuant to this Contract is being carried out on, or adjacent to, the Transitway or its
ramps, the cost of all traffic control and protection systems required by the Owner or OC Transpo shall
be at the Contractor’s expense. All required traffic control and protection systems will be installed,
operated, maintained and removed by the Contractor to the satisfaction of the Owner and OC Transpo.

Where construction pursuant to this Contract will require Transitway lane closure(s), the required traffic
control for the lane closure(s) shall be carried out at the Contractor’s expense to the satisfaction of the
Owner and OC Transpo. The Contractor shall give forty-eight (48) hours notice to the Owner and
OC Transpo prior to the day on which the lane closure(s) will be required.

Where construction pursuant to this Contract will require any change in Transitway signing or will
require new sign placement, the Contractor shall give forty-eight (48) hours notice to the Owner and OC
Transpo prior to the day on which the changes or new sign placement will be required.

Where construction pursuant to this Contract will adversely affect Transitway traffic or involve the
loading or unloading of materials or construction equipment, or both, on the traveled portion of any
operational section of the Transitway, such loading or unloading shall not be carried out during the
following periods:
Monday to Friday inclusive
06:30 to 09:00 hrs
15:00 to 18:00 hrs

The Contractor shall not store any equipment or materials on the Transitway, or the Transitway shoulders
or boulevards, outside of normal working hours, as defined by the Contract Administrator, unless the
equipment or materials are protected by traffic control and protection systems previously approved by
the Contract Administrator and OC Transpo.

The Contractor shall ensure that vehicles transporting materials to, from, or on the Transitway do not
interfere with or interrupt Transitway traffic. The Contractor shall require vehicles to slip-on or slip-off
in the direction of traffic so that vehicles merge with the traffic without crossing traffic lanes. The
Contractor will ensure that vehicles will at all times use the access point that is closest to the work site,
or as otherwise instructed by the Contract Administrator.

The Contractor shall notify suppliers of materials and equipment of the requirements of this
Supplemental General Condition.

The Contractor shall ensure that all traffic controls are operational before commencing work affecting
Transitway traffic.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling the obligations
set out in this Special Provision - General.

\Section D\D-004 –March 31, 2008


Insert Contract Number March 2017
Insert Contract Name Page: 1 of 15

SPECIAL PROVISION – GENERAL

No. D-005

CONTROL OF VEHICULAR AND PEDESTRIAN TRAFFIC

Section GC7.07, Maintaining Roadways and Detours, of the Modified OPS


General Conditions is supplemented by the following provisions:

Section 1: Definitions of terms used in this Special Provision – General.


Section 2: General requirements applicable to all Contracts issued.
Section 3: Contract-specific requirements applicable to this Contract only.

The provisions of Section 1 and 2 apply to all Contracts unless further modified in
Section 3 of this Special Provision.

Designers and Contractors are advised that Sections 1 and 2 are not modifiable.
Therefore, any modification, deletion, extension or amendment required for this
Contract must be inserted into only Section 3 as applicable, within the
appropriate sub-section.

The Contractor shall not make any claim for extra compensation for the cost of
fulfilling the obligations set out in this Special Provision - General. Furthermore,
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.

SECTION 1.0 DEFINITIONS

Construction Site Pedestrian Control Plan (CSPCP): A requirement of S.P. F-


1013 which is 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.

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 By-law 2003-445, prior to commencement


of the Work, the Contractor shall obtain a permit for the Work. Non-compliance

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 2 of 15

with any conditions of the permit may result with issuance of Provincial Offences
notices under the by-law.

Road Closure Permit: In accordance with By-law 2003-445, prior to closing any
roadway to traffic, the Contractor shall obtain a permit for the roadway closure.
Non-compliance with any conditions of the permit may result with issuance of
Provincial Offences notices under the by-law.

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 requirement of S.P. F-1010 consisting of 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, and safe conduct of
the project.

Traffic Control Persons (TCP’s): 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 By-Law 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;

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 3 of 15

i) identification of any bus route(s) and bus stops affected by work activity;
and
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.

SECTION 2.0 GENERAL REQUIREMENTS

The Contractor shall designate a person to be responsible for traffic control and
work zone safety in accordance with S. P. F-1010. (General Condition 7.01.11).

The Contractor shall be fully and solely responsible to ensure the development
and implementation of a submitted/reviewed Traffic Control Plan (TCP) as
required in S.P. F-1010.

Vehicular and pedestrian traffic control within the work zone, and on the
approaches to and from the work zone, 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 TCP. In advance of commencing
operations, or implementing any successive iteration of the TCP on a portion of
the Contract not yet within the work zone, the Contractor shall inspect the
condition of existing roadway and sidewalk for safe passage and inform the
Contract Administrator of any required safety related or maintenance issues.

In accordance with GC7.07, the Contractor shall continue to maintain and


monitor the condition of existing roadways and sidewalks during the period of
time of delegated authority and notify Contract Administrator of any safety related
or maintenance issues.

The Contractor shall notify the Contract Administrator in writing two weeks in
advance a shutdown period as defined by GC7.07. Contract Administrator will
review and provide written instructions which will outline maintenance
responsibilities during the shutdown period and co-ordinate with City of Ottawa
Roads Services.

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 TCP.

Two (2) weeks prior to commencing construction, the Contractor shall submit the
Traffic Control Plan to the Contract Administrator. Subsequent revisions require
one week for review. The Contractor must review and address comments
provided by the City, to the satisfaction of the City.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 4 of 15

Notwithstanding the foregoing, the Contractor shall, at his own expense, remove
any equipment or material, which in the Contract Administrator’s opinion,
constitute a hazard to traffic or pedestrians, or an obstruction to City
maintenance operations.

A copy of the most current version of the TCP is to be posted on site and made
available for viewing.

Where temporary concrete barriers are used, they are to conform to the
requirements and guidelines in Sections 3.3.3.1 & 5.6 of OTM Book 7, Ontario
Roadside Safety Manual, and relevant OPSS and OPSD.

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.

2.1 Open Lanes

Unless amended or modified in Section 3.1 the following are the requirements for
roads or lanes that are required to be open for this Contract:

1. All roads and lanes are to be open at all times.


2. No interruption or blockage of traffic is permitted.
3. No loading or unloading is allowed in or from open lanes.
4. Flagging of traffic within an open lane is not permitted to facilitate the
movement of construction equipment or materials.
5. All open lanes are to have a riding surface that is consistent with pre-
construction materials and shall provide for the safe and continuous
mobility of vehicles and cyclists.
6. Deviations of the riding surface, or abrupt transitions in level, resulting
from removals, trenching, grinding operations, etc. are not permitted in
open lanes for longer than 24 hours. Those deviations shall be
reinstated with adequate Hot Mix Asphalt ramping to accommodate the
posted speed to the satisfaction of the Contract Administrator.

Section 3.1 identifies if “minor interruptions” to traffic flow in open lanes will be
permitted to facilitate construction activities. Where “minor interruptions” are
permitted, the resulting traffic delay 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. Any flagging should be coordinated with gaps in adjacent traffic
and must give priority to Transit vehicles.

In the case that the Contractor does not comply with the Contractual
requirements for open lanes, the following non-performance measures will be
applied per lane that is not open:

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 5 of 15

(Depending on the incident and the nature, may also result in Provincial Offences
Notices under the City of Ottawa Road Activity By-Law #2003-445)

Road Classification* Initial value to be applied Additional value to be


if lane is not open as applied at the end of
required each additional 10 minute
period that the lane is not
open as required
Freeway $2000.00 $1000.00
Freeway with Transit $2400.00 $1200.00
Arterial $1000.00 $500.00
Arterial with Transit $1200.00 $600.00
Collector $500.00 $250.00
Collector with Transit $600.00 $300.00
Transit Priority Lane** $2400.00 $1200.00

Notes
*Classification as identified in Section 3.1
**Contractor may trade off a regular lane and Transit Priority Lane with Contract
Administrator approval.

For each instance that the Contractor does not comply with the Contractual
requirements for open lanes and the non-performance measure is to be applied,
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.

Values imposed by this requirement will be deducted from amounts otherwise


payable to the Contractor under the Contract, in the Traffic Control item.

2.2 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, private
approaches, and side roads, and ensure that all driving surfaces are maintained
and are operational, all to the satisfaction of the Contract Administrator. All
vehicle access to existing entrances, private approaches, and side roads must be
fully operational 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 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 6 of 15

Any temporary loss of access/egress necessary to complete the works must be


identified in the Contractor’s TCP and requires a minimum 24 hour prior
notification to the business or resident(s). Such notification regarding the loss of
access/egress is the sole responsibility of the Contractor.

2.3 Site Pedestrian Control

Pedestrian control within the work zone is the responsibility of the Contractor and
shall be provided in accordance with the requirements of S.P. F-1013 and the
Contractor’s Construction Site Pedestrian Control Plan.

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 at all times.

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 S.P. F-1013. The inclusion of this item is at the sole
discretion of the Owner.

2.4 Pedestrian Access

In addition to the provision of a safe and accessible path of travel for all
pedestrians through and/or around the construction site, a safe and accessible
path of travel shall be provided to gain pedestrian access to all buildings,
properties, and other destinations within or immediately adjacent to the Contract
limits.

2.5 Pedestrian Barriers

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; cane detectable features at ground surface (such as curbs)
must be at least 75 mm high, unless they include a railing or other component
that has a horizontal element at 680 mm high, or lower.

At a 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

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 7 of 15

detailed in S.P. F-1014. The inclusion of this item is at the sole discretion of the
Owner.

2.6 Transit Services

Access by buses and pedestrians to all existing or temporary bus stops in the
work zone must be maintained at all times

The Contractor shall provide the Contract Administrator with a minimum of ten
(10) working days notice to coordinate temporary relocation of bus stops and a
minimum of twenty (20) working days notice to coordinate temporary shelter
removals as a result of construction. In the case that a shelter needs to be
removed for a period longer than thirty (30) calendar days, the Contractor shall
accommodate an alternate shelter location within the work zone if requested by
the Contract Administrator/OC Transpo.

The Contractor shall reinstate any bus stop flag poles including anchoring, as
required, bus pads and/or shelter pads to current City Standard Specifications
should they be disrupted as a result of construction. Temporary bus stops
installed as a result of construction are to be fully accessible in accordance with
City of Ottawa Accessibility Design Standards and to the satisfaction of the
Contract Administrator/OC Transpo.

Should the Contractor require access to the Transitway or other Transit Property
an application to obtain a Transitway Access Permit is to be submitted a
minimum of ten (10) working days in advance of the required access to the
Contract Administrator and OC Transpo.

Access by buses to and from the Transitway on/off ramps must be maintained 24
hours per day, as follows:
 During peak periods Monday-Friday 06:00-09:30 and 15:00-18:30,
maintain full uninterrupted access.
 Lane reductions are permissible on Transitway access ramps during other
time periods using Traffic Control Persons. Traffic Control Persons are to
minimize delays to buses.

For all work on a Transitway or transit property, a Traffic Control Plan must be
submitted and approved a minimum of ten (10) working days prior to the start of
construction.

The contractor may be responsible for any operational requirements along transit
detour routes that arise as a result of impacts to Transitway or Transit Routes.

In addition, Transit Law Special Constables may be required for specialized


traffic control on the Transitway.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 8 of 15

2.7 Active Railway Crossing

Where there is a possibility that the Contractor’s operations may impact an active
railway crossing regardless of the location of the crossing in relation to the
construction zone, and regardless of the type of protection measures at the
crossing, the Contractor must contact the appropriate Rail Authority to advise of
proposed construction operations and impacts. The Contractor must abide by
any conditions of the Railway Safety Act and its associated Regulations, and any
requirements that may be imposed by the Rail Authority and incorporate any
modifications into the Traffic Control Plan.

Specifically, when the Contractor undertakes, at or in the vicinity of a public


grade crossing, an activity that could constitute a threat to, or that interferes with,
the safety of railway operations or its protection systems, the Contractor must put
in place the necessary protection measures to address the threat or the
interference. Within a reasonable period of time before the activity begins, the
Contractor must provide the Rail Authority with sufficient details about the activity
to determine the necessary protection measures to be put in place.

2.8 Signalized Intersections

Notwithstanding other notification requirements contained in this specification,


where the Contractor intends to modify an approach to a signalized intersection,
15 working days notification to the Contract Administrator is required.

The Contractor shall provide a CADD drawing submission for each signalized
intersection affected by construction operations.

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. Crews will be scheduled based on availability. The unavailability of
a crew on the date requested will not be considered justification for a claim by the
Contractor.

The Contractor must complete the related civil work at least ten (10) days prior to
the date when City forces are available so that appropriate inspections may
occur. Prior to the crew arriving on site, the Contractor must provide adequate
space and time for the work to be completed.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 9 of 15

Police may be 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 if there is a need to direct traffic within 30 m of a


signalized intersection. Traffic Control Persons are not permitted to direct
traffic within 30m of a signalized intersection.
2. Police are required if any traffic signal display is visually obstructed by
equipment or materials.
3. Police may be required where a lane re-alignment or lane use requires
traffic to travel contrary to the existing pavement markings and/or signage.

The Traffic Control Plan must identify those locations for which Police will be
required.

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 S.P. F-1012. The inclusion of this item is at the sole
discretion of the Owner.

2.9 Parking

The Traffic and Parking By-law allows for on-street parking at locations
throughout the Contract limits.

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 City’s Traffic and Parking By-Law.

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 reserved for City of Ottawa contract
administration staff.

The Contractor shall make no claim for any parking tickets issued to its
employees.

2.10 Speed Reduction Zones

Pre-approved temporary regulatory speed reduction zones, if any, are identified


in Section 3.10 and will be implemented by the City when the Contractor provides
15 working days notice.

Advisory speed reduction zones, if any, are to be implemented by the Contractor,


and identified in the Contractor’s TCP.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 10 of 15

OTM Book 7 Section 2.6 provides detailed guidance on reduced speed zones.

2.11 Location and Storage of Materials and Equipment

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.

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.

2.12 Obligations of the Contractor/City for Lane and Road Closures

Approved lane and road closures shall be carried out by the Contractor at the
Contractor’s expense. The Contractor shall apply for a Road Closure Permit from
the City of Ottawa and comply with all requirements of the permit prior to closing
any road.

2.13 Pavement Markings

The Contractor is responsible for all pavement markings with the exception that
the City of Ottawa will place the final pavement markings on the final lift of
asphalt, provided that the Contractor can schedule these markings to be placed
between April 15 and November 14.

Between November 15 and April 14, the Contractor will be responsible for
spotting and placement of final pavement markings on the final lift of asphalt in
accordance with the City of Ottawa approved Pavement Marking and Signage
Drawing.

All temporary line painting treatments must be specified and detailed in the
Traffic Control Plan.

All signalized intersections must have temporary pavement markings for stop
bars at all times; when construction operations do not accommodate the use of
pavement markings, the Contractor shall supply and install appropriate signage
(e.g. Rb-78 “Stop Line”).

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 11 of 15

Removal of pavement markings, where necessary, shall be by means of asphalt


grinding, sandblasting or some other form of mechanical removal and not by the
use of black paint.

The Contractor will be responsible for maintenance of all pavement markings,


including winter maintenance, to the satisfaction of the Contract Administrator
until final acceptance of the Work.

2.14 Signage

All signs are to be bilingual.

The City shall be responsible during construction to remove, install or modify any
regulatory or warning signage, except those noted below. The Contractor shall
notify the Contract Administrator ten (10) calendar days prior to this requirement.

Where required, the Contractor shall be responsible to supply and install:

 RB-25 “Keep Right”


 RB-41 through RB 48, “Lane Designation”
 RB-90A “Construction Zone Begins”
 RB-90B “Construction Zone Ends”
 RB-91 “Yield to Oncoming”
 Wa-33 “Object Marker”

2.15 Reflectivity Requirements for Temporary Conditions Signage

The Contractor is advised of the additional reflectivity requirements for


Temporary Conditions Signage superseding requirements of Table 7 in section
6.3.2 OTM 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).

2.16 Portable Variable Message Sign and City Contract Sign

The City of Ottawa will provide and place a Portable Variable Message Sign(s)
and a City of Ottawa Contract Sign, with the location to be determined by the
Contract Administrator. The Contractor is responsible to monitor the condition of
these signs and report to the Contract Administrator when maintenance is
required.

Where these signs are to be placed within the Contractor’s work zone, they are
to be factored into the Contractor’s TCP and protected accordingly.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 12 of 15

SECTION 3.0 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 specifically to
this Contract and in addition to the requirements stated in Section 2 of this
special provision.

3.1 Open Lanes (Contract-Specific)

The following roads are affected by this contract:

Road From To Road Transit?


classification (yes/no)
(for the
purpose of
this contract)

Note to designer: State open lane requirements for each road and intersection,
developed in consultation with Traffic Management Unit, Traffic Services, OC
Transpo, and based on the construction requirements (e.g. space required to get
the job done). Include permission and timing for minor interruptions if applicable.
Traffic Management Unit is to review the final version before tendering.

3.2 Vehicle Access to Entrances and Side Roads (Contract-Specific)

No additional requirements.

3.3 Site Pedestrian Control (Contract-Specific)

No additional requirements.

3.4 Pedestrian Access (Contract-Specific)

No additional requirements.

3.5 Pedestrian Barriers (Contract-Specific)

No additional requirements.

3.6 Transit Services (Contract-Specific)

No additional requirements.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 13 of 15

3.7 Active Railway Crossing (Contract-Specific)

No additional requirements.

Note to designer: identify (for information only) all at-grade rail crossings within 2
km of the construction zone and any other crossing location of note, along with
contact details for railway authorities. Insert project-specific requirements, if any.

3.8 Signalized Intersections (Contract-Specific)

No additional requirements.

Note to designer: specify the signalized intersections within or near the Contract
limits.

For information purposes only, the Contractor is advised that the following
signalized intersections exist within or near the Contract limits:

 Street A and Street B


 Street C and Street D

3.9 Parking (Contract-Specific)

No additional requirements.

3.10 Speed Reduction Zones (Contract-Specific)

No additional requirements.

Note to designer: If applicable, name road, current posted regulatory speed and
permitted reduced regulatory speed.

For the purposes of this contract, the following roads affected by construction
have been pre-authorized as a temporary regulatory speed reduction zone for
the duration of the contract:

 Street Name, Current Regulatory Speed xx km/h,, Reduced Regulatory


Speed – yy km/h

3.11 Location and Storage of Materials and Equipment (Contract-Specific)

No additional requirements.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 14 of 15

3.12 Obligations of the Contractor/City for Lane and Road Closures


(Contract-Specific)

No additional requirements.

Note to Designer: All open lane requirements, as well as permitted road closure
requirements, are to be stated in Section 3.1. The use of Section 3.12 is only for
clarifying the specific obligations of the Contractor and City when those lanes or
roads are closed.

Note to Designer: If road closure occurs on an arterial or collector road, the


following text should be included:

Once the first lift of asphalt has been placed on the roadway, (name of street)
must be re-opened to traffic.

Note to Designer: If a road closure is required as part of the work and this will
require the implementation of a detour then the following text should be included:

The City shall be responsible to install and remove all necessary signage for any
proposed detour routes. The Contractor shall notify the City a minimum of two
weeks in advance of the requirement for the detour.

Any road closures are the responsibility of the Contractor and any associated
temporary signage, temporary line painting, and other traffic control devices are
the responsibility of the Contractor, including those which may be required
outside of the construction zone (for example, TC-54 flexible drums and signs
required to close auxiliary lanes).

3.13 Pavement Markings (Contract-Specific)

No additional requirements.

3.14 Signage (Contract-Specific)

No additional requirements.

3.15 Reflectivity Requirements for Temporary Conditions Signage


(Contract-Specific)

No additional requirements.

3.16 Portable Variable Message Sign and City Contract Sign (Contract-
Specific)

No additional requirements.

\Section D\D-005 – March 1, 2017


Insert Contract Number March 2017
Insert Contract Name Page: 15 of 15

Note to designer: If including a Contractor-supplied PVMS in the Contract state


details here and reference to that item/special provision.

Warrant: On all Contracts.

\Section D\D-005 – March 1, 2017


March 2004
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-006

COMPLIANCE WITH REGULATIONS/BYLAW FOR


EROSION AND SEDIMENT CONTROL

The Contractor acknowledges that surface erosion and sediment runoff resulting from his construction
operations may have a detrimental impact on any downstream watercourse or sewer, and that all
construction operations that may impact upon water quality shall be carried out in a manner that strictly
meets the requirements of all applicable legislation and regulations as per the latest version of the former
Region of Ottawa-Carleton on Application of Erosion and Sediment Control on Construction Projects.

The Contractor shall consider control measures such as limiting the amount of exposed soils, using filter
cloths in catch basins or other open structures, sedimentation traps or other such methods they deem
appropriate in order to minimize the negative impacts their construction activities will have on the area
drainage systems and ultimately the receiving water course.

Whatever system of controls the Contractor utilizes on the project, it is necessary for them to monitor the
effectiveness of the measures regularly and maintain, clean, repair, replace or undertake any additional
measures in order to achieve the desired results.

The contractors acknowledges that failure to implement appropriate erosion and sediment control
measures may be subject to penalties imposed by any applicable Regulatory Agency.

The cost of this work is deemed to be included in the overall bid price of the contract.

\Section D\D-006 – March 31, 2004


March 2013
Page 1 of 1
SPECIAL PROVISION – GENERAL

No. D-007

SUPPLY OF MATERIAL BY THE OWNER

Pursuant to Subsection GC5.05, Owner Supplied Material, of the Modified OPS


General Conditions, the Owner will provide:

The following materials for construction of underground traffic plant, can be picked up at
the175 Loretta Avenue North, Ottawa, location:

• 75mm, 100mm & 125mm with R300mm & R600mm bends for pole foundations,
and anchor rod assembles for pole foundations;

• 100A Disconnects cabinets known as EB99’s, as well as pole mounted 100A and
70A disconnects;

• traffic control maintenance hole frames and covers, and handhole frames and
covers;

• street light maintenance hole frames and covers and handhole frames and
covers

At least twenty-four (24) hours prior to the acquisition of materials supplied by the
Owner, the Contractor shall obtain a requisition from the Contract Administrator and
contact the specified City of Ottawa location to arrange a pick-up time for the required
materials. Transportation to the Contract site of all materials supplied by the Owner
shall be the responsibility of the Contractor.

\Section D\D-007 – March 31, 2013


March 2017
Page 1 of 3

SPECIAL PROVISION – GENERAL

No. – D-008

PRIORITY OF WORK & OPERATIONAL CONSTRAINTS

Subsection GC7.01, General, of the Modified OPS General Conditions is supplemented


by the following provisions:

Priority of Work

Tender, Part II, TC-16 is not modified in this Special Provision - General. The following
information is to highlight to the Contractor the staging of the work.

All items of this contract shall be completed before the ______ construction season shut
down for the winter, with the exception of the surface course paving for the roadway
which shall be completed in_________.

All frames and covers of catchbasins, maintenance holes and valve chambers located
in the travelled portion of the roadway shall be set flush with the upper most binder
course elevation. Final adjustments shall be made in _____. Interim and final
adjustments will be made according to F-4080 and paid for under the applicable item.
All depressed curbs for entrances, cross-walks, curb ramps, uneven
longitudinal/transverse joints, etc. shall be ramped with hot mix asphalt before the
seasonal shutdown in _____. These ramps shall be removed in the ____ construction
season to complete the work. No additional payment will be made for the installation
and removal of the asphalt ramps. Drainage is required to be maintained to all curb inlet
catchbasins, with no standing water adjacent to the catchbasin, before any seasonal
shutdown. All measures to accommodate drainage shall be removed the following
construction season to complete the work. No additional payment will be made for the
installation and removal of drainage measures.

Note to designers: Delete section if not a carry-over Contract. Add additional scheduling
constraints.

\Section D\D-008 – March 1, 2017


March 2017
Page 2 of 3

Utility Access

In accordance with GC7.08 “Access to Properties Adjoining the Work & Interruption of
Utility Services” and any other contract requirement, during the course of the work, the
Contractor will ensure access to all in-service utility structures and plants (sewer
maintenance holes, water valves, etc.) within the limit of contract to the satisfaction of
the local authority by the end of each construction day. Failure to comply with this
requirement will result in Contract Administrator taking whatever action is necessary to
expose and grade ironworks immediately, and deduct incurred expenses from monies
owing to the Contractor.

Surface Requirements

Construction operations shall be scheduled to ensure minimal duration of time required


that traffic to be subjected to a driving surface other than a smooth asphalt surface.

For the purpose of this Contract, granular surfaces are restricted to ___ calendar days
after asphalt removal. $500/day shall be deducted to monies owed to the Contractor for
every calendar day beyond this allotment.

For the purpose of this Contract, milled surfaces are restricted to ____ calendar days
after asphalt removal. $500/day shall be deducted to monies owed to the Contractor
for every calendar day beyond this allotment

Asphalt shall not be mixed into subgrade soils and/or used as trench backfill.

Under no circumstances will any travelled portion open to traffic be left without a hard
asphalt surface during seasonal shutdown.

Residential Garbage Collection

Supplementary to GC7.07 "Maintaining Roadways and Detours", the Contractor shall


provide at all times, and at no extra cost to the Owner, vehicular access so as to permit
residential/ commercial solid waste collection by City forces.

Where it is not possible to maintain vehicular access, the Contractor shall be


responsible to move the waste to a common location where City forces can collect the
waste and return all containers to the appropriate homeowners/businesses following
collection. Should this not be possible, the Contractor is responsible for alternate
collection of waste to the satisfaction of the Contract Administrator.

Collection schedules can be found for all streets at Ottawa's website.


http://ottawa.ca/gc/calendar_en.shtml. Please note the schedule changes from time
to time.

\Section D\D-008 – March 1, 2017


March 2017
Page 3 of 3

Hydrants

Contractors are reminded that no water shall be taken from hydrants that are not
designated flusher hydrants by the City of Ottawa. A permit is required to take water
from designated flusher hydrants.

Management of Excess Materials

Unless otherwise stated in the Contract Documents, the Management of Excess


Materials shall be as per OPSS 180.

Weekend Working Restrictions

If the Contractor intends to undertake work on a Saturday or Sunday, the Contractor is


required to inform the Contract Administrator in writing at least five (5) working days
prior to the planned weekend. The Contract Administrator will make every effort to
approve, or deny, this request in writing within 48 hours of receiving this request. If the
Contractor does not receive an approval by this time, then the Contractor is to assume
that the request has been denied. The Contractor is also reminded that construction
activities must conform to the City of Ottawa Municipal Noise By-Law current at the time
of the work.

Wood Movement

Any movement of trees or vegetation from the site, including wood, logs, chips, branch
and leaf material must be in compliance with federal and provincial regulations. See
CFIA website for updated regulated areas for Canada
(http://www.inspection.gc.ca/DAM/DAM-plants-vegetaux/WORKAREA/DAM-plants-
vegetaux/images-images/plan_for_firewood_map_1468247093674_eng.jpg).

Contractor Conduct
All Contractors and workers are expected to be considerate of their surrounds. All
workers shall refrain from use of foul language/gestures.

Note to designer: Add additional operational constraints (including Real Time Control
Systems) to this Special Provision – General.

Specifically if the project limits fall within the zone of influence of the Real Time Control
system, include specific details (e.g. as provided in the preliminary design report,
process control narratives obtained from Environmental Services Department, etc.)
related to the operational constraints on the Contractor as well as the weather
monitoring and communication requirements/procedures.

\Section D\D-008 – March 1, 2017


March 2004
Page 1 of 1

SPECIAL PROVISION – GENERAL

No. D-009

WORK IN CONFINED SPACES

Subsection GC7.01, General, of the Modified OPS General Conditions shall be supplemented by the
following provisions:

The Contractor shall provide their detailed written Confined Space Entry Policy and site-specific
procedures, for each confined space at the work site. All work associated with these confined spaces shall
be conducted in accordance with the site-specific procedures and the requirements of the Occupational
Health and Safety Act and any regulations that may affect the performance of the work.

Site-specific procedures shall contain a hazard assessment and hazard control method for all work
performed within or around the confined space. The assessment will include, but is not necessarily
limited to, the proposed work within, material use, and equipment use. They shall also include the rescue
procedures from the confined space(s) to be followed in the event of worker injury or if evacuation of all
personnel from an unsafe condition is required. This rescue procedure will be included as an appendix to
the Contractors/Constructors Emergency Procedures developed for the site.

The Contractor shall have personnel trained in Confined Space Entry and rescue procedure readily
available on site and shall take all other precautions necessary to meet its obligations under the
Occupational Health and Safety Act.

The Confined Space Policy and site-specific procedures shall be kept on site and made available to all
workers, on request. Submittal of the Policy and site-specific procedure shall be made to the Contract
Administrator, prior to the commencement of the work, for review by affected City Operational groups.

\Section D\D-009 – March 31, 2004


March 2017
Page 1 of 3

SPECIAL PROVISION - GENERAL


No. D-010-A

WORK SCHEDULE AND CASH FLOW FORECAST

Subsection GC7.01, General, of the Modified OPS General Conditions is supplemented


by the following provisions:

The Contractor shall submit a Detailed Work Schedule and a Projected Monthly Cash
Flow Forecast to the Contract Administrator within 10 working days of the date on which
the Contractor is authorized to commence work, as indicated on the Commence Work
Order. Both the Detailed Work Schedule and the Projected Monthly Cash Flow Forecast
shall be to the satisfaction of the Contract Administrator. Section A on Form OTT-D010-
A&B must be completed and attached to each Work Schedule and Projected Monthly
Cash Flow Forecast submission. All copies shall be legible and shall show the date the
documents were prepared.

The Contractor shall prepare the Detailed Work Schedule in bar chart form. The Detailed
Work Schedule shall display the following items against a weekly time scale representing
the total time period for the completion of the Work as detailed in TC-16:

 all major construction activities included in the Work including their respective start
and completion dates and the number of days allocated to each activity;

 Commence Work Order date, operational constraints, interim completion dates,


important milestone dates, and other significant scheduling requirements specified
in the Contract. No on-site work shall be shown prior to the Commence Work
Order date.

 the controlling operations as per the definition in the Modified OPS General
Conditions;

The Contractor shall prepare the Projected Monthly Cash Flow Forecast to show the
projected cost of the Work completed in each calendar month of the Contract term. The
Projected Monthly Cash Flow Forecast shall be based on the Contract price and shall be
consistent with the Detailed Work Schedule.

The Contractor shall update both the Detailed Work Schedule and the Projected Monthly
Cash Flow Forecast on a monthly basis or, if directed to do so by the Contract
Administrator, at more frequent intervals. The Contractor shall notify the Contract
Administrator 48 hours prior to any changes to construction activities including schedule,
location, and type of activities.

The submission and updating of the Detailed Work Schedule and Projected Monthly
Cash Flow Forecast form an integral part of the Work. Should the Contractor fail to meet
its obligations to submit and update the Detailed Work Schedule and Projected Monthly
Cash Flow Forecast, the Owner, in its sole discretion, may withhold monthly progress
payments under the Contract until the obligations are met.

\Section D\D-010-A – March 1, 2017


March 2017
Page 2 of 3

SPECIAL PROVISION - GENERAL


No. D-010-A

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision.

Warrant: Recommended on Contracts below $2,000,000.

\Section D\D-010-A – March 1, 2017


March 2017
Page 3 of 3

SPECIAL PROVISION - GENERAL


No. D-010-A

City of Ottawa - Infrastructure Services Department


OTT-D010-A&B
WORK SCHEDULE AND CASH FLOW FORECAST

Date:
Initial Schedule
Contract No.:
Monthly Schedule
Company Name: Interim Schedule

Submitted By:

Meets Criteria
Work Schedule and Cash Flow Forecast Requirements Yes No N/A
The initial Work Schedule and Cash Flow Forecast are submitted within 10 working
days of the date of the Commence Work Order.
The Work Schedule and Cash Flow Forecast are legible and show the date the
documents were prepared.
The Work Schedule consists of a bar chart form using a weekly or daily time scale.
The Work Schedule shows all work within the time frame of the contract.
The Work Schedule shows, for all major construction activities, the start and
Section A

completion dates and the number of days allocated to each activity.


The Work Schedule reflects operational constraints, interim completion dates,
important milestone dates and, other scheduling requirements specified in the contract.
The Work Schedule clearly identifies the controlling operations.
The Projected Monthly Cash Flow shows the projected cost of the Work completed in
each calendar month of the Contract term based on the Contract price and consistent
with the detailed Work Schedule.
The Work Schedule and Projected Monthly Cash Flow Forecast are updated and
submitted monthly to the Contract Administrator.
Four (4) paper copies and one (1) electronic copy of the initial Work Schedule and Cash
Flow Forecast are submitted within 10 working days of the date of the Commence
WorkWork
The Order.
Schedule shows the sequence and interdependence of all activities required
to complete the work, including time for review of working drawing and mix design
submissions.
The Work Schedule includes approximate tender quantities for major items.
The Work Schedule includes early start date, early finish date, late start date, late finish
date and float times.
The Work Schedule shows network connections (predecessors, successors, lags,
Section B

relationship types) used to create a logical schedule and the corresponding durations.
The Work Schedule clearly shows the activities on the critical path.
Four (4) copies and one (1) electronic copy of the updated Work Schedule and
Projected Monthly Cash Flow Forecast are submitted to the Contract Administrator not
less than three (3) days prior to the last regular scheduled site meeting of each month.
The updated Work Schedule shows the original schedule and reflects actual progress of
work, including additions, deletions and revisions to the Work. All revisions are
highlighted.
The electronic copy of the Work Schedule is in Microsoft Project format (*.mpp file)
and fully accessible.
For Working Day Contracts, the expected number of working days is shown for the
activities on the critical path that will be subject to working day charge.

\Section D\D-010-A – March 1, 2017


March 2017
Page 1 of 4

SPECIAL PROVISION - GENERAL


No. D-010-B

CASH FLOW FORECAST AND CRITICAL PATH WORK SCHEDULE

Subsection GC7.01, General, of the Modified OPS General Conditions is supplemented


by the following provisions:

Sections A and B on Form OTT-D010-A&B must be completed and attached to each


Work Schedule and Projected Monthly Cash Flow Forecast submission.

Monthly Cash Flow Forecast

The Contractor shall submit a Projected Monthly Cash Flow Forecast to the Contract
Administrator within 10 working days of the date of the Commence Work Order, to the
satisfaction of the Contract Administrator.

The Contractor shall prepare the Projected Monthly Cash Flow Forecast to show the
projected cost of the Work completed in each calendar month of the Contract term. The
Projected Monthly Cash Flow Forecast shall be based on the Contract price and shall
be consistent with the Critical Path Work Schedule.

The Contractor shall update the Projected Monthly Cash Flow Forecast on a monthly
basis or, if directed to do so by the Contract Administrator, at more frequent intervals.

Critical Path Work Schedule

An initial and updated critical path work schedules shall be prepared and submitted as
detailed below.

a) The Contractor shall submit a Critical Path Work Schedule to the Contract
Administrator within 10 working days of the date on which the Contractor is
authorized to commence work, as indicated on the Commence Work Order. The
Critical Path Work Schedule and shall be to the satisfaction of the Contract
Administrator. Four (4) paper copies and one (1) electronic copy will be required.

b) Four (4) copies and one (1) electronic copy of an updated schedule shall be
prepared and submitted to the Contract Administrator not less than three (3) days
prior to the last regularly scheduled site meeting of each month. All revisions shall be
highlighted on the updated schedule. Updated schedules submitted shall show the
original schedule and reflect actual progress of the Work including any additions,
deletions or revisions to the Work that have arisen since the previous update. At
regularly scheduled site meetings, the Contractor shall explain the revisions and any
increase or decrease in resources required to complete the Work on time. At the
Contract Administrator's request, and at no additional cost to the Owner, the
Contractor shall submit an updated schedule within seven (7) working days of any

\Section D\D-010-B – March 31, 2017


March 2017
Page 2 of 4

SPECIAL PROVISION - GENERAL


No. D-010-B

major increase/decrease in quantities, or major change in the staging or perceived


change in character of the Work.

c) All copies shall be legible and shall show the date the schedule was prepared.

d) The critical path method shall be used to prepare and update the construction
schedule. The initial and updated construction schedules shall consist of a time
scaled network diagram with its related bar charts or a time scaled linear diagram.

e) The construction time shown on the initial schedule shall not start until the
Commence Work Order date and not extend beyond the specified dates as detailed
in TC-16.

f) The schedule shall reflect operational constraints, interim completion dates, and
other scheduling requirements specified in the Contract.

g) A delay for an activity shall be deemed to have occurred when the activity is not
complete on its late finish date established by the construction schedule and/or it
exceeds the specified number of working days or specified completion date for the
Contract.

h) The Contractor may select to submit initial and updated schedules in either logic
diagram format with accompanying time scaled bar charts, or time scaled linear
diagrams.

i) The Contractor shall select the activities so that the work is identifiable and the
progress of each activity can be determined. The Owner reserves the right to limit or
increase the number of activities on the diagram.

j) Each activity in the initial and updated schedule shall include a description of the
operation and the number of days allocated or actually used for it. When the activity
has an associated tender item quantity, the approximate quantity shall also be
shown (all major item quantities shall be shown). When the duration of an activity is
dependent on weather conditions, the number of days allocated shall include an
allowance for normal frequency of inclement weather.

k) The schedule shall show the sequence and interdependence of all activities required
to complete the Work under the Contract, including time for review of working
drawing and mix design submissions, early start date, early finish date, late start
date, late finish date and float times. All network connections used to create a logical
schedule (predecessors, successors, lags, relationship types) and the corresponding
durations, shall be shown. Activities on the critical path shall be identified clearly on
the diagram.

l) The time scale of the schedule shall be divided into weeks.


\Section D\D-010-B – March 31, 2017
March 2017
Page 3 of 4

SPECIAL PROVISION - GENERAL


No. D-010-B

m) For Working Day Contracts, the expected number of working days shall be shown
for the controlling operations along the critical path that will be subject to working
day charges.

n) The electronic copies of the initial construction schedule and updated monthly
schedules shall be the Mircrosoft Project (version 2000 or more recent), digital file
(*.mpp file). Where the electronic copy of the schedule consists of multiple digital
files, all *.mpp digital files shall be submitted. All the information in the electronic
schedule shall be fully accessible for scheduling software-based review and analysis
by the Contract Administrator and no part of the electronic files shall be password
protected or otherwise restricted from the Contract Administrator.

The submission and updating of the Detailed Work Schedule and Projected Monthly
Cash Flow Forecast form an integral part of the Work. Should the Contractor fail to meet
its obligations to submit and update the Detailed Work Schedule and Projected Monthly
Cash Flow Forecast, the Owner, in its sole discretion, may withhold monthly progress
payments under the Contract until the obligations are met.

The Contractor shall notify the Contract Administrator 48 hours prior to any changes to
construction activities including schedule, location, and type of activities.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision.

Warrant: Recommended on Contracts over $2,000,000.

\Section D\D-010-B – March 31, 2017


March 2017
Page 4 of 4

SPECIAL PROVISION - GENERAL


No. D-010-B

City of Ottawa - Infrastructure Services Department


OTT-D010-A&B
WORK SCHEDULE AND CASH FLOW FORECAST

Date:
Initial Schedule
Contract No.:
Monthly Schedule
Company Name: Interim Schedule

Submitted By:

Meets Criteria
Work Schedule and Cash Flow Forecast Requirements Yes No N/A
The initial Work Schedule and Cash Flow Forecast are submitted within 10 working
days of the date of the Commence Work Order.
The Work Schedule and Cash Flow Forecast are legible and show the date the
documents were prepared.
The Work Schedule consists of a bar chart form using a weekly or daily time scale.
The Work Schedule shows all work within the time frame of the contract.
The Work Schedule shows, for all major construction activities, the start and
Section A

completion dates and the number of days allocated to each activity.


The Work Schedule reflects operational constraints, interim completion dates,
important milestone dates and, other scheduling requirements specified in the contract.
The Work Schedule clearly identifies the controlling operations.
The Projected Monthly Cash Flow shows the projected cost of the Work completed in
each calendar month of the Contract term based on the Contract price and consistent
with the detailed Work Schedule.
The Work Schedule and Projected Monthly Cash Flow Forecast are updated and
submitted monthly to the Contract Administrator.
Four (4) paper copies and one (1) electronic copy of the initial Work Schedule and Cash
Flow Forecast are submitted within 10 working days of the date of the Commence
Work Order.
The Work Schedule shows the sequence and interdependence of all activities required
to complete the work, including time for review of working drawing and mix design
submissions.
The Work Schedule includes approximate tender quantities for major items.
The Work Schedule includes early start date, early finish date, late start date, late finish
date and float times.
The Work Schedule shows network connections (predecessors, successors, lags,
Section B

relationship types) used to create a logical schedule and the corresponding durations.
The Work Schedule clearly shows the activities on the critical path.
Four (4) copies and one (1) electronic copy of the updated Work Schedule and
Projected Monthly Cash Flow Forecast are submitted to the Contract Administrator not
less than three (3) days prior to the last regular scheduled site meeting of each month.
The updated Work Schedule shows the original schedule and reflects actual progress of
work, including additions, deletions and revisions to the Work. All revisions are
highlighted.
The electronic copy of the Work Schedule is in Microsoft Project format (*.mpp file)
and fully accessible.
For Working Day Contracts, the expected number of working days is shown for the
activities on the critical path that will be subject to working day charge.

\Section D\D-010-B – March 31, 2017


March 2011
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-011

CONSTRUCTION AFFECTING CANADIAN NATIONAL RAILWAY PROPERTY

Paragraph 01) of Subsection GC4.04, Construction Affecting Railway Property, of the Modified OPS
General Conditions is deleted and replaced by the following:

When construction affects railway property, the Owner will pay the costs of all flagging and other traffic
control measures required and provided by the railway company within the Working Area.

Insurance Requirements Concerning Canadian National Railway

Subsection GC6.03, Contractor’s Insurance, of the Modified OPS General Conditions is amended by the
addition of the following:

The Contractor shall file with the Owner and Canadian National Railway certified copies of an Insurance
Policy or Certificate thereof, which is in full force and effect covering Public Liability and Property
Damage in the amount of $10,000,000.00 inclusive. The certificate of insurance shall be filed before the
Contractor commences any work on the Contract.

The Policy shall protect the Contractor from liability assumed under this Contract and from liability
imposed by law and shall expressly name the Canadian National Railway Company and the City of
Ottawa as assured therein. The Policy shall further contain a cross liability clause protecting each named
insured as if separately insured, but not so as to increase the limit of the insurer’s liability. The Policy
shall provide that 30 days notice in writing shall be given to the Owner and Canadian National Railway
before it is altered or cancelled during the period of this Contract.

The Contractor shall maintain such insurance and pay such assessments as will protect the Contractor and
the Railway from claims under Workplace Safety and Insurance Act and from any other claims for
damages for personal injury, including death, and from claims for property damage which may arise from
the Contractor’s operations under the Contract.

The Railway will maintain and pay for fire insurance for the work on their property, with standard
extended coverage endorsement, in the joint names of the Railway and the Contractor totaling not less
than 80% of the total value of the work done and material delivered on the site, so that any loss under
such policies of insurance will be payable to the Railway and the Contractor as their respective interests
may appear. Should a loss be sustained, the Railway shall act on behalf of the Contractor and the
Railway for the purpose of adjusting the amount of such loss with the insurance companies.

The Contractor shall repair the damage and complete the work pursuant to instructions received by the
Contractor from the Railway. The Contractor shall be entitled to receive from the Railway, in addition to
the Contract price, the amount at which the Railway’s interest has been appraised in the insurance
adjustment, to be paid to the Contractor as the work of restoration proceeds and in accordance with the
payment certificates. Damage by fire shall not affect the rights and obligations of either of the parties
under the Contract except as aforesaid and except that in such event the Contractor shall be entitled to
such reasonable extension of time for the performance of the work as the Contract Administrator may
decide.

\Section D\D-011 – March 31, 2011


March 2011
Page 1 of 2
SPECIAL PROVISION - GENERAL

No. D-012

CONSTRUCTION AFFECTING CANADIAN PACIFIC RAILWAY PROPERTY

Paragraph 01) of Subsection GC4.04, Construction Affecting Railway Property, of the Modified OPS
General Conditions is deleted and replaced by the following:

When construction affects railway property, the Owner will pay the costs of all flagging and other traffic
control measures required and provided by the railway company within the Working Area.

Insurance Requirements Concerning Canadian Pacific Railway Company

Subsection GC6.03, Contractor’s Insurance, of the OPS General Conditions of Contract is amended by
the addition of the following:

Before any work is started and during the term of the Contract, the Contractor shall effect and maintain in
force with insurance companies satisfactory to Canadian Pacific, the following types of insurance:

1. Comprehensive Liability Policy

A Comprehensive Liability Policy naming as Insureds the City of Ottawa, the Contractor, (enter
Consultant(s) and/or additional insured’s name (if any) and Canadian Pacific Railway Company
including any of their employees, servants or agents agreeing to pay on behalf of the Insureds all sums
which the Insureds shall become obligated to pay by reason of the liability imposed by law upon the
Insureds for damages, including damages for care and loss of services, arising out of or in connection
with the Contract, because of bodily injury, sickness or disease, including death at any time resulting
therefrom, sustained by any person or persons or damage to or destruction of property including loss of
use thereof, caused by accident and occurring during the term of the Contract with limits of not less than
$10,000,000.00, inclusive in any one accident or occurrence.

The policy shall contain the following clause or one to like effect:

“Cross Liability - This policy shall insure each person, firm or corporation insured hereunder in the same
manner and to the same extent as if a separate policy had been issued to each, but the inclusion herein of
more than one Insured shall not operate to increase the limits of the Insurer’s liability.”

The policy shall be written so as to provide coverage for blasting and other special hazards, where such
hazards will be incidental to the Contract. The policy shall be written to cover all subcontractors on the
Contract.

\Section D\D-012 – March 31, 2011


March 2004
Page 2 of 2

2. Non-Owned Automobile Liability Policy

A Non-Owned Automobile Liability Policy providing limits of not less than $10,000,000.00 per
occurrence against the risks of Bodily Injury and Property Damage.

3. Automobile Third Party Liability Policy

An Automobile Third Party Liability Policy providing limits of not less than $10,000,000.00 per
occurrence against the risks of Bodily Injury and Property Damage.

4. Railway Operations

Should Canadian Pacific be required to carry out work or render services incidental to the Contract, the
Contractor’s comprehensive liability policy shall be extended by endorsement in the following form or
one to like effect:

“It is hereby understood and agreed that the coverage afforded Canadian Pacific Railway Company under
this policy shall apply to any legal liability arising from work performed or services rendered by
Canadian Pacific, incidental to this Contract, including temporary support for or diversion or relocation of
the railway.”

In the alternative, the Contractor may provide a separate policy, to cover Canadian Pacific’s operations
incidental to this Contract, in place of the endorsement stated above.

Proof of Coverage

Before commencement of the Work, the Contractor shall furnish Canadian Pacific with a certified copy of
the Contractor’s Comprehensive Liability Policy and a Certificate of Insurance covering the Contractor’s
Non-Owned Automobile Liability Policy and Automobile Third Party Liability Policy, and shall file, with
the Contract Administrator, a declaration, signed by the Contractor’s Insurance Broker, to the effect that
the Insurance Policies are in effect and that copies have been provided to Canadian Pacific Railway
Company’s divisional office, and shall also file, with the Owner, two certified copies of the Insurance
Policies, which are in full force and effect.

\Section D\D-012 – March 31, 2011


March 2004
Page 1 of 1

SPECIAL PROVISION - GENERAL

No. D-013

PROPERTY ACQUISITION

Subsection GC4.01, Working Area, of the Modified OPS General Conditions is supplemented by the
following provisions:

Notwithstanding the provisions of Subsection GC4.01, the Contractor acknowledges that the Owner is in
negotiations for the acquisition of right-of-ways on certain lands

between station and station


between station and station

These negotiations are ongoing and may not be complete before the date of tender call for the project or
award of the Contract. The Contractor shall not enter upon such lands until the Contractor has received
written permission, signed by the Contract Administrator.

The Contractor shall not make any claims for additional compensation due to delays or cancellation of the
project arising from property negotiations, except to the extent that an extension of contract time may be
granted under Subsection GC3.07.

\Section D\D-013 – March 31, 2004


March 2013
Page 1 of 2
SPECIAL PROVISION - GENERAL

No. D-014

CONSTRUCTION ACTIVITIES AROUND TREES


FIELD PRACTICES & BY-LAWS

Subsection GC7.14, Limitations of Operations, of the Modified OPS General Conditions


is supplemented by the following:

Construction Activities Around Trees

1. Through out the complete duration of the project the Contractor shall ensure that
all equipment stays within the confines of the work area so as not to disrupt any
turf or tree roots. The storage of equipment and vehicles around any trees
within the right of way is prohibited.

2. The Contractor shall remove all excavated material immediately and not place it
on grass or near trees for any length of time. This also applies to imported
material, i.e. topsoil, granulars, trench boxes, or any construction related
materials.

3. The contractor shall reinstate all disturbed turf to its original state immediately
upon completion of work.

4 The Contractor shall protect all trees whose driplines are within five (5) metres of
the work area by installing snow fence outside of the tree’s dripline/rootzone.

5 The contractor shall protect the trunk of the trees with wood lath fence to a height
of 2.4 metres, or as prescribed by the City Forester.

6. The Contractor shall not store fuel within the dripline of any tree, and exhaust
fumes from all equipment must NOT be directed towards any tree’s canopy.

7. The Contractor shall take all steps necessary to avoid mechanical damage when
operating raised dump boxes or large excavating equipment in proximity to trees
which overhang the road allowance.

8. The Contractor shall consult with the City Forester to minimize tree related
conflicts. Where damage does occur it must be reported immediately to the
office of the City Forester.

9 During the period between 15 May and 15 September of each year, the
Contractor shall water all plants and shall be carried out no less than 3 times
weekly, in accordance with the watering schedule submitted to the City’s Forestry
Office for review each week during this period.

\Section D\D-014 – March 31, 2013


March 2013
Page 2 of 2
10 The contractor shall protect the exposed tree roots. Wet filter cloth shall be used
to temporarily cover and protect the exposed tree roots. Filter cloth shall be
installed immediately following root exposure, and shall be held in place with
approved pins or spikes until backfilling occurs. Exposed roots shall be kept
continuously moist while exposed during construction activities.

Applicable City of Ottawa By-laws:

Section 20.2 states that no permit holder shall carry out work within the dripline of a City
owned tree.

Section 20.3 states that if the permit holder must carry out work within the dripline of a
City owned tree, the permit holder shall tunnel or bore under the dripline area.

Section 20.4 states that the permit holder shall protect the trees from materials,
equipment and changes in the grade of soil within the dripline area by the placement of
protective fencing.

Section 20.5 states that no permit holder shall remove, trim or alter any tree unless
authorization is first received from the General Manager.

Section 20.6 states that If a tree is removed, or damaged and must be replaced, as
determined by the General Manager, the permit holder shall be responsible for
removing and replacing the tree at its expense and shall pay to the City the value of the
removed tree.

Section 20.7 states that for the purposes of subsection (6), a replacement tree shall
have a minimum diameter of 70 millimetres measured at a point 0.3 metres above
ground level and be of a species approved by the General Manager, and the value of
the tree to be replaced will be determined by City staff in accordance with the latest
edition of the International Society of Arboriculture Tree Evaluation Guide, or at values
determined by the City and in effect at the time the damage took place.

Section 20.8 states that where the physical conditions are such that the permit holder
cannot comply with the provisions of subsections (2), (3) or (4), the General Manager
may approve alternative methods of work to maximize the protection of trees.

Additional information refer to the City’s Tree Protection Guidelines available at


Ottawa.ca or at the following web link: http://www.ottawa.ca/en/residents/water-and-
environment/trees-and-community-forests/protecting-trees

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision.

Warrant: On all Contracts

\Section D\D-014 – March 31, 2013


March 2007
Page 1 of 2

SPECIAL PROVISION – GENERAL

No. – D-015

SUBSTITUTION CLAUSES FOR MATERIALS

The Contractor is notified that the following substitution of material clauses contained in the following
item specific special provisions are not applicable to this contract:

Note to designer: Delete or add any additional material substitutions clauses as required by the
Contract.

S.P. F-4070 – Maintenance Holes, Catchbasin, Ditch Inlets and Chamber

The following substitution clause is deleted:

“If the contract calls for round or square maintenance holes, the Contractor may substitute either round or
square types, unless specified in the following section otherwise. Substitutions shall be based on OPSD
701.021.”

The Contractor shall only supply manholes as detailed in the Contract Documents.

S.P. F-4071 – Concrete Headwall for Storm Pipe Sewer

The following substitution clause is deleted:

“Unless specified otherwise in the contract documents, where OPSD 804.02, OPSD 804.03 or OPSD
804.04 have been specified, approved precast alternatives may be substituted where appropriate. See MS-
22.15 for details.”

The Contractor shall only supply headwalls as detailed in the Contract Documents.

S.P. F-4100 – Pipe Sewer

The following substitution clause is deleted:

“Pursuant to Subsection 410.05.01 of OPSS 410, when concrete pipe materials are specified, the design of
the sewer system is based on the classes of pipe and type of pipe bedding indicated in the Contract. For
soils with a bearing capacity of 100 kPa and over, in lieu of concrete pipe the Contractor may choose type
PSM PVC (CSA B182.2) sewer pipe. No other equivalent pipe profile or material shall be accepted.

The same holds true if the Contract calls for PSM PVC sewer pipe, the Contractor may choose to supply
concrete pipe provided it meets the M.O.E. minimum separation requirements with any adjacent
watermain.”

The Contractor shall only supply pipe materials as detailed in the Contract Documents.

\Section D\D-015 – March 31, 2007


March 2007
Page 2 of 2

S.P. F-4210 – Pipe Culverts, Concrete Headwalls and Concrete Appurtenances

The following substitution clause is deleted:

“Unless specified otherwise in the contract documents, where OPSD 804.02, OPSD 804.03 or OPSD
804.04 have been specified, approved precast alternatives may be substituted where appropriate. See MS-
22.15 for details.”

The Contractor shall only supply headwalls as detailed in the Contract Documents.

\Section D\D-015 – March 31, 2007


March 2004
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-016

ONTARIO TRAFFIC MANUAL

01) All references in the contract to the Manual of Uniform Traffic Control Devices (MUTCD),
including all Parts and Division thereof, or MTO Traffic Control Manual for Roadway Work
Operations, or Traffic Control Manual for Roadway Operations Field Edition are hereby
deleted and replaced by the following books of the Ontario Manual (OTM):

Book 1 – Introduction to the Ontario Traffic Manual;


Book 1A – Illustrated Sign and Signal Display Index;
Book 1B – Sign Design Principles;
Book 1C - Positive Guidance Toolkit;
Book 5 – Regulatory Signs;
Book 6 – Warning Signs;
Book 7 – Temporary Conditions (and Temporary Conditions Field Edition);
Book 11 – Pavement, Hazard and Delineation Markings;
Book 12 – Traffic Signals.

02) Any reference in the contract to OTM shall be deemed to be the Ontario Traffic Manual
(Books 1, 1A, 1B, 1C, 5, 6, 7, 11 & 12.)

03) The Contractor shall comply with the applicable requirements of the above Ontario Traffic
Manual book(s).

\Section D\D-016 – March 31, 2004


March 2014
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-017

NITRILE GASKETS

The Contractor is notified that Nitrile Gaskets are required on all pipe, maintenance
holes, couplings, inserts and fittings for any new water, sanitary, storm, and/or
combined works in the following areas of the contract.

Sta. __________ to Sta. ___________ on _______________


Sta. __________ to Sta. ___________ on _______________
Sta. __________ to Sta. ___________ on _______________

Payment for this requirement shall be in the applicable tender item(s) in the contract.

Section D\D-017 – March 31, 2014


March 2017
Page 1 of 14

SPECIAL PROVISION – GENERAL


No. D-018

REQUIREMENTS FOR CONCRETE, HOT MIX ASPHALT AND GRANULAR


MATERIALS.

General

All electronic submissions to the City’s Quality Assurance Unit (QAU) shall be submitted
to QAsection@ottawa.ca. All non electronic submissions shall be submitted to a
laboratory (within City of Ottawa boundary) as instructed by City’s QAU.

01 Concrete Mix Design Submission and Testing Requirements

This special provision outlines the requirements for the submission of concrete mix
design information for structural concrete and non structural concrete. Project level
concrete mix data submissions are required for all concrete supplied on city projects.
Detailed concrete mix data submissions shall be provided to the owner upon request.

The requirements for contractor testing, sample preparation and delivery of field cylinder
samples are also included in Special Provision.

01.01 General Requirements

Unless otherwise specified, concrete supplied to the City ROW shall meet OPSS 1350,
City of Ottawa S.P. F-9045 and CSA A23.1 requirements. Where OPSS and City
standards are in conflict with CSA provisions the more stringent requirements shall
govern.

The mix submission and testing requirements provided in F-9040/F-9045, and as may be
extended by this special provision, shall apply to all concrete placed on the project.

01.02 Submission Requirements

The Contractor shall provide concrete passed on the performance alternative unless
otherwise specified in the contract documents.

All mix designs shall be provided on approved City of Ottawa forms as detailed in this
special provision.

The submission shall include a declaration verifying that the mix supplied meets the
applicable OPSS and City of Ottawa requirements for the project. The submission shall
clearly identify any mix properties or constituents which deviate from the tender
requirements.

The Contractor shall ensure that the mix information, obtained from the contractor’s
supplier, is sufficient to place concrete meeting the project requirements. The Contractor
shall notify the Owner in writing, a minimum of 5 days prior to delivery, if sufficient mix

Section D/D-018 – March 1, 2017


March 2017
Page 2 of 14

information has not been provided to the Contractor by the supplier.

The unique product identifier (mix design number) shall be clearly presented on the
concrete ticket. Concrete delivered to site which does not clearly correspond to a
submitted mix design shall not be accepted.

The Contractor shall submit new or revised mix designs when mix constituents, sources
or concrete plants differ from the original mix design submissions.

A separate mix design is required for secondary or back-up plants if any mix constituent,
proportion or unique product identifier differs from that listed on the original mix design
submission.

The use of High Volume Supplementary Cementing Materials (HVSCM) shall not be used
without written approval of the owner. When permitted, the use of HVSCM 1 or 2 shall be
listed on the mix design under the Durability Requirements section.

Mix designs shall clearly indicate which constituents are in each mix. The Owner may
require a separate mix design submission form to be submitted for each mix supplied.

Revisions to a previously approved mix design shall be provided on a separate OTT-D18-


A form and shall be supplemented by information detailing which elements of the work to
which the mix pertains. Revised mix submissions shall not include previously approved
mixes which are not impacted by the proposed revision.

01.02.01 Project Level Concrete Mix Data Submission – Form OTT-D18-A


(known as Form A)

At least two weeks prior to the delivery of concrete, the Contractor shall submit the
following concrete mix information to the Contract Administrator and an additional digital
pdf copy forwarded to the City’s QAU.

1) Purchaser’s name
2) Contract number
3) Concrete supplier name
4) Supplier mix design number. The mix number shall be unique to the design
submitted.
5) Primary and secondary plant locations
6) Cement Type
7) Cement content of the mix
8) Maximum water-to-cementing materials ratio (W/C)
9) Maximum content of each supplementary cementing material
10) Material source information including inventory number
11) General admixtures usage including manufacturer and brand name.
12) Air and slump requirements
13) All relevant information pertaining to mix use. Where multiple mixes are to
be used on a project, the contractor is to supply a concrete placement plan
detailing the location where each mix is to be placed.

Section D/D-018 – March 1, 2017


March 2017
Page 3 of 14

The mix design shall be submitted on Form OTT-D18-A (known as Form A) provided in
Appendix 1 of this special provision.

01.02.02 Detailed Concrete Mix Data Submission –Form OTT-D18-B (known as


Form B)

The Contract Administrator shall notify the Contractor of the elements of the project for
which detailed mix design information is required. For elements requiring detailed
submissions, the Owner shall be in receipt of the detailed mix design information prior to
mix placement and the information shall include the following:

1) Cement content
2) Supplementary cementing materials contents
3) Quantity of water used in mix
4) Detailed aggregate source information including physical properties and
material grading
5) Detailed admixture usage including dosages

The detailed mix information will be retained by the Owner under conditions of a
confidentiality agreement with the supplier which has been approved by the City of
Ottawa Legal Services Branch and signed by the Director, Infrastructure Services Branch.
It is the responsibility of the Contractor to ensure that all required mix information has
been provided to the Owner by the Contractor designated concrete supplier.

The mix design shall be submitted on Form OTT-D18-B (known as Form B) provided in
Appendix 1 of this special provision.

Concrete will not be included for payment when detailed mix information is not accessible
to the Owner.

01.03 Testing Requirements

All work associated with the sampling, field testing and preparing test cylinders shall be
the responsibility of the Contractor. The Contractor shall be responsible for all equipment
and materials to perform the work.

Sampling, testing and preparing test cylinders shall be done as per CSA A23.1-14/A23.2-
14.

Field concrete testing and sampling shall be conducted by qualified individuals with valid
ACI or CCIL certification.

Concrete laboratory testing shall be conducted by a laboratory approved by the owner.

The Contractor shall be responsible for the delivery of concrete cylinders to a testing
laboratory designated by City’s QAU, within 50 km of the site. Field test data shall be
supplied to the test laboratory with the concrete cylinders. The field test data shall be
recorded on the City of Ottawa Concrete QA Field Sampling Report Form provided in
Appendix 1, of this special provision. The General Information and Field Test Results

Section D/D-018 – March 1, 2017


March 2017
Page 4 of 14

portion of the form shall be complete with N/A clearly marked in the fields that are not
applicable. A digital copy of the Concrete QA Field Sampling Report Form can be
requested by emailing City’s QAU. Where testing deficiencies have been identified, the
Contractor shall be provided additional testing of the hardened concrete verifying that the
concrete meets the contract requirements within two (2) weeks of the notification of the
deficiency.

QA test results shall be made available to the Contractor and concrete supplier.

The Contractor shall conduct all necessary quality control process to ensure that concrete
incorporated into the work meets contract requirements. This shall include testing, trial
placements and operational plans. QC records shall be made available to the Owner.

Where the Owner identifies omissions or errors with regards to testing and supporting test
documentation, or omissions or errors in the QA Field Sampling information report form
submitted with the QA samples, the value of product represented and/or impacted by the
omission/errors may be withheld until the contractor provides the Owner with sufficient
information to verify the quality of the concrete placed. Furthermore, a value of 100
dollars shall be deducted from the Contractor for such omissions/errors identified by the
Owner. Additional deductions of $500 dollars shall be made from the Contractor for each
additional submission which does not meet requirements.

01.04 Other requirements

The requirement under this clause is in addition to other performance requirements


and/or acceptance requirement specified elsewhere in the Contract documents.

Contractor is solely responsible to ensure that materials, equipment and construction


methods used in the construction do not result in concrete surfaces with popouts, scaling,
or honeycombing.

Popout is defined as the breaking away of small portion of concrete surface that leaves a
shallow, typical conical, depression with a broken coarse aggregate at the bottom.
Medium popouts are defined as popouts leaving depression between 10 and 50 mm in
diameter. Large popouts are defined as popouts leaving depression greater than 50 mm
in diameter. Concrete surface with more than 8 medium or large popouts per square
meter are considered severe popouts.

Scaling is defined as local flaking or peeling away of the near-surface portion of the
hardened concrete or mortar. Severe scaling is a scaling that involves loss of surface
mortar 5 to10 mm in depth with some loss of mortar surrounding the aggregate particles
of 10-20 mm in depth. Very severe scaling is a scaling that involves loss of coarse
aggregate particles as well as mortar to a depth greater than 20 mm.

Honeycombing is voids left in concrete due to failure of mortar to effectively fill the spaces
among coarse aggregate particles.

The Contractor shall inform the Contract Administrator of the presence of popouts,
scaling and honeycombing as soon as they become aware of it. The Contract
Section D/D-018 – March 1, 2017
March 2017
Page 5 of 14

Administrator shall inform City’s QAU of the presence of popouts, scaling and
honeycombing as soon as they become aware of it.

Contractor shall, to the satisfaction of Owner, remove and replace areas of concrete
where severe popouts, severe scaling or very severe scaling occur within one year of
construction at no additional cost to the Owner. When the Owner determines that
Concrete Areas exhibiting honeycombing requires repair or removal and replacement, the
Contractor shall take appropriate action, to the satisfaction of the Owner. Contractor is
responsible for all costs associated with the repair and/or removal and replacement of
concrete areas with popouts, scaling and honeycombing. These repairs shall be
completed within 6 months of such issues being identified by the Contract Administrator
or Owner. Any additional costs associated with the removal and replacement of materials
adjacent to the unacceptable concrete shall also be the responsibility of the Contractor.

02 HOT MIX ASPHALT REQUIREMENTS

02.01 General

The following requirements are in addition to the requirements provided in City of Ottawa
Specifications F-3104, F-3106 and F-3130. The definitions of City of Ottawa Specification
F3106 and F3130 apply in subsections 2.1, 2.2 and 2.3 of this Special Provision.
Furthermore, standards, Specifications or publications referenced in the subsequent
paragraphs of subsection 2.1, 2.2 and 2.3 of this Special Provision shall be as per City of
Ottawa Specifications F-3106 and F-3130.

Mix designs are valid for the calendar year in which they were prepared. Mix designs
shall be submitted electronically for review and approval a minimum of ten (10) days
before placement of the mix to the QAU. The mix design and JMF documents submitted
at the time of mix design submissions shall be signed, dated and certified correct by the
person accountable for the engineering and management responsibility of the laboratory
that conducted the work.

Only mix designs approved by City’s QAU shall be used. It is the responsibility of the
Contractor to ensure that the mixes approved by City’s QAU meeting all the contract
requirements are used. Furthermore, approval of the mix design by City’s QAU does not
relieve the Contractor of the responsibility for ensuring the specified Materials and
Workmanship. No payment shall be made for placement of unapproved mixes. When
requested by the City, the contractor shall remove and replace the unapproved mixes
with an approved mix, at no cost to the Owner. Contractor shall be responsible for all cost
associated with removal and replacement of unapproved mixes with an approved mix.

For all mixes containing RAP or RST, the mix design submission shall include virgin
asphalt cement content reported to two (2) decimal places. For Superpave mixes, the mix
design submission to QAU shall include as a minimum all the information mentioned
under section 6 of LS 309, Revision 24, MTO Testing Manual. However, mix design
submissions for Superpave mixes included in Table 1 of City Specification F-3106 do not
need to include Contract number and the item number.

City’s QAU may request for additional information and/or data used in the mix design.
Section D/D-018 – March 1, 2017
March 2017
Page 6 of 14

When requested, the firm submitting the mix design shall provide the requested
information and/or data to City’s QAU within three (3) business days.

When requested by QAU, one set of materials representative of those used for mix
design shall be submitted by the firm submitting mix design to a laboratory specified by
QAU. The material shall be delivered within 2 days of the request made by QAU or within
2 days of submission of the mix design to QAU, whichever is later. Each material samples
shall be packaged separately and each filled sample container shall have a maximum
mass of 25 kg. The sample quantities shall be as specified in Table 1 below.

Table 1: Sample Quantities for Mix Design Monitoring


Materials Quantity
Asphalt Cement 4 litres evenly split between 2 containers.
Aggregate 75 to 100 kg of each type.
RAP 75 to 100 kg required when RAP contained in the mix.
Fines Material Passing 75um 5 to 10 kg when the mix is to be produced with a plant
sieve that returns fines to the mixture.
RST 10 to 15 kg required when RST contained in the mix
Any other material samples Quantity large enough to allow for complete mix design
including anti-stripping agents
and fibers to be used in HMA

A blank ‘Mix Review Form’ will be provided to firm submitting the mix design at the time of
mix approval. When requested by the Contract Administrator, the contractor shall provide
the Contract Administrator with a completed ‘Mix Review Form’ indicating which approved
mix is designated for use on the project along with supporting project specific information
prior to mix placement.

The acceptability of the mix design shall be reviewed on an ongoing basis and the use of
the mix design may be suspended in situations where recurring rejectable or significant
price reduction assessments have been provided. Where in the opinion of the City’s
QAU, the mix is unsuitable for continued placement, the contractor shall submit a new
mix design for review. The contractor shall be notified of any mix design suspension in
writing. Upon notification, suspended mix designs shall not be acceptable for placement
and placement of a mix after suspension shall be subject to removal and replacement at
the contractors cost. Any delays associated with the suspension of a previously reviewed
mix design and approval of resubmissions shall be the responsibility of the contractor.

The contractor shall conduct QC testing and shall supply QC test results to the owner
within 5 days of an owner request. The extent and frequency of the QC testing shall be
the responsibility of the contractor.

02.02 Request for JMF Revisions

Requests for JMF revisions shall be submitted to City’s QAU. JMF adjustments shall not
be applicable on a job specific basis and shall apply to all asphalt production associated
with the designated mix design. JMF adjustments shall apply to all city projects using the
Section D/D-018 – March 1, 2017
March 2017
Page 7 of 14

mix design.

A JMF revision may be requested in the following situations:

 the Contractor’s QC results indicate that an ERS penalty could be assessed. The test
results should show that there was no payment reduction for air voids.
 the Contractor’s QC results indicate that the mix is rejectable as per City Special
Provision F-3130. The test results should show that there was no payment reduction
for Air Voids.

In either situation, field adjustments must be limited in scope such that the net impact of
all adjustments to the original JMF does not exceed the maximum field adjustments
specified in Table 2 below. Furthermore, for Superpave mixes, the net impact of all
adjustments to original JMF shall not exceed the aggregate gradation limits as per Table
2, Special Provision F-3106.

Table 2 Maximum Field Adjustments for JMF


Maximum Field Adjustment
JMF Properties (%)
(Notes 1 and 2)
Asphalt cement content +0.2
Percent RAP -5.0
Percent passing 19.0 mm and 16.0 mm sieves +5.0
Percent passing 13.2 mm, 12.5 mm and 9.5 mm sieves +4.0
Percent passing 4.75 mm,2.36 mm and 1.18 mm sieves +3.0
Percent passing 600, 300 and 150 µm sieves No limits
Percent passing 75 µm sieve +1.0
Notes:
1. The maximum field adjustment is applied against the original JMF submitted with the
mix design
2. The revised JMF shall meet the requirements of the Contract including asphalt
cement content and gradation on all sieves.

Where the supporting information provided by the contractor indicates that adjustments in
excess of the maximum allowable are required, then the contractor shall supply a new
mix design. A maximum of (2) mix design revisions per mix design will be considered.
Additional mix revisions will require the submission of a new mix design. Where QA test
results indicate that the mix does not meet the Contract requirements, JMF revisions shall
only be approved based on acceptable QC test results conducted by a CCIL Laboratory
with appropriate certification.

Application of an approved JMF revision.


ERS Projects - An approved JMF revision shall apply to any ongoing or future lot.
However, JMF revision shall not apply to any previous lot. In this clause previous lot is
defined as a lot that meets the following two conditions:
a) A lot for which paving of all sublots in the lot is complete, and
Section D/D-018 – March 1, 2017
March 2017
Page 8 of 14

b) Three (3) business days have elapsed since the date QA test result for mix properties
and compaction for the last sublot was reported to the HMA supplier or Contractor.

An ongoing lot is defined as a lot for which paving has started but does not meet
condition (b) above. A future lot is defined as a lot for which paving has not started.

Non ERS Projects - The JMF revision shall apply to any sample taken within 3 working
days of the submission of an approved revision.

02.03 Quality Assurance of Hot Mix Asphalt Aggregates


02.03.01 General

City’s QAU may carry out QA testing of aggregates used in Hot Mix Asphalt production,
for the mixes that were approved by City’s QAU, for ensuring that the aggregates used in
the Work conform to the physical property, consensus property and grading requirements
as per Contract Documents.

City’s QAU will forward the individual QA test results to the firm producing the Hot mix
Asphalt.

When an anti-stripping agent is used, test samples for physical property requirements
shall be taken prior to the addition of the anti-stripping agent. If this is not practical for
samples that are coated in hydrated lime, the lime shall be removed by washing prior to
testing, In this case the requirements for LS-601 are waived.

When requested by City’s QAU, the firm producing the HMA that had submitted mix
design for approval and was subsequently approved by City’s QAU, shall provide
aggregate samples to City’s QAU. The firm producing the HMA shall provide access to
QAU’s representative to witness the sampling. Also, City’s QAU can only make request
for aggregate samples for a mix design approved in the current calendar year. All cost of
sampling shall be the responsibility of the firm producing the HMA. Sampling shall be
done within two (2) business days of the request being made by City’s QAU. Both set of
samples shall be placed in acceptable containers sealed with tags at the time of
sampling.

All samples shall be duplicate samples.

02.03.02 Blending Method Option

The firm producing the HMA may select to have QA acceptance of the total combined
aggregate conducted according to the blending method.

The blending method option shall only be available if the firm producing the HMA
provides appropriate facilities and equipment for QA sampling.

When the blending method option has been selected, sampling shall be according to the
Sampling for Blending Method clause.

02.03.03 Sampling
Section D/D-018 – March 1, 2017
March 2017
Page 9 of 14

Unless otherwise specified, QA aggregate samples shall be taken at the hot mix plant
from individual stockpiles. The stockpiles from which the QA samples are to be taken
shall contain a minimum quantity of 500 tonnes of each aggregate. QA sampling from
stockpile shall be according to LS-625.

Additionally when RAP or RST are included in the mix, one duplicate samples of RAP or
RST shall also be obtained.

The contractor shall provide new or clean sample bags or containers that are constructed
to prevent the loss of any part of the material or contamination or damage to the contents
during shipment. Metal or cardboard containers are unacceptable for samples of
aggregates. QA Samples shall be identified both inside and outside of the sample
container. The sample identification shall include as a minimum a) the date of sampling b)
Sampling source location c) Material Description d) Name and initials of the person
conducting the sampling e) Name and initials of the QAU representative witnessing the
sampling. The QAU representative shall seal each QA samples container at the time and
place of sampling.

One of the duplicate QA samples shall be randomly selected for testing by the QA
laboratory designated by City’s QAU. City’s QAU shall retain the remaining samples for
referee testing, if required.

02.03.04 Sampling for Blending Method

When the blending method has been selected, QA samples of the blended aggregates to
be used in the Work, excluding RAP shall be taken at the hot mix plant from the cold feed
prior to the addition of liquid asphalt cement. Cold feed samples shall be taken at a time
determined by City’s QAU.

Suitable facilities for cold feed sampling of blended aggregates include:

a) A belt sweep sampler.


b) A sample box capable of passing under the discharge end of a conveyor belt.
c) Reversing the direction of movement of a secondary belt feeding into the aggregate
drier and capturing material in a bucket of a loader.
d) Stopping the belt and completely removing all material from a sufficient length of belt
by scooping, followed by sweeping with a fine brush to capture all materials.
e) Other suitable facilities acceptable to the Owner.

Such noted techniques may require reducing the aggregate to the appropriate sample
size according to LS-625.

02.03.05 Sample Size

The mass of each QA samples shall meet the requirements shown in Table 3 below.
When more than 25 kg of material is required, the total sample shall be recombined prior
to testing.

Section D/D-018 – March 1, 2017


March 2017
Page 10 of 14

Table 3 Field Sample Size for HMA Aggregates


Material Minimum Mass, kg (Note 1)
Fine Aggregate 15
Coarse Aggregate 25
RAP 10
RST 5
Combined coarse and fine aggregate sampled from 45
the cold feed, prior to the addition of asphalt cement.
Filler/ Baghouse Fines 2
Hot Mix Asphalt 25
Note:
1. Individual sample containers shall hold no more than 25 kg of aggregate. When more
than 25 kg is required, additional sample containers shall be used.

02.03.06 QA Test Results and Acceptance

When QA test results indicate non-conformance to any physical property, consensus


property or grading requirements specified in Contract Documents. City’s QAU shall
provide the sample results to the firm producing HMA using the aggregates in question.
Upon receiving the test results the HMA producer shall provide City’s QAU with their
comments and corrective action plan, in writing, within 5 business days of receiving the
results.

Unless the referee testing is invoked by the HMA producer, the use of HMA where QA
test results for aggregates indicate non-conformance to requirements specified in City of
Ottawa Special Provision F-3106, shall be discontinued immediately. QAU may reject
future submissions from the same aggregate source and/or the HMA producer until the
HMA producer demonstrates to the satisfaction of City’s QAU that the non-conformance
has been resolved. The Owner shall not be held responsible for any additional costs that
the Contractor may incur due to discontinued use of the HMA with non-conforming
aggregates as per QA test results.

02.03.07 Referee Testing

The Contractor may invoke referee testing for one or more attributes by submitting a
written request to the City’s QAU, within 5 Business Days following notification that the
aggregate does not meet the requirements of Contract Documents. Referee testing shall
be carried out in an independent laboratory, acceptable to both parties, that has
appropriate CCIL certification for testing of the aggregate physical properties.

The retained duplicate QA sample shall be used for referee testing.

All referee test results shall replace the QA test results for acceptance and shall be
binding on both the Owner and the HMA producer.

The cost of referee testing shall be the responsibility of the HMA Producer. The HMA
producer shall however be reimbursed by City’s QAU for the cost of referee testing
(laboratory testing charges only), if the referee test indicate that the aggregates meet the
Section D/D-018 – March 1, 2017
March 2017
Page 11 of 14

requirements of City Special Provision F-3106. The independent laboratory shall provide
the results of referee testing to both City’s QAU and HMA Producer at the same time.

The use of HMA, where QA test results for aggregates indicate non-conformance to
requirements specified in City Special Provision F-3106, shall be discontinued
immediately. QAU may reject future submissions from the same aggregate source and/or
the HMA producer until the HMA producer demonstrates to the satisfaction of City’s QAU
that the non-conformance has been resolved. The Owner shall not be held responsible
for any additional costs that the Contractor may incur due to discontinued use of the HMA
with non-conforming aggregates as per referee test results.

03 AGGREGATE COMPLIANCE REQUIREMENTS

03.01 General

The Contractor shall use only aggregate which meet City of Ottawa specification
requirements. Aggregate quality information demonstrating compliance with all
applicable standards shall be submitted to the City’s QAU prior to use within the City
ROW. Aggregate quality information shall be provided to the Contract Administrator on a
project basis when requested.

WARRANT: ON ALL CONTRACTS WITH CONCRETE ITEMS, ASPHALT ITEMS AND


GRANULAR MATERIALS ITEM.

Section D/D-018 – March 1, 2017


March 2017
Page 12 of 14

APPENDIX 1 > SUBMISSION FORMS


Form OTT-D18-A (Form A - Project Level Mix Design Submission)

Section D/D-018 – March 1, 2017


March 2017
Page 13 of 14

Form OTT-D18-B (Form B -Confidential Mix Design Submission)

Section D/D-018 – March 1, 2017


March 2017
Page 14 of 14

Section D/D-018 – March 1, 2017


March 2015
Page: 1 of 1

SPECIAL PROVISION – GENERAL


No. D-019

INCENTIVE / DISINCENTIVE

Scope of Work

The Contractor is advised that for the portion of the Work outlined below the Incentive/Disincentive
Special Provision will apply. This provision does not modify any completion date or working day
provisions as stated elsewhere in the Contract Documents.

Note to designer – provide full and definitive description of the works that are to be completed by the
stated deadline to eliminate disagreement on the scope of work in question.

Incentive for early completion

If all of the above work is completed to the satisfaction of the Contract Administrator on or before 3:00
p.m. local time on _________, 200_ the Contractor will be paid an incentive of $AA,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 $B,000 per calendar day, up to a maximum additional
incentive payment of $CC,000. Therefore, the maximum grand total incentive available is ($AA,000
+$CC,000 = ) $XX,000.

Disincentive for late completion

If all of the above work is not completed to the satisfaction of the Contract Administrator on or before
3:00 p.m. local time on _________, 200_ the Owner will deduct a single lump sum amount of $AA,000
from amounts otherwise payable to the Contractor under the Contract. In addition, the Owner will deduct
an amount equal to a further $B,000 per day for each additional full calendar day until the above work is
completed, up to a maximum additional deduction of $CC,000. Therefore, the maximum grand total
disincentive that would be deducted is ($AA,000 +$CC,000 = ) $XX,000.

Note to designer – maximum incentive must equal maximum disincentive

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.

Basis of Payment

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. 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.

Note to designer – the amount to appear against the Contract Item “Incentive/Disincentive” shall be the
maximum that the Contractor could receive for early completion

Warrant: On Branch Manager approval.


\Section D\D-019 – March 2, 2015
March 2007
Page 1 of 4

SPECIAL PROVISION - GENERAL


No. D-020

CHANGE PROPOSAL AFTER AWARD OF CONTRACT

Subsection GC1.04, Definitions, of the OPS General Conditions is supplemented by the


following:

The following definition is added:

Change Proposal: means a proposal by the Contractor for a modification to the Contract
Documents, after award, that is expected to result in design improvement benefits and/or a
reduction in costs.

1.0 Change Proposals After Contract Award

1.01 Definitions

1) For the purposes of this special provision, the following definition applies:
Alternative Type of Material: means a substitute for the specified type of material to be
incorporated into a product and would involve a change, which does not adversely affect the
performance of the product

1.02 Conditions of Change Proposals

1.02.01 Processing, General

1) A Change Proposal under this provision will be considered after award, for the following
work:
Note to designer: Fill in scope of work for change proposal. Ensure that acceptable
scope is very clearly defined.

Change Proposals submitted for work outside of this scope shall not be accepted under
this provision.

2) Acceptance or rejection of the Change Proposal shall be at the sole discretion of the City.
The City will advise the Contractor of the reasons for rejection of a Change Proposal in
accordance with clause 1.05, Time Periods for Review.
3) Change Proposals that take advantage of any errors and/or omissions in the plans for the
as-designed project, or discrepancies between the as-designed project and the special
provisions covering alternate designs, will not be accepted. In the event that any error,
omission, or discrepancy is discovered, the Contractor shall immediately notify the
Contract Administrator. Failure to notify the City will constitute a waiver of all claims
for misunderstandings, ambiguities, or other situations resulting from the error, omission,
or discrepancy.
4) The City shall not be liable to the Contractor for failure to accept or act upon any Change
Proposal nor for any delays attributable to any such Change Proposal.

Section D/D-020 – March 31, 2007


March 2007
Page 2 of 4

SPECIAL PROVISION - GENERAL


No. D-020

5) No extension of contract time will be permitted unless detailed in a Change Proposal that
is acceptable to the City.
6) The Contractor shall be responsible for obtaining all regulatory approvals resulting from
any Change Proposal.
7) The City shall be the sole judge of whether Change Proposals are consistent with City
design policies and basic design criteria for the project.
8) The Contractor shall have no claim against the City for any costs or delays due to the
City's rejection of a Change Proposal, including but not limited to review for approval of
designs, development costs, anticipated profits or increased material or labour costs
resulting from delays in the review of such Change Proposals.
9) If a Change Proposal is acceptable to the City, the Contractor shall construct the Change
Proposal, and shall do the construction for the price bid for the Change Proposal
identified by City as acceptable.
10) If the Contractor's Change Proposal is acceptable in whole or in part, such acceptance
will be clarified by a Change Order that will specifically state that it is executed pursuant
to this provision.
11) Subcontractors may not submit a Change Proposal except through the Contractor.
12) If a Change Proposal is rejected, no compensation will be made for any costs associated
with the Change Proposal, other than those accepted as part of a Change Proposal and/or
other costs accepted by the City.
13) Change Proposal shall not alter the terms and conditions of the incentive/disincentive
clauses to a Contract unless clearly detailed in the Change Proposal and subsequently
accepted by the City.

1.03 Incomplete Change Proposals

1) The City reserves the right to reject any Change Proposal(s) if the Change Proposal does
not contain all required information or is not presented clearly. Without prejudice to this
right, the City may request clarification where a Change Proposal intent is unclear. If
supporting data is insufficient or unclear, this shall also be a basis for rejection of a
Change Proposal.

1.04 Proposals for Alternative Types of Materials or Material Sources

1) The Contractor's Change Proposal for alternative types of materials or material sources
shall include evidence that the material or material source meets the City's requirements
in place at the time the Change Proposal is submitted.
2) The Contractor may propose the use of any material or material source that meets
requirements of the above paragraph, or has been approved for use by the City.
However, if the type of material or material source is approved after the date of tender
opening, permission to use the alternative types of materials or material sources will not
be given until an agreement has been reached on the estimated value of the cost savings
Section D/D-020 – March 31, 2007
March 2007
Page 3 of 4

SPECIAL PROVISION - GENERAL


No. D-020

or until there is a written agreement on a dispute resolution procedure to resolve any


disagreement over the estimated value.

3) When a material or material source is deleted from the list of approved materials or
material sources after the tender opening date, the City will be responsible for the extra
costs unless the Contractor or Subcontractor directly controls the material production or
material source.

1.05 Time Periods for Review

01) Any Change Proposal(s) by the Contractor shall include/document the anticipated change
in the construction schedule, account for and clearly indicate the desired reasonable time
period for review of submission by the City. When there is no time period specified in
the submission for review of designs, methods, working drawings or working plans
contained in the Contract Documents and affected by the Change Proposal, the City will,
unless it accepts the Change Proposal suggested times, review the Change Proposal
expeditiously. The actual duration will depend on the complexity of the Change Proposal;
however, within one (1) week of receipt of the Change Proposal, the City will notify the
Contractor in writing:

a. if the Change Proposal requires clarification or further supporting information,


b. if the Change Proposal submission is accepted by the City as a fully documented and
supported Change Proposal, and
c. of the expected number of work days for review and rejection/acceptance of the
accepted fully documented and supported Change Proposal.

02) The Contractor will be notified in writing of the acceptance or rejection of the Change
Proposal not more than one (1) week after a fully documented and supported Change
Proposal is received. If the Change Proposal is rejected, the reasons for the rejection will
be stated.

03) If the City fails to respond to the Change Proposal(s) within the desired review time
specified by the Contractor, the Contractor shall consider the proposal to be rejected, and
shall have no claim against the City as a result thereof.

1.06 Risk Sharing/Warranty

01) As part of a Change Proposal, the Contractor shall outline and thoroughly explain
warranties, or other measures offered to reduce the City's risks, and thus encourage
adoption of a Change Proposal, as well as shared risks and all risks that the Contractor is
not willing to accept.

Section D/D-020 – March 31, 2007


March 2007
Page 4 of 4

SPECIAL PROVISION - GENERAL


No. D-020

1.07 Submission of Change Proposals

01) The Contractor shall notify the Contract Administrator in writing of its intention to
submit a Change Proposal at least one (1) week before a Change Proposal is submitted.

02) Change Proposals shall be identified as Change Proposals submitted under this provision,
and shall include the following:

a. a description of the proposed Change Proposal;

b. a detailed list of the Contract requirements that change if the Change Proposal is
adopted;

c. the tender items affected by the proposed changes, including any quantity variation,
and any new items, applicable specifications, special provisions and quantities;

d. a detailed cost estimate of the Contractor's cost of performing the work under the
proposed Change Proposal(s).

e. a description of the comparative advantages and disadvantages of the Change


Proposal; and

f. a revised construction schedule and an application for extension of time, if applicable.

03) Any aspect of a Change Proposal that involves or may involve (such as preliminary
Change Proposal designs prepared for approval in principle) doing work, or an act, that is
within the practice of professional engineering, shall be done by a professional engineer,
licensed by the Professional Engineers of Ontario to practice in the Province of Ontario,
and shall bear the engineer’s seal, signature and signature date. Whatever the Contract
specifies regarding stamp occurrences for such work, the same requirement shall apply to
the Change Proposal.

WARRANT: On Manager Approval

Section D/D-020 – March 31, 2007


March 2014
Page 1 of 1
SPECIAL PROVISION - GENERAL

No. D-021

CONTRACTOR HEALTH AND SAFETY

The successful bidder must provide a current copy of its WISR (Workplace Injury
Summary Report) Health & Safety statement as provided by the Ontario Workplace
Safety & Insurance Board.

The City will review the relevant statement and assess the overall Health & Safety rating
of the bidder. Bidders whose rating indicates an increased risk to the City will be
required to provide further information regarding the Health & Safety programs and
practices in place by the contractor.

Failure of a Bidder to provide their relevant Health & Safety statement within seven (7)
working days after being requested to do so may be considered sufficient grounds for
rejecting the tender.

As part of the Contractor’s assumption of the role of the “Constructor” as defined by the
Ministry of Labour under the Occupational Health and Safety Act (OHSA) and per
Constructor duties outlined under the Regulation for Construction Projects (Ontario
Regulation 213/91), the Contractor agrees to all attendant duties of such including the
requirement to identify the name and contact information of a Supervisor/Competent
Person using OTT-D021-01.

When City of Ottawa staff enter the work area, they will interact with the
Supervisor/Competent Person in furtherance of the OHSA, including being directed
accordingly by the supervisor, as required under the OHSA.

All City of Ottawa staff entering the work area will report to the Supervisor/Competent
Person and/or follow the Constructor reporting requirements on a site by site basis. All
City of Ottawa staff entering the Constructor’s work area are to be aware of the
Supervisor/Competent Person at all times and report accordingly.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision - General.

Warrant: On all Contracts.

\Section D\D-021 – March 31, 2014


March 2017
Page 1 of 4

SPECIAL PROVISION - GENERAL

NO. D-022

WORKING RESTRICTIONS: CAPITAL RAILWAY RIGHT-OF-WAY

Section GC7.0, Contractor's Responsibilities and Control of the Work, of the Modified
OPS General Conditions is supplemented by the following provisions with respect to
work within or adjacent to the Capital Railway Right-of-Way (the Right-of-Way). The
Right-of-Way is defined as the railway property between the permanent fencing on both
sides of the track.

General

Undertake work within or adjacent to the Right-of-Way in conformance with the working
restrictions of Capital Railway. “Work” includes all activities that require access to or
might affect the Right-of-Way.

Undertake work within the Right-of-Way only during night-time non-operational periods;
00:30 to 05:00, as per construction staging shown on Contract Drawings.

Appoint a competent Supervisor to co-ordinate with the designated Capital Railway


Designate. The Contractor’s Supervisor shall be on site for the full duration of each work
period.

Do not store any equipment, materials or debris in locations where those items may be
thrown onto the Right-of-Way.

The Contractor is advised that the Contractor’s Site Representative for this project will
be required to attend daily safety and coordination meetings held at 00:15 at the
worksite outside of the Right-of-Way. Access to the Right-of-Way will be provided by
Rail Term, the Capital Railway designate.

The Contractor and the City will review with the Capital Railway Designate the Right-of-
Way access schedule upon contract award to verify if there are dates within the
Contractor’s schedule in which access to the Right-of-Way is not available due to
previously scheduled track access. It is to be understood that unplanned train or track
and signal maintenance issues may arise, in which Right-of-Way access provided to the

\Section D\D-022 – March 1, 2017


March 2017
Page 2 of 4

Contractor is cancelled on sudden notice, in which the Contractor’s schedule would


have to be subsequently adjusted for these unplanned events.

All construction plans are to be approved by Capital Railway (O-Train) prior to work
commencing.

Submissions

At the start of the Project, submit a detailed description and schedule of work that might
affect the Right-of-Way to the appointed Capital Railway Designate. Allow 14 days for
review. Modify the submissions as required by Capital Railway. Update the schedule as
work progresses.

Submit details of protection to be installed when undertaking work overhead. Allow 14


days for review. Modify the submissions as required by Capital Railway.

Notifications

Maintain a log-book of notifications and authorisations required below.

At a minimum of two business days before every period that work is proposed, verify
with the Capital Railway Designate that the Right-of-Way will not be in use during that
work period.

Each work period, before commencing work, ensure a Positive Train Protection
Authority has been taken by the Capital Railway Designate, and verify with the Capital
Railway Designate that the Right-of-Way is available for work to commence.

Do not commence work before receiving authorisation from the Capital Railway
Designate.

Cease work immediately when so directed by the Capital Railway Designate.

At the end of each work period, ensure that the Right-of-Way is clear, and notify the
Capital Railway Designate that the work is complete andthat everyone has exited the
Right-of-Way.

To obtain access for the Contractor to the Right-of-Way during operational periods,
request permission from the Capital Railway Designate, and do not enter the Right-of-
Way unless accompanied by personnel assigned by Capital Railway.

\Section D\D-022 – March 1, 2017


March 2017
Page 3 of 4

The Contractor must provide a completed health and safety compliance, certificate of
insurance, WSIB and a site access request forms along with approval provided by
Capital Railway of these forms prior to commencing work. These forms will be provided
to the Contractor upon contract award.

Working Procedures

Protect the track and equipment from damage. Immediately notify the Capital Railway
Designate if any damage should occur.

Before undertaking overhead work, install protection to prevent debris from falling onto
the Right-of-Way. Upon completion of each overhead work session, check the overhead
protection for damage or deterioration, and repair as required. Geotextile cloth is to be
laid on top of track infrastructure prior to each work period commencing and must be
removed from the track and stored in a secure location prior to contacting the Capital
Railway designate that everyone has exited the Right-of-Way.

Remove all debris from the Right-of-Way at the end of each work period.

Do not store any equipment or materials within the Right-of-Way, unless the storage
methods and locations are approved by Capital Railway.

Flagging

Full-time flagging will be provided by Rail Term on behalf of Capital Railway. The
contractor shall be responsible for co-ordination with Rail Term to ensure that adequate
flagging measures are in place at all stages of work. For flagging on Saturdays,
Sundays and holidays between 00:30-05:00, the Contractor must set up flagging
arrangements with Rail Term directly, and shall be responsible for all costs associated
with such flagging.

Rail Term Contact:


Ryan Lemenchick
Tel: 613-569-6344
E-mail: rlemenchick@railterm.com

Alternate Rail Term Contact :


Glenn Morris, Division Manager, Ottawa West
Tel: 613-223-7821
E-mail: gmorris@railterm.com

\Section D\D-022 – March 1, 2017


March 2017
Page 4 of 4

Compensation

The Contractor shall not make any claims for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision – General.

Warrant: On Contracts working on or adjacent to the Capital Railway ROW

\Section D\D-022 – March 1, 2017


March 2013
Page: 1 of 1
SPECIAL PROVISION - GENERAL

No. D-023-A

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 .

There are no requirements for QVE services on this contract.

\Section D\D-023 – March 31, 2013


March 2013
Page: 1 of 12
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 D\D-023 – March 31, 2013


March 2013
Page: 2 of 12
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 D\D-023 – March 31, 2013


March 2013
Page: 3 of 12
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

Note to Designers: The following (non-exhaustive) list is QVE services that can
be called that do not form part of the OPSS. Modify according to contract
requirements. Experience requirements for the QVE can differ for each
component of the work that requires a Certificate of Conformance.

If there are no requirements for QVE on the Contract, please delete all content
except for the following statement: “There are no requirements for QVE services
on this contract”. Conversely, if there are additional items that require a QVE,
then they should be added and modified accordingly.

Sewer System Inlet Control Devices

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of 4 years experience in the design of municipal infrastructure, or
alternatively with demonstrated expertise through providing satisfactory quality

\Section D\D-023 – March 31, 2013


March 2013
Page: 4 of 12
verification services for a minimum of 2 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 the installation if inlet control devices (ICD’s) for sewer
systems, and prior to placing of the final lift of asphalt, or a winter shut-down
period, 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.

OPSS 539, Construction Specification for Protection Systems

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of comparable protection systems,
or alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of xx 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.

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

\Section D\D-023 – March 31, 2013


March 2013
Page: 5 of 12
completion of each of the following operations, prior to commencement of each
subsequent operation:
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 xx years experience in the design of Steel Reinforcement, or
alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of xx 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.

OPSS 906, Construction Specification for Structural Steel

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Structural Steel, or alternatively
with demonstrated expertise through providing satisfactory quality verification
services for a minimum of xx 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.

Interim Inspection after Fabrication of Components

\Section D\D-023 – March 31, 2013


March 2013
Page: 6 of 12
Upon completion of fabrication of the components, and prior to erection, the
Quality Verification Engineer shall conduct an Interim Inspection of the work to
verify that the fabrication of components has been carried out in general
conformance with the sealed and signed shop details, welding procedures, and
contract documents.

Certificate of Conformance Upon Completion of the Work


Upon completion of erection, the Contractor shall submit to the Contract
Administrator a Certificate of Conformance sealed and signed by a Quality
Verification Engineer. The Certificate shall state that the Work has been carried
out in general conformance with the stamped erection diagrams, shop details,
welding procedure, erection procedures, and contract documents.

OPSS 909, Construction Specification for Prestressed Concrete – Precast


Members

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Prestressed Concrete – Precast
Members, or alternatively with demonstrated expertise through providing
satisfactory quality verification services for a minimum of xx 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.

Interim Inspection after Fabrication of Components


Upon completion of fabrication of all lots, and prior to erection, the Quality
Verification Engineer shall conduct an interim inspection of the work to verify that
the fabrication of components, and testing have been carried out in general
conformance with the sealed and signed shop drawings, test requirements and
Contract Documents.

Certificate of Conformance upon Completion of the Work


Upon completion of erection, the Contractor shall submit to the Contract
Administrator a Certificate of Conformance sealed and signed by a Quality
Verification Engineer. The Certificate shall state that the Work has been carried
out in general conformance with the sealed and signed shop drawings, erection
procedures, and Contract Documents.

OPSS 910, Construction Specification for Prestressed Concrete - Cast-In-


Place

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Prestressed Concrete – Cast-
in-Place, or alternatively with demonstrated expertise through providing
satisfactory quality verification services for a minimum of xx 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

\Section D\D-023 – March 31, 2013


March 2013
Page: 7 of 12
conformance with the Contract Documents and to issue Certificate(s) of
Conformance.

Placement of Post-tensioning System


Upon completion of the placement of the post-tensioning system, including all
anchorages, anchorage zone reinforcement and grout tubes, a Quality
Verification Engineer shall make an Interim Inspection of the work to verify that
the post-tensioning system meets the requirements of, and has been placed in
general conformance with, the contract documents.

Stressing Post-tensioning System


A Quality Verification Engineer shall witness the stressing to verify that it is
carried out in general conformance with the signed and sealed post-tensioning
drawings and issue written permission to the Contractor to proceed with grouting.

Grouting
Upon completion of grouting the Contractor shall submit to the Contract
Administrator a Certificate of Conformance sealed and signed by a Quality
Verification Engineer. The Certificate of Conformance shall state that the
placement, stressing and grouting of the post-tensioning system has been
carried out in general conformance with the contract documents.

OPSS 928, Construction Specification for Structure Rehabilitation -


Concrete Removal

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Structure Rehabilitation –
Concrete Removal, or alternatively with demonstrated expertise through
providing satisfactory quality verification services for a minimum of xx 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
A Certificate of Conformance shall be submitted by the Contractor upon
completion of the designated concrete removal for each structural component
and/or the complete deck.

OPSS 908, Construction Specification for Metal Traffic Barriers and Metal
Railings for Structures

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Metal Traffic Barriers and Metal
Railings for Structures, or alternatively with demonstrated expertise through
providing satisfactory quality verification services for a minimum of xx 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

\Section D\D-023 – March 31, 2013


March 2013
Page: 8 of 12
is in general conformance with the Contract Documents and to issue
Certificate(s) of Conformance.

Submission of Certificate of Conformance of Fabricated and Erected


Railing
Except for the single rail metal railings mounted on top of the Barrier Wall and
Parapet Wall, the Contractor shall submit to the Contract Administrator upon
completion of erection of the railing, a Certificate of Conformance sealed and
signed by a Quality Verification Engineer. The Certificate shall state that the
railing has been fabricated and erected in general conformance with the stamped
working drawings and contract documents.

Note to Designers: The following list is QVE services that can be called that form
part of the OPSS. Modify according to contract requirements. Experience
requirements for the QVE can differ for each component of the work that requires
a CofC.

OPSS 415, Construction Specification for Pipeline and Utility Installation by


Tunnelling

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Tunnelling, or alternatively with
demonstrated expertise through providing satisfactory quality verification services
for a minimum of xx 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
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

OPSS 416, Construction Specification for Pipeline and Utility Installation by


Jacking and Boring

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Jacking and Boring, or
alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of xx projects in which the work was of similar
scope to that in the Contract. The Quality Verification Engineer shall be retained

\Section D\D-023 – March 31, 2013


March 2013
Page: 9 of 12
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

OPSS 614, Construction Specification for Installation of Power Supply


Equipment

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Power Supply Equipment, or
alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of xx 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
A completed Certification 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

OPSS 609, Construction Specification for Grounding

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Grounding, or alternatively with
demonstrated expertise through providing satisfactory quality verification services
for a minimum of xx 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
A completed Certification 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

\Section D\D-023 – March 31, 2013


March 2013
Page: 10 of 12
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

OPSS 617, Construction Specification for Installation of Roadway


Luminaires

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Roadway Luminaires, or
alternatively with demonstrated expertise through providing satisfactory quality
verification services for a minimum of xx 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
A completed Certification 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

OPSS 631, Construction Specification for Concrete Footings and


Maintenance Platforms for High Mast Lighting Poles

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Concrete Footings and
Maintenance Platforms for High Mast Lighting Poles, or alternatively with
demonstrated expertise through providing satisfactory quality verification services
for a minimum of xx 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.

\Section D\D-023 – March 31, 2013


March 2013
Page: 11 of 12
Certificate of Conformance
A completed Certification 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

The Certificate of Conformance shall include that:

a) The excavation was carried out without causing instability to the base and
walls of the excavation.
b) The base of the caisson or shallow concrete foundation was cleaned of
loosened or softened material or both prior to placing concrete.
c) The anchorage assemblies, sleeves, and ducts were properly placed in the
centre of the concrete footings within a 15 mm tolerance.
d) The placement of concrete was completed according to OPSS 904.

OPSS 922, Construction Specification for Installation of Bearings

Quality Verification Engineer: The Quality Verification Engineer shall have a


minimum of xx years experience in the design of Bearings, or alternatively with
demonstrated expertise through providing satisfactory quality verification services
for a minimum of xx 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
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 layout and installation drawings, Working Drawings, product
drawings, and Contract Documents for the bearings:

a) Fabrication
b) Installation
c) Adjustments, when applicable

The Contractor shall not make any claim for extra compensation for the cost of
fulfilling the obligations set out in this Special Provision - General.

Warrant: On all Contracts

\Section D\D-023 – March 31, 2013


March 2013
Page: 12 of 12

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

\Section D\D-023 – March 31, 2013


March 2015
Page 1 of 2

SPECIAL PROVISION – GENERAL

No. D-024

SUPPLEMENTALS

The Contractor acknowledges that the survey layout and grading information listed
herein will be provided, if requested by the Contractor, within five (5) working days
following the issuance of the Commence Work Order, provided that the Contractor
confirms in writing the acceptance of the following conditions:

a) The electronic files and hardcopy formats are provided as “information only” and
do not form part of the Contract.
b) The electronic files will be provided in MicroStation format, unless otherwise
indicated below.
c) Any discrepancies shall be immediately disclosed to Contract Administrator for
interpretation.
d) This request is limited to this contract, and is not precedent setting or considered
to be City policy.
e) The information provided on the electronic files will not form a basis for a claim.
f) The use of the electronic files will not supersede the requirements of the
Contract Documents regarding survey layout (stakes) and any additional survey
requested by the City for the required inspection of the work.
g) The files will not be released to other parties without the written consent from the
City of Ottawa.
h) The tender hardcopy of the contract drawings shall be considered the official
document unless superseded by other hardcopy drawings issued by the
Contract Administrator.

Items that are not checked off in the following list are not anticipated to be provided to
the Contractor with this Contract.

 Survey Control Points


Number of control points to be provided: (insert number of points)
Note to Designer: Determine number of horizontal and vertical control points to
be provided. Generally describe the location of control points relative to the work
zone. Design team or City staff to check the condition of control points at the time
of tender to ensure they are still present.

\Section D\D024 – March 2, 2015


March 2015
Page 2 of 2

 CAD Files (Components to be provided in CAD are listed below):


Note to Designer: Create specific listing for the contract, example Alignment,
Roadway Geometry, etc….

 3D Surface Files:
Note to Designer: If 3D surface are going to be provided then note the file
type/format of the surface, along with the components of the project that will be
included in the surface (e.g. driving platform, sidewalks, medians, boulevards,
etc.

 Roadway Templates:
Note to Designer: If templates are going to be provided then note the file
type/format that they will be provided in, along with the information that will be
represented (e.g. stations, offsets, bottom of sub-grade elevations, top of
granular B elevation, top of Granular A elevation, etc.

 Roadway Cross Sections:


Note to Designer: If cross sections are going to be provided then note the format
in which they will be provided (e.g. paper/pdf, CAD, etc.), along with the
frequency of the sections (e.g. every 5m, 10m or 20m) and the information that
will be represented in the sections (e.g. edge of pavement, top of curb, back of
sidewalk, grading limits/tie-in locations, etc.)

 Additional Roadway Grading/Layout Information:


Note to Designer: Describe additional information, for example back of sidewalk
elevations, elevations at street lighting or traffic foundations, etc.

Warrant: On all contracts.

\Section D\D024 – March 2, 2015


March 2011
Page 1 of 9

SPECIAL PROVISION - GENERAL


No. D-025

CONTRACTOR QUALITY CONTROL OBLIGATIONS

1.0 SCOPE

This Specification describes the Contractor’s quality control obligations under this Contract. The
Contractor is responsible for all quality control activities required to ensure the level of quality
for all aspects of the Work specified elsewhere in this contract. The Contractor shall provide the
individuals, the management of such individuals and resources necessary to implement a quality
control process which meets the requirements detailed in the Contract Documents.

2.0 REFERENCES

MTO Laboratory Testing Manual:

LS-100 Method for Rounding-Off of Test Data and Other Numbers

3.0 DEFINITIONS

Acceptance Test Results: means the test results that are used for the final assessment of
compliance with the specification for the material. Depending on the specification for the
material, the final assessment of compliance is based on one of the following: quality control,
quality assurance, owner acceptance, or referee test results.

Deficient Materials: means, for quality control purposes, materials which have an attribute,
property or characteristic that does not meet the requirements of the Contract Documents

Deficient Workmanship: means, for quality control purposes, the final product does not meet
the requirements of the Contract Documents due to the Contractor’s construction activities
including but not limited to incorrect elevations, dimensions, alignment, appearance and/or
crossfall of individual elements, products and finished construction (for example: incorrect
pavement crossfall, segregation of asphalt pavement or honeycombing of concrete).

Quality Control (QC): means a system or series of activities carried out by the Contractor to
ensure that the final product and materials supplied to the Owner meet the specified
requirements.

Quality Control Administrator (QC Administrator): means the Contractor’s representative


responsible for monitoring and ensuring quality control compliance and submission of QC
documentation.

Notification of Non-Conformance: means a formal notification by the Contract Administrator


to the Contractor identifying aspects of the work which do not conform to the Contract
requirements and which have not been adequately identified by the Contractor to the Contract
Administrator.

Section D\D-025 – March 31, 2011


March 2011
Page 2 of 9

Non-Conformance Report: means a report issued by the Contractor to the Contract


Administrator which identifies the Quality Control Performance Measure that was not met, will
not be met, or may not be met. This report will include a proposal for corrective or mitigating
action and must be approved by the Contract Administrator.

4.0 DECLARATIONS OF QUALIFICATIONS

4.1 Submissions

The Contractor shall submit a Declaration of Qualifications, identifying the Quality Control
Administrator, other quality control personnel and/or firms to the Contract Administrator prior to
commencing work on the project. If, for any reason, the Contractor decides to substitute the
named quality control individual(s) or firm(s) a Declaration of Qualifications accompanied by
proof of experience shall be submitted to the Contract Administrator five days prior to the
changed quality control personnel and/or firms providing services to the Contractor.

The Contract Administrator will respond in writing with an acknowledgement of receipt.


Submissions that are incomplete or otherwise do not meet the requirements of this Special
Provision will be returned for re-submission at no additional cost to City of Ottawa.

4.2 Audit of Qualifications

For audit purposes, the Contractor shall submit supporting documentation demonstrating that the
specified qualifications have been met for any quality control personnel or firm upon request at
any time up to 30 calendar days after the date of certification of Completion of the Work. This
shall include detailed resume(s) and copies of certificates where applicable and shall be
submitted within 3 business days of the request.

5.0 QUALITY CONTROL PERFORMANCE MEASURES

5.1 General

The Contractor is responsible for all quality control activities on the Contract, and shall provide
the staff and resources necessary to implement quality control processes that result in
compliance to the quality control performance measures detailed in subsections 5.2 to 5.7
inclusive.

5.1.1 Applicability of the Quality Control Performance Measures

The Contract Administrator will assess the Contractor’s compliance to the performance measures
related to:

a) The production and supply of Engineering Materials,


b) The removal, rehabilitation, modification or construction of temporary or permanent
elements of work that are comprised of Engineering Materials, and
c) Inspection, sampling, testing and QC records associated with a) and b) above.

Section D\D-025 – March 31, 2011


March 2011
Page 3 of 9

For the purposes of this special provision, Engineering Materials includes, but not limited to:

 Granular Base & Sub-Base Materials


 Bituminous Materials
 Concrete Materials
 Electrical Materials
 Grading, Drainage and Backfill Materials
 Structures and Foundations Materials
 Guide Rail Materials
 End Treatments, and
 Pavement Markings Materials
 Water Plant Materials
 Sewer Infrastructure Materials

5.2 Quality Control Personnel/Firms

The Contractor shall ensure that:

a) The name of the QC Administrator, the Quality Verification Engineer, as detailed on


D-023, (QVE) and any QVE delegates are identified to the Contract Administrator, in
writing when specified, before they carry out the positions’ responsibilities,
b) If the Contractor divides the QC Administrator’s responsibilities between more than one
person, the Contract Administrator is provided with their names and a written explanation
of the responsibilities of each person before any of them carries out the position’s
responsibilities,
c) The QC Administrator, not a designee, shall attend all contract meetings unless otherwise
permitted by the Contract Administrator,
d) The QC Administrator shall only undertake quality related responsibilities as described
within this Special Provision. The QC Administrator shall not assume any
responsibilities normally associated with production.
e) Submissions of declarations for firms and personnel performing QC functions are
accurate, complete and submitted in accordance with the timeframes as detailed in
Section 4.1 Submissions,
f) The Contract Administrator is provided with proof of the identity of personnel listed in
5.2 (e) and QVE’s upon request,
g) Only the personnel/firms identified in submitted declarations, or in other forms of
communication when permitted by the Contract Documents, shall be utilized for the
indicated certifications, Interim Inspections, permissions to proceed and other quality
control activities, and
h) Personnel and firms meet the qualifications as specified in the Contract Documents and
maintain these qualifications for the duration of their participation in the work.

Section D\D-025 – March 31, 2011


March 2011
Page 4 of 9

5.3 Sampling, Testing and Submission of Results

The Contractor shall ensure that QC test results are recorded on the day on which the tests were
performed and are submitted to the Contract Administrator under the signature of the QC
Administrator, and that each of the following is performed in accordance with the Contract
Documents:

a) quality control and quality assurance material sampling, preparation, handling, delivery
and storage,
b) quality control testing and the timing for the testing, and
c) timing for the submission of results for all quality control testing

5.4 Construction Materials and Mix Designs

The Contractor shall ensure:

a) Each of the following complies with and is supplied in accordance with the Contract
Documents:

i) materials from approved/designated sources,


ii) mix design submission, including all supporting documentation, and
iii) submission of certification for all materials that require certification.

b) Each of the following is performed in accordance with the Contract Documents:

i) mix designs,
ii) materials testing and/or inspection prior to incorporation into the work, and
checking that materials meet the applicable specifications,
iii) materials handling and/or storage, and

c) That no materials are used that are identified as deficient prior to incorporation into the
work. The Contractor shall ensure that no materials are used that would have been
identified as deficient prior to incorporation into the work if QC test results had been
available when specified.

5.5 Other Quality Control Responsibilities

The Contractor shall ensure that all QC inspection activities and associated records are
completed in accordance with the quality control requirements of the Contract Documents and
that each of the following is in accordance with the Contract Documents:

a) submission of materials-related documentation prior to proceeding with construction of


particular elements of work,
b) the existing condition of substrate, formwork or other locations against which material is
to be placed,
c) environmental conditions for material placement, including but not limited to temperature
and weather constraints and placement restrictions,
d) equipment,

Section D\D-025 – March 31, 2011


March 2011
Page 5 of 9

e) construction methods for material placement and/or removal, and


f) provision of environmental protection of materials and elements of work and/or
maintenance of environmental conditions after material placement (for example; curing
of concrete, cold weather protection).

5.6 Certifications, Permission to Proceed and Submission of


Drawings/Documents

The Contractor shall ensure that:

a) All specified inspections have been carried out prior to certification,


b) All certifications are correct, completed accurately, submitted on time in accordance with
the Contract Documents and submitted prior to proceeding with the next phase of the
work where specified, and
c) All drawings and other documents sealed and signed by an Engineer or signed by an
Ontario Land Surveyor are submitted on time in accordance with the Contract
Documents.

5.7 Disposition of Deficient Materials and Workmanship

For each occurrence of deficient materials and/or workmanship the Contractor shall:

a) Immediately identify and notify the Contract Administrator of the deficiency prior to the
Contract Administrator bringing it to the Contractor’s attention,
b) Implement preventative measures prior to continuing with the operation and shall not
proceed with subsequent operations that would prevent or impede corrective work on the
deficiency,
c) Record a brief description of the deficiency in a daily diary immediately after identifying
the deficiency and the complete details within one business day of each occurrence,
d) Within 3 business days, unless otherwise mutually agreed in writing, submit a Deficiency
Report to the Contract Administrator containing the following:

i) the cause and extent of the identified deficiency,


ii) a proposal for corrective work
iii) for information purposes, a description of preventative measures to be undertaken
that will effectively prevent reoccurrence of the event, and
iv) a testing and/or inspection proposal for the written approval of the Contract
Administrator and undertake the approved testing and/or inspection to
demonstrate that the corrective action has been effective and the resulting material
or elements of work are acceptable, and
e) Implement the corrective work, testing and/or inspection in accordance with the approved
proposals.

Non-conforming work within the scope of certification by a Quality Verification Engineer shall
be dealt with as specified D-023.

Section D\D-025 – March 31, 2011


March 2011
Page 6 of 9

6.0 COMPLIANCE WITH QUALITY CONTROL PERFORMANCE


MEASURES

6.1 Assessment of Compliance

During the course of construction and within 30 calendar days after the date of certification of
Completion of the Work, the Contract Administrator will assess compliance to the quality
control performance measures.

The Contract Administrator's assessment of compliance may consist of random or milestone


inspections, continuous inspection, sampling and testing for audit purposes, audits of the quality
control documentation specified in the Contract Documents or any combination of the preceding
actions, at the discretion of the City of Ottawa. In addition, the City of Ottawa may perform
audits to assess compliance.

For workmanship, if the Contract Documents do not specify a test method or tolerance for a
specified property or measurement of a final product and the Contract Administrator identifies
deficient workmanship in the final product that the Contractor did not identify, the Contract
Administrator will provide the Contractor with a description of the deficiency in writing within
three business days of its identification. The Contractor shall use the Contract Administrator’s
assessment of compliance of that particular aspect of workmanship for inspection of work
already completed and for future work.

6.2 Non-Conformances to Quality Control Performance Measures


Identified by the Contractor

A non-conformance to a quality control performance measure occurs when the Contractor does
not comply with that quality control performance measure.

When a non-conformance occurs the Contractor shall:

a) immediately notify the Contract Administrator verbally or in writing.


b) within 24 hours of the non-conformance, submit a Non-Conformance Report containing a
description of the quality control performance measure that was not met together with a
proposal for corrective or mitigating action to the Contract Administrator for approval,
and
c) carry out corrective or mitigating action in accordance with the approved proposal.

6.3 Non-Conformances to Quality Control Performance Measures


Identified by the Contract Administrator

A non-conformance to a quality control performance measure occurs when the Contractor does
not comply with that quality control performance measure.

When a Notification of Non-Conformance is issued to the Contractor, the Contractor shall:


a) within 24 hours of the non-conformance, submit a Non-Conformance Report containing a
description of the quality control performance measure that was not met together with a
proposal for corrective or mitigating action to the Contract Administrator for approval,
and

Section D\D-025 – March 31, 2011


March 2011
Page 7 of 9

b) carry out corrective or mitigating action in accordance with the approved proposal

Within 24 hours after a non-conformance has been assessed, the Contractor shall comply with
the requirements of the Contract Documents that were the subject of the non-conformance. The
non-conformance will not be waived regardless of the Contractor’s subsequent compliance.

6.4 Financial Penalties

For each non-conformance report issued to the Contractor by the Contract Administrator, or for
each failure of the contractor to follow the requirements of clause 6.2 a $500.00 deduction shall
be made from the Contractor’s final progress payment. The final decision on the application of a
penalty shall be at the sole discretion of the City of Ottawa.

7.0 ACCESS TO RECORDS AND FACILITIES

The City of Ottawa shall be given access to obtain samples for testing and perform survey work,
as necessary in order to monitor the Contractor’s adherence to the requirements of the Contract.

The Contractor shall be required to retain and provide access to all inspection records and test
results for a period of at least six years after the date of certification of Completion of the Work.
This clause shall survive after the date of certification of Completion of the Work.

8.0 PAYMENT

8.1 Quality Control Activities

Full compensation for carrying out quality control activities and for meeting the requirements of
this Special Provision shall be included in the contract prices the Work.

9.0 DECLARATION OF A QUALITY MANAGEMENT SYSTEM

The Contractor shall submit form OTT-D025-01 prior to the start of Construction. Failure to
submit this Declaration in a timely manner may result in the Contractor defaulting the Contract.

Warrant: Recommended on all Contracts over $2,000,000.00

Section D\D-025 – March 31, 2011


March 2011
Page 8 of 9

Declaration of a Quality Management System


OTT-D025-01

I, [full name], ___________________________ of the [municipality] of


________________________, the “Contractor” do solemnly declare that:

I have read and agree with statements made in this Declaration and that by my agreement to the
statements as evident by signature below the statements are binding on the Company. I further
declare that I have the authority to bind the Company in this regard.

___________________________________ [the Company] has a quality management system


that is intended to meet the quality-related requirements of City of Ottawa Specifications,
Special Provisions and the Ontario Provincial Standards used in City of Ottawa contracts; the
system includes the following elements as a minimum; and the Company will diligently utilize it
for City of Ottawa construction contracts.

Company’s Quality Policy Document

A single policy document signed and dated by a member of top management who has the
authority to bind the Company stating:

•the broad objective(s) of the quality management system


•top management’s commitment to comply with the quality management system and to
continually improve the effectiveness of the quality management system,
•broad but measurable product quality objectives derived from the quality requirements of City
of Ottawa’s contract documents and top management’s commitment to achieving the product
quality objectives,
•the framework for establishing and reviewing product quality objectives and carrying out
internal audits of the quality management system,
•the Company’s responsibility for the quality of subcontractor’s work and supplier’s products
incorporated into City of Ottawa work, and
•methods that top management will use to ensure that the policy is communicated and
understood within the Company and the frequency of their use.

Organizational Structure

A documented organizational structure describing:

•the responsibilities of each position and a chart(s) showing each management position,
department, positions within the departments and how internal audit personnel, Quality
Verification Engineers, and subcontractors’ supervisory and quality control positions fit into the
organization,
•the relationship of those positions that have responsibility for the quality system and those that
manage and perform the work and the method for resolving conflicts between production and
quality objectives,
•the position and name of a member of management who, irrespective of other responsibilities,
has responsibilities and authority for the quality management system, reporting to top
Section D\D-025 – March 31, 2011
March 2011
Page 9 of 9

management on the performance of the quality management system and quality levels achieved;
and promotion of awareness of City of Ottawa’s quality requirements within the organization
through training and other means,
•specific authority and responsibilities of the positions that verify that the Company’s suppliers
and subcontractors’ work meets City of Ottawa’s quality requirements, and
•the position and name of a member of management who has responsibility for the internal audit
of the quality management system; and the responsibilities and scope of the internal quality audit
position(s) for the quality management system and for quality audit reporting at least once a
year.

This declaration will remain in effect for the duration of the Contract.

The Contract Administrator may require submission of the Company’s internal quality
management system audit report(s) at no cost to City of Ottawa within 14 calendar days of
written notice to the Company.

I make this solemn declaration conscientiously believe it to be true, and knowing that is of the
same force and effect as if made under oath.

Declared before me at [municipality]


__________________________________________________

This [date] __________________________

Signature ___________________________

A Commissioner for taking affidavits in and for the courts of Ontario, notary public or other
person authorized by law to administer and oath or solemn declaration.

________________________________________

Section D\D-025 – March 31, 2011


March 2011
Page 1 of 1
SPECIAL PROVISION - GENERAL
No. D-026

CONTRACTOR PROGRESS PAYMENT CERTIFICATE

The Contractor shall submit an Application for Progress Payment monthly after starting the work on this
Contract. This Application for Progress Payment must be for work completed at the agreed monthly cut-
off date. The format of the application must be approved by the Contract Administrator.

Within five (5) Business Days following the agreed monthly cut-off dates, the Contractor shall submit an
updated Application to the Contract Administrator.

Invoice detailing:

Item Numbers, Description, Unit of Measurement, Original Tender Quantity, Approved Revised
Quantity, Total Quantity To Date, Quantity Previous Invoice, Quantity This Period, Unit Price, Dollars
This Period, and Total Dollars To Date.

Subtotals must be detailed for Tender Items, Change Orders, Incentives, Disincentives and Quality
Assurance Material Bonuses or Penalties.

The Item information appearing on the invoice must agree exactly with those as shown in the bid Tender
document.

Invoice submission:

Invoices shall be submitted in hard copy and digital format (.pdf).

The Contract Administrator will review the invoice for completeness within five (5) Business Days.
Invoices returned to the Contractor as deficient shall be resubmitted to the Contractor Administrator
within (3) business days.

The Owner will pay the approved invoice within the timelines as stated in the contract after the
Application For Progress Payment date, or after the date of receipt of an invoice which had to be
resubmitted due to deficiencies, errors or noncompliance with the Owner's request in the preceding
paragraphs.

Warrant: On City Project Manager Recommendation.

Section D\D-026 – March 31, 2011


March 2011
Page 1 of 2

SPECIAL PROVISION - GENERAL

No. D-027

NOTIFICATIONS

Subsection GC7.012, Notices by the Contractor, of the Modified OPS General Conditions, is
supplemented by the following provisions:

Standard City of Ottawa Construction Forms

The Contractor shall acknowledge the most current version of the ISD Change Order process.

The Contractor shall use and submit to the Contract Administrator the following standard forms

• ISD-CT-03 Extension of Time.doc (most current version)


• ISD-IC-01 Intent to Claim.doc (most current version)
• ISD-IF-09 Sterilization Request.doc (most current version)

The Contractor may elect to use the following standard forms, or an alternate form which contains the
same content in their submissions to the Contract Administrator.

• ISD-DW-01 Daily Work Record.doc (most current version)


• ISD-CO-04 Time and Material Summary.xls (most current version)

Forms can be requested though the Contract Administrator or through email at


standardssection@ottawa.ca.

Notification Prior to Placement of Final Lift Asphalt

The Contractor shall submit the “Notification Prior to Placement of Final Lift of Asphalt” form OTT-
D027-01 to the Contract Administrator at least five (5) working days prior to the placement of the final
lift of asphalt.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling the obligations
set out in this Special Provision – General.

Warrant: On all contracts.

\Section D\D-027 – March 31, 2011


March 2011
Page 2 of 2

\Section D\D-027 – March 31, 2011


March 2013
Page 1 of 2
SPECIAL PROVISION – GENERAL

No. D-028

QUALIFICATIONS AND EXPERIENCE – GENERAL CONTRACTOR

The City of Ottawa reserves the right to request the General Contractor to demonstrate
satisfactory performance in the construction of works that are similar in magnitude and
complexity to this project.

If requested, the General Contractor will have to provide the mandatory experience
indicated below within 24 hours of the request. The General Contractor shall
satisfactorily prove that the mandatory requirements have been met. Failure to meet
the mandatory requirements listed herein will result in the tender being deemed non-
responsive and will not be considered for contract award.

The City of Ottawa reserves the right to request additional information from Tenderers
and shall be the sole judge to whether a bidder meets the requirements of this Special
Provision.

The following is to be completed and submitted upon request.

Experience of the General Contractor


The General Contractor must have successfully completed a minimum of three (3)
projects of similar magnitude and complexity within the last five (5) years in the capacity
of the General Contractor. Failure to meet the requirements will result in the tender
being deemed non-responsive and will not be considered for contract award.

Experience of the Project Manager


The General Contractor shall confirm the name and experience of the Project Manager
who will the have responsibility of the overall management of the project. The Project
Manager must have the authority to enter into binding agreements on matters
concerning this tender on behalf of the company. The Project Manager’s experience
shall demonstrate at least three (3) successful construction projects of similar
magnitude and complexity managed. Failure to meet the experience requirements will
result in the tender being deemed non-responsive and will not be considered for
contract award.

Experience of the Project Site Superintendent


The General Contractor shall confirm the name and experience of the Site
Superintendent to be supervising all operations and activities on site on a full-time
basis. The Superintendent’s experience shall demonstrate at least three (3) successful
construction projects of similar magnitude and complexity supervised, with proven
experience in dealing with strict construction schedule and high public scrutiny. Failure
to meet the experience requirements will result in the tender being deemed non-
responsive and will not be considered for contract award.

Sub-contractors and Suppliers

\Section D\D-028 – March 31, 2013


March 2013
Page 2 of 2
SPECIAL PROVISION – GENERAL

No. D-028

The General Contractor shall confirm the name(s) and experience of the sub-
contractors and suppliers to be used on the project. Sub-contractors shall have proven
experience in the supervision of the scope of work they are required to complete under
this contract.

\Section D\D-028 – March 31, 2013


Date: March 2015
Page: 1 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

TABLE OF CONTENTS

01 SCOPE
02 REFERENCES
03 DEFINITIONS
04 MATERIALS
05 EQUIPMENT
06 CONSTRUCTION
07 QUALITY ASSURANCE
08 BASIS OF PAYMENT

Amendments to OPSS 501

The Contractor shall not be entitled to the payment for the associated tender items that have
OPSS 501 called up, until all the requirements outlined in this specification have been
achieved. OPSS 501 is deleted in its entirety and replaced with the following.

01 SCOPE

This specification covers the Quality Control / Quality Assurance (QC / QA) requirements for
compaction of earth and granular materials for all items in the contract and is in addition to
requirements specified in OPSS 401, OPSS 206, OPSS 314 and City of Ottawa Specification
SP-F3147.

This Special Provision covers the requirements for all granular materials and earth placed
within the road structure, culverts, structures, watermain trenches, sewer trenches, all other
utility trench reinstatements and all service connection trenches.

02 REFERENCES

This specification refers to the following standards, specifications or publications:

City of Ottawa – Construction Specifications

Special Provision F-3147 Granular Materials

Ontario Provincial Standard Specification, General

OPSS 102 Weighing of Materials

Ontario Provincial Standard Specifications, Construction

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 2 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

OPSS 206 Grading


OPSS 314 Untreated Granular, Subbase, Base, Surface, Shoulder and Stockpiling
OPSS 401 Trenching, Backfilling, and Compacting
OPSS 506 Dust Suppressants

Ontario Provincial Standards Specifications, Materials

OPSS 1001 Aggregates - General


OPSS 1010 Aggregates – Base, Subbase, Select Subgrade and Backfill Material

Others:

MTO Laboratory Testing Manual

LS-623 One Point Proctor


LS-706 Moisture - Density Relationship of Soils Using 2.5 kg Rammer and a 305 mm
Drop
ASTM

D6938-10 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)

03 DEFINITIONS

For the purpose of this specification the following definitions apply:

Backfill Material means as defined in OPSS 401.

Bedding Material means as defined in OPSS 401.

Cover Material means as defined in OPSS 401.

Earth means as defined in OPSS 206.

Embedment Materials means as defined in OPSS 401.

Rut means a sunken track or groove made at the surface by the passage of vehicles.

Overlay Construction is defined as construction that does not involve watermain and/or sewer
installation/removal and involves rehabilitation/upgrading of existing pavement structure.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 3 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

New Pavement Construction is defined as construction of pavement structure in an area that


previously did not have any pavement structure.

Pavement Structure is defined as the upper portion of the road or parking area and includes all
the layers resting on the subgrade.

04 MATERIALS

04.01 Earth

Earth shall be according to OPSS 206.

04.02 Granular Material

Granular material shall be according to City of Ottawa Special Provision F-3147.

04.03 Water

Water shall be according to OPSS 506.

05 EQUIPMENT

05.01 General

The type of equipment used shall be suited to the material to be compacted, the degree of
compaction required and space available.

Compaction equipment for control strips shall have a minimum static weight of 9,000 kg.

05.02 Hand Operated Vibratory Equipment

Hand operated vibratory equipment shall have a power output no greater than 10 kilowatts.

05.03 Water

Equipment for applying water shall be capable of uniform distribution with proper flow control.

06 CONSTRUCTION

06.01 General

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 4 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

The method and layer thickness of placing earth or granular material shall be according to the
specifications that govern the work. When field tests indicate that the required degree of
compaction cannot be obtained with the equipment in use or the procedure being followed, the
operations shall be modified so that the equipment and procedures will produce the required
results.

06.02 Restricted Zones

Hand operated vibratory type compaction equipment shall be used behind all retaining
structures to compact fill material within restricted zones as follows:

a) Abutments and Retaining Walls: An area within a plane extending from the base of the
back face of the wall, where it contacts the footing, upwards at a slope of 1.5 vertical to
1 horizontal, to a maximum distance of 2.5 m from the wall.

b) Wingwalls: An area within 1.5 m from the back face of the wall.

c) All areas not accessible to large equipment such as around catch basin and manholes.

06.03 Water for Compaction

Water shall be applied as necessary to achieve the degree of compaction required.

06.04 Quality Control

06.04.01 General

Quality Control (QC) testing shall be carried out by the Contractor for purposes of ensuring that
earth and granular materials used in the work conform to the specified compaction
requirements. QC compaction testing will be based on a lot-by-lot basis of material placed and
compacted in the work. New QC lots shall be established whenever recompaction is carried
out following scarification or placement of additional material onto previously tested and
accepted lots.

Field density and field moisture determinations shall be made in accordance with ASTM D
6938.

All QC laboratory testing shall be conducted at a CCIL certified laboratory.

Damage to a previously compacted and accepted QC lot that results in surface yielding, earth
waves or ruts more than 50 mm in depth within earth or 15 mm in depth within granulars shall
be fully repaired and retested to meet the requirements of this Special Provision prior to

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 5 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

placement of any overlying material. Surface distortions that cannot be successfully


recompacted shall be removed and replaced with new material. All such repairs, new material
and retesting shall be at no additional cost to the Owner.

The Contractor shall designate a Quality Control Administrator for the duration of the project.
This individual shall be responsible for compiling test results, maintaining competent records
and addressing QC deficiencies.

06.04.02 Target Density

The target density for granular base and sub-base in Overlay Construction and New Pavement
Construction involving areas over 2500 m2 shall be established by control strip method as
detailed in section 06.04.05. Target density for all other construction shall be established by
either Control Strip Method or Laboratory Method as detailed in section 06.04.05.

New target density for each material shall be established as per the following schedule:

 At the time of initial use of each source.


 When there is a perceptible change in the appearance, properties or gradation of
materials or both.
 Upon completion of each 10 QC lots of materials, whether accepted or rejected, on the
basis of one set of target density values. For Granular materials listed in Table 2 of City
of Ottawa Specification F-3147, upon completion of each 25 QC lots of materials,
whether accepted or rejected, on the basis of one set of target density values.
 At least once per calendar year (carry-over contracts).
 When requested by the Contract Administrator (CA).

06.04.03 Submission Requirements

Failure to provide the required submissions will result in no payment for the associated tender
item.

06.04.03.01 QC Control Plan

The Contractor shall, at least ten (10) business days prior to commencing work, provide the CA
and City’s Quality Assurance Unit (qasection@ottawa.ca) with a QC Compaction plan that shall
include the following information:

 Contract Number
 Contract Name
 General Contractor Name
Section D\ D-029– March 2, 2015
Date: March 2015
Page: 6 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

 Quality Control Administrator Name


 Subcontractor conducting the compaction, if different than general Contractor
 Name of the person conducting the QC Testing using nuclear gauge
 Make and Model of the Nuclear Density/Moisture Gauge
 Calibration Date of the Nuclear Density/Moisture Gauge
 Name of the lab conducting the QC testing.
 Section/Lot/Sublot Structure including a)the tender item number that the lot corresponds
to b) material type and c) method of determining target density.
 Identification of any perceived areas with potential difficulties (i.e. around existing utilities,
constrained spaces) and the compaction methodology that will be followed for these
areas.

06.04.03.02 Target Density by Control Strip Construction

At least two (2) business days prior to the construction of a control strip, the Contractor shall
provide the CA and Quality Assurance Unit (QAU) with all QC laboratory results related to
Optimum Moisture Content (OMC) determination including the MDD from the laboratory test.
The Contractor shall also indicate the proposed date of Control Strip Construction.

The Contractor shall also forward the CA and QAU, all the field data related to control strip
construction including the target density within one (1) business day of establishing the target
density.

06.04.03.03 Target Density by Laboratory methods

A Native backfill material: The Contractor shall provide the results of Target Density
Determination and OMC prior to placement/compaction of the respective native backfill material.
When requested by the Contractor, the CA may however allow the Contractor to proceed with
the compaction without Target Density/OMC of the respective native backfill material, if the CA is
satisfied that the compactive effort/processes are adequate to achieve the required compaction.
When the Contractor is allowed to proceed with the compaction without Target Density/OMC for
native backfill material, the Contractor shall provide the CA and QAU with results of Target
Density Determination and OMC within three (3) business days of commencing the compaction
of native backfill material.

B Materials other than Native Backfill material: The Contractor shall provide the results of Target
Density Determination and OMC at least two (2) business days prior to placement of the
respective material.

06.04.03.04 Field Test Results

All field test results, including but not limited to, field dry density, field moisture content, QC Lot
Number, QC lot compaction and lift elevation shall be made available to the CA in a format
Section D\ D-029– March 2, 2015
Date: March 2015
Page: 7 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

acceptable to the Owner, within 2 business days following completion of QC compaction


testing.

The Contractor shall also forward all field test results and information relating field moisture
content, field dry density, QC lot compaction and lift elevation to QAU (qasection@ottawa.ca)
within two (2) business days following completion of QC Compaction testing.

06.04.03.05 QC Compaction Summary Report

The QC Administrator shall provide a QC Summary report along with the payment quantity
report at the time of invoicing. The QC summary report, as a minimum, shall include a) all the
tender items for which the QC compaction testing was done including the Lot/Sublot
information and b) highlight tender items that do not meet compaction requirements.

06.04.04 Test Equipment and Operator Training

06.04.04.01 General

The Contractor shall supply all necessary nuclear moisture/density gauges and ancillary
equipment required to conduct field density and field moisture measurements for QC
compaction testing of earth and granular materials.

Only qualified operators using properly-calibrated gauges shall conduct QC compaction


testing.

06.04.04.02 Gauge Requirements

Each nuclear moisture/density gauge shall have been calibrated within the last 12 months,
either by the manufacturer or other qualified agent, against certified density and moisture
reference blocks. In addition, the Density Standard Count and the Moisture Standard Count
shall be within 2.0 percent and 4.0 percent respectively, of the most recent calibration values.
The registered owner of the gauge shall maintain a valid Radioisotope License for each gauge.

06.04.04.03 Operator Requirements

Each operator shall have been trained in the safe operation, transportation and handling of a
nuclear moisture/density gauge.

Prior to conducting QC compaction testing, the Owner may inspect all operators for
competency. The Contractor shall make all necessary arrangements regarding the schedule,
location and materials for the inspection, subject to agreement with the CA. Each operator

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 8 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

must successfully demonstrate the correct procedures for determination of lot and sublot sizes,
field dry density, field moisture content, percent compaction and lot average of a compacted lot
of material. The first two inspections may include up to five operators and five gauges and will
be carried out at no charge. Additional inspections will be charged at a rate of $500.00 each.

Inspections shall be valid for the current calendar year only. Alternatively, certificates from an
operator training program, approved by the Owner, shall be accepted for the period for which
they are valid. The Owner may review and inspect the competency of gauge at any time
throughout the duration of the contract.

06.04.05 Target Density by Control Strip or Laboratory Method

The Contractor shall construct a control strip consisting of a single uniform lift for the
determination of a target density. The Owner shall be notified at least two (2) business days
prior to conducting control strips and may require that QA personnel be present.

Prior to construction, the Optimum Moisture Content (OMC) of the control strip materials shall
be determined from representative random samples of material to be used in the control strip.
For granular materials, the OMC shall be from individual test results from LS-623 or LS-706.
For earth, the OMC shall be the test result from LS-706 carried out on a single representative
sample.

Each control strip shall consist of a single uniform lift not more than 0.30 m in depth and
covering at least 400 m2 in area.

During construction of the control strip, the average field moisture content shall be maintained
within the range of no less than 2.0% lower than, and no more than 1.0% greater than the
OMC of the control strip material.

After initial placement of the material, the compaction equipment for that operation shall make
six passes over the entire surface of the control strip. Field densities and field moisture
contents shall be determined at three randomly selected locations. The dry density and
moisture content shall be calculated for each location and the averages shall be used as initial
values for dry density and moisture content.

The compaction equipment shall then make two additional passes over the entire surface of
the control strip. Three separate random field density and moisture determinations shall then
be made and a new average dry density and moisture content shall be calculated.

If the new average dry density exceeds the previous value by more than 0.030 t/m 3 then
additional passes of the equipment shall be carried out as described above. If the new average
dry density does not exceed the previous value by more than 0.030 t/m 3, then compaction of
the control strip will be considered satisfactory and complete.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 9 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

Upon satisfactory completion of the control strip, an additional seven field density and moisture
tests shall be taken at random locations and the dry density and moisture content values shall
be determined. The final dry density and moisture content of the control strip shall be the
average of these seven values and the three most recent values obtained upon completion of
the control strip. Provided that the final moisture content lies within the allowable range of the
OMC as given above, the final dry density shall be the target density of the control strip.

Target density when determined by laboratory method shall be based on the maximum dry
density (MDD) as determined by LS-623 when applied to granular materials and by LS-706
when applied to earth. For granular materials, the individual test result obtained from randomly
selected samples from the work shall be used. For earth, the MDD shall be the test result from
LS-706 carried out on a single representative sample. QC laboratories conducting the work
shall hold CCIL certification for the laboratory procedures performed. When requested by the
CA, the Contractor shall, within two (2) business days of request, provide representative
samples of the materials adequate to conduct laboratory testing to determine Target
Density/OMC by LS-623( when applied to granular) or LS-706 (when applied to earth).

06.04.06 Section and Lot Size

Compaction control shall be conducted on a lot-by-lot basis. The designation of the limits of
the sections and lot shall be the responsibility of the Contractor and shall meet the following
minimum requirements:

 The project shall be divided into sections. For pipe installations, the maximum section
length will generally be 200 m (Typically one city block). Each material used in each
installation shall be tested to the frequency provided in Appendix 1 - Table 1. Different
pipe sizes and types shall be considered different installations.

 Where multiple pipe installations occur within the same trench, the earth backfill for the
combined installations may be considered one backfill installation.

 A construction project that includes new pavement construction shall use Appendix 1 –
Table 1B for defining the section/lot/sublot for pavement structure construction and Table
1A and/or Table 1C for rest of the work as applicable. The Section ID for the Pavement
Structure shall be different than the one used for rest of the work.

06.04.07 Compaction Testing

All visibly soft or loose areas shall be compacted prior to testing. At least one field density and
moisture test will be carried out at a randomly selected location within each sublot. For pipe
and sewer backfill (Earth or Granular), the three sublots shall be obtained at bottom third (1/3)

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 10 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

of trench, mid third (1/3) of trench and upper third (1/3) of trench below subgrade line. Actual
lift thicknesses shall be in accordance with OPSS 401.

The dry density of each sublot shall be determined as a percentage of the target density,
calculated to the nearest 0.1%. Consecutive lot numbers shall be used to designate each lot of
material and the limits of the lot shall be clearly documented. Field dry density values and
moisture contents determined for each sublot shall be recorded.

The Contractor or the individual conducting QC testing on behalf of the Contractor shall allow
the Contract Administrator, Contract Administrator’s representative on site or Owner’s
representative on site to witness the QC testing.

Where the compaction does not conform to the acceptance criteria, the Contractor shall
immediately notify the CA and complete additional compaction as is necessary to meet the
acceptance criteria. Acceptance or rejection of the re-compacted lot shall be made by carrying
out four additional random tests.

When the Contractor is unable to conform to the acceptance criteria based on the target
density established by laboratory methods and when the CA has been satisfied that this
inability to conform to the criteria is not a result of the Contractor's operation or equipment,
then the Contractor may request that a new target density be established for that operation.

New target density shall be determined by the Contractor’s Geotechnical Consultant. The
proposed target density, along with the proposed compaction methodology shall be submitted
to the Contract Administrator within 24 hours. Submissions shall be signed and sealed by a
Professional Engineer, licensed in the Province of Ontario. The Contractor shall be permitted
to proceed with a verbal agreement from the CA prior to submitting the information in writing.

06.04.08 Percent Compaction

The percent compaction requirement for each lot shall be as provided in Appendix 1 - Table
2.

06.04.09 Acceptance

Acceptance or rejection of a QC lot compaction shall be established by calculation of the


average field dry densities in conjunction with the lowest field density for the lot. Where the
average lot density and individual field density meet the criteria presented in Table 2, the lot is
considered acceptable, otherwise, the lot is rejectable. Where testing frequency has not been
conducted in general conformance with Table 1, the lot is rejectable.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 11 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

06.04.09.01 Rejected Lots

Where the testing has not been conducted in general conformance to the testing frequencies
provided in Table 1, the entire lot or portion of the lot shall be retested to the satisfaction of the
CA.

Where QC field densities indicate that the lot does not meet the compaction specified, the lot
shall be recompacted, with adjustment to the moisture content as required, until satisfactory
compaction is achieved. The recompacted lot shall be retested.

When compaction of a QC lot does not meet the acceptance criteria and when the CA has
been satisfied that this is not a result of the Contractor's operation or equipment or scheduling,
then a new target density shall be established for that operation.

07 QUALITY ASSURANCE

The CA may conduct random testing and inspection of QC records in order to establish the
acceptability of the QC compaction testing and verification of the field moisture content, field
dry density, OMC, MDD, target density and average density.

The CA may verify the target density based on MDD and OMC for granular and earth materials
determined by LS-623 or LS-706, respectively.

Access to a control strip or to compacted QC lots shall be provided prior to placement of


subsequent layers or pavement. Where laboratory methods have been used to calculate target
densities, the laboratory report must be accessible to the Owner QA representatives on site.
Subsequent layers, including hot mixed asphalt (HMA) may not be placed until QA testing has
been conducted or waived by the CA.

07.01 Gauge Verification

Gauge verification QA shall consist of taking three random field density and moisture content
measurements of a compacted lot or control strip and the subsequent calculation of the
average dry density. Provided that the mean dry density determined by QC test results for the
same material is within 139 kg/m3 for granular materials, and 150 kg/m3 for earth when
compared with QA mean dry density, the QC test results will be considered valid.

07.02 Compaction

Compaction QA shall consist of taking random field density and moisture measurements of a
compacted lot or control strip and the subsequent calculation of the average field density of the
lot. Provided that the average field density and minimum field densities determined by QA

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 12 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

testing demonstrates acceptable compaction according to the limits provided in Table 1 and
Table 2, no further action will be taken.

If the average field densities or individual field densities determined by QA testing is found to
be outside the limit allowed or demonstrates errors in QC reporting, the Contractor shall
undertake an investigation to determine and resolve the discrepancies. The results of the
investigation shall be reported to the CA within three (3) business days of notification by the
CA. The result of the investigation shall include as a minimum the following:

 The cause of the identified discrepancies.


 A proposal for corrective work.
 For information purposes, a description of preventive measures to be undertaken that
will effectively prevent reoccurrence of such event.

Furthermore, the corrective work may include but is not limited to any or all of the following:
 Re-compaction of the lot.
 Retesting of the lot by the Contractor.
 Establishment of a new target density by control strip.
 Re-inspection of the gauge/operator by the Owner.
 Recalibration of the gauges.
 Removal and replacement of unsuitable materials.

07.03 QC Records Inspections

QC records of the lot or control strip selected by the CA shall be inspected for calculation
errors, missing test data or improper lot quantities. If errors or omissions are found that identify
insufficiently compacted or improperly or untested lots, the Contractor shall make all such lots
available and recompact and/or retest these lots so that they comply with the requirements of
this Special Provision.

07.04 Charges

The CA will charge the Contractor $250.00 for each lot identified through QA compaction
testing or QC records inspection that requires recompaction and/or retesting. In addition,
following discovery of a discrepancy or inadequate compaction, the CA will conduct QA
compaction testing on all lots of new material without undue delay. If any of these lots do not
meet the QA requirements of this Special Provision, the Contractor will be charged a fee of
$250.00 for each lot tested. QA compaction testing will continue until three consecutive lots
have met the requirements of this Special Provision.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 13 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

Any work carried out by the Contractor to recompact or retest any material as a result of QA
compaction testing or QC records inspection shall be carried out at no additional charge to the
Owner.

08 BASIS OF PAYMENT

Payment at the Contract price of the appropriate tender item requiring compaction of earth and
granular materials shall be full compensation for all labour, Equipment, and Materials to do the
work of compacting, including the water used for compaction, and shall also include the cost of
preparing the QC Compaction plan and all work associated with QC testing.

Any work required to repair or remove and replace damaged QC lots shall be at no extra cost
to the Owner.

Replacement of unsuitable equipment to obtain an appropriate target density shall be at no


extra cost to the Owner.

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.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 14 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

Appendix 1 – Compaction Requirements

Table 1A. Compaction Lot Size (except culverts, overlay construction and new
pavement construction)
CONSTRUCTION SECTION SIZE LOTS AND SUBLOTS
Earth Embankments,
One lot with minimum 3 sublots for
Granular Base, Granular Max 200 linear
each layer of each material placed. Lot
Subbase, Granular metres (note 1)
shall not exceed a total area of 2000 m2
Shoulders
Max 200 linear One lot per section with a minimum of 3
Pipe Bedding
metres sublots per lot.
Max 200 linear One lot per section with a minimum of 3
Pipe Cover
metres sublots per lot.
Pipe Backfill (Earth or Max 200 linear One lot per section with a minimum of 3
Granular) metres sublots per lot (note 3)
One lot for project. One sublot for
Service Installations Project limits
every five services installed.
Utility Structures, CB,
MH, vaults etc. with max One lot for project. One sublot for
Project limits
cross sectional area < every five utility structures installed.
2
5.3m (2.6 m diameter)
One lot for each buried structural
Structure Backfill
Each structure element or culvert with a minimum of
(note 3)
three sublots per lot (note 2).
Notes:
1) The width of the lot shall be the limits established for the current material placement
only and shall not include adjacent material to be placed at a future date.
2) The total quantity of material placed within each sublot shall not exceed 100 tonnes. 3)
Includes all bridge related works and utility structures with cross sectional area > 5.3m2.

Table 1B. Compaction Lot Size for Overlay Construction and New Pavement
Construction
CONSTRUCTION SECTION SIZE LOTS AND SUBLOTS
Granular Base, One lot with 4 sublots for each layer of
Max 500 linear
Granular Subbase, each material placed. Lot shall not
metres (note 1)
Granular Shoulders exceed a total area of 5000 m2 (Note 1)
Notes:
1) The width of the lot shall be the limits established for the current material placement
only and shall not include adjacent material to be placed at a future date.

Section D\ D-029– March 2, 2015


Date: March 2015
Page: 15 of 15
SPECIAL PROVISION – GENERAL
No. D-029
CONTRACTOR QUALITY CONTROL COMPACTION

Appendix 1 – Compaction Requirements – continued

Table 1C. Compaction Lot Size for Culverts

CONSTRUCTION SECTION LOTS AND SUBLOTS (Note 1)


SIZE
One lot per Section with a minimum of
Culvert Bedding Culvert Length
3 sublots per lot.
Pipe dia < 2.0m
1 Lots per Section with a minimum of 3
sublots per lot (note 3)
Culvert Length
Culvert Cover Pipe dia >= 2.0m
2 Lots per Section with a minimum of 3
sublots per lot (note 3)
Pipe dia < 2.0m
One lot for Section with a minimum of 3
sublots per lot (note 2)
Culvert Backfill (Earth or
Culvert Length
Granular) Pipe dia >= 2.0m
2 Lots for Section with a minimum of 3
sublots per lot (note 2)
Notes:
1) Where the culvert is not circular, the maximum dimension shall be considered the
diameter for the purpose of this table.
2) The total quantity of material placed within each sublot shall not exceed 100 tonnes.
3) One lot shall be conducted between the bedding and springline and one lot
conducted above springline.

Table 2. Compaction Requirements

TYPE OF MATERIAL SPECIFIED COMPACTION


Granular Materials excluding select Average > 99% SPMDD with no individual
subgrade (SSM), bedding materials and result below 98% SPMDD
cover materials
select subgrade (SSM), bedding materials Average > 96% SPMDD with no individual
and cover materials result below 95% SPMDD
Earth Fills and Earth Trench Backfill Average > 95% SPMDD with no individual
result below 94% SPMDD

Section D\ D-029– March 2, 2015


March 2017
Page 1 of 7

SPECIAL PROVISION - GENERAL


No. D-030

APPROVALS AND PERMITS FOR CONSTRUCTION DEWATERING INCLUDING


PERMITS TO TAKE WATER (PTTW) AND ENVIRONMENTAL ACTIVITY AND SECTOR
REGISTRY (EASR)

GC 7.09 Approvals and Permits is amended and extended herein.

1.0 General

The Contractor shall review the site conditions and their proposed construction methods to
determine the water management and water taking requirements applicable to the
construction of the proposed works.

For the purpose of City of Ottawa Special Provision – General No. D-031 “Construction
Dewatering”, any reference to PTTW shall be considered to mean PTTW and/or EASR.

The information presented herein is for information purposes only. The Contractor shall
ensure that all legislative requirements are adhered to, including but not limited to,
obtaining any applicable permit, registration and reporting requirements.

2.0 Supporting Documents:

The following documents are provided for information purposes only.

 Doc 1 Note to designer – ensure


documents are included in D-003
 Doc 2

Documents are provided by the City for information purposes and to assist with the
permitting and registration; however, the Contractor shall verify the assumptions contained
therein.

If the Contractor’s methods differ from the assumptions presented in any supplied
information, if provided, new plans shall be prepared and shall be the sole responsibility of
the Contractor.

3.0 Site Water Taking and Water Management Activities

Within the Contract limits, water management and water taking for construction site
dewatering is to be expected. The following summary is provided to assist the Contractor
in the development of water management plans, PTTW applications and EASR
registrations applicable for the site construction works.

\Section D\D-030 March 1, 2017


March 2017
Page 2 of 7

Site Water Taking and Water Management Activities


Is the Activity
Water Management Environmental
Activity anticipated?
Requirement Constraints
(Yes / No)

A. Diverting the waters Yes – May be Refer to O. Reg. Environmental best


of a water body* applicable 387/04. management practices
without pumping Review Not a water taking if and conservation
Hydrogeological water levels not authority
/Hydrology Report affected, check that permits/directions
other requirements in
Regulation are met.
B. Diverting the waters Yes – May be Refer to O. Reg. Adherence to O. Reg.
of a water body* with applicable 387/04. 387/04 4.2(3)
pumping Review PTTW or EASR not conditions;
Hydrogeological required provided Environmental best
/Hydrology Report seven (7) regulatory management practices
requirements are and conservation
satisfied as specified authority
in the Regulation. permits/directions
C. Management of Yes Refer to O. Reg. 63/16 Environmental best
stormwater only Review Site Drainage clause 8(1). management practices
Requirements PTTW or EASR not and conservation
required if ONLY authority
stormwater; all other permits/directions.
requirements of the Adherence to
regulation apply (e.g. stormwater
water taking and management and
discharge plans are stormwater bypass
required if taking over requirements
50,000 L/day).
D. Management of Yes - May be Refer to Environmental best
groundwater and applicable Act//Regulations. management practices
surface water less Not subject to PTTW and conservation
than 50,000 l/day or EASR. authority
permits/directions
E. Management of Yes Refer to Adherence to O. Reg.
groundwater and Review Act/Regulations. 63/16 including Activity
surface water from Hydrogeological Water taking for requirements clause
more than 50,000 to /Hydrology Report construction site 9(4) water taking plan
400,000 l/day dewatering is subject and 9(5) discharge
to EASR as per O. plan;
Reg. 63/16. Environmental best
management practices
and conservation
authority
permits/directions
F. Management of Yes Refer to Adherence to PTTW
groundwater and Review Act/regulations. requirements;
surface water more Hydrogeological Subject to PTTW Environmental best
than 400,000 l/day /Hydrology Report requirements. management practices

\Section D\D-030 March 1, 2017


March 2017
Page 3 of 7

and conservation
authority
permits/directions
G. All other activities To be determined by To be determined by Environmental best
involving the Contractor Contractor. management practices
management and and conservation
movement of water authority
permits/directions
*Water body, as defined in O.Reg. 359/09, includes a lake, a permanent stream, an intermittent
stream and a seepage area but does not include, (a) grassed waterways,
(b) temporary channels for surface drainage, such as furrows or shallow channels that can be tilled
and driven through, (c) rock chutes and spillways, (d) roadside ditches that do not contain a
permanent or intermittent stream, (e) temporarily ponded areas that are normally farmed, (f)
dugout ponds, or (g) artificial bodies of water intended for the storage, treatment or recirculation of
runoff from farm animal yards, manure storage facilities and sites and outdoor confinement areas.

Where a PTTW and/or EASR is required, the following Sections 4 and 5 provide further
details.

4.0 Permit to Take Water

Within the Project limits, inflows into the trench are expected to exceed the
threshold value of 400,000 L/day and, as such, a Permit to Take Water is required to
conduct the work. The City has applied for a draft Permit only.

Application by the City


1. The City will conduct the water resource scientific assessments necessary to
support an application for a PTTW in accordance with the documentation
requirement for the appropriate risk-classification of the proposed water taking
(Category 1, 2 or 3 as defined under the Guide to Permit to Take Water Application
Form (MOE, September 2007)).
2. The City’s Qualified Person will prepare a PTTW application and handle any pre-
consultation with the Ministry. Under the Guide to Permit to Take Water Application
Form (MOE, September 2007), a Qualified Person is defined as a licensed
Professional Geoscientist or exempted Professional Engineer as set out in the
Professional Geoscientists Act, 2000 of Ontario.
3. A PTTW application, with the applicable fee, will be submitted by the City Project
Manager during the design stage of a project. To enable application processing in
draft, the PTTW application shall include:
a. an estimate of the maximum (including contingency) water-taking rate
b. duration and daily amount
c. specification of the City as the applicant
d. Hydrogeological / Hydrology report where required
e. a Template Cover Letter OTT-D030-01 addressed to:

Ministry of the Environment and Climate Change


Attention: Permit to Take Water Director
Director, Environmental Assessment and Approvals Branch

\Section D\D-030 March 1, 2017


March 2017
Page 4 of 7

135 St. Clair Avenue West, 1st floor


Toronto, Ontario M4V 1P5

f. The Kingston office of the MOECC is required to be copied (cc’d) on the


application letter at:

Director, Section 34, Ontario Water Resources Act


Supervisor, Water Resources Unit
Ministry of the Environment and Climate Change
Technical Support Section
Eastern Region
1259 Gardiner's Road, Unit 3
Kingston, Ontario
K7P 3J6

Contractor Submissions
1. The final processing of the draft PTTW to enable issuance of the PTTW to the City-
specified Contractor will be contingent upon the Contractor’s submission of the
following to, and to the satisfaction of, the PTTW Director:
a. A letter signed by a person in authority with the Contractor (template letter
OTT-D030-02) – template letter is addressed to the Kingston office and
copied to the Toronto office
b. 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.
c. Confirmation of the Contractor’s water taking (pumping) rates as indicated in
Part 9 of the PTTW application form
d. A completed Part 11: Statement of the Contractor
2. 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.
3. The MOECC PTTW application form is available at:
http://www.ontario.ca/document/application-permit-take-water

Contractor’s Responsibilities and Limitations


1. The Contractor shall be responsible for costs associated with the discharging of
waters during construction including, but not limited to, monitoring of pumped
volumes, reporting of discharge volumes, termination/suspension of permits, or
other MOECC/City approval requirements.
2. The PTTW Director will only issue a Permit to a Contractor to authorize water-
taking in accordance with the application submitted by the City on behalf of the

\Section D\D-030 March 1, 2017


March 2017
Page 5 of 7

Contractor. 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.

The Contractor acknowledges and agrees that he will not seek additional compensation
for time delay and/or cost associated with a new application.

Expiration of Draft PTTW


Any application for a draft PTTW, for which a PTTW is not issued within one (1) year of
receipt of the City-initiated application, may be closed at the discretion of the PTTW
Director. Accordingly, a new complete application would be required to resume
processing.

Contact Information for consultation:


Greg Faaren, P.Geo.
PTTW Director, Section 34, Ontario Water Resources Act
Supervisor, Water Resources Unit
Ministry of the Environment and Climate Change
Technical Support Section
Eastern Region
1259 Gardiner's Road, Unit 3
Kingston, Ontario
K7P 3J6
Tel: 613-540-6872 or 1-800-267-0974

5.0 Environmental Activity and Sector Registry:

Detailed information on registration is available at:


https://www.ontario.ca/page/environmental-activity-and-sector-registry

Contractor’s Responsibilities and Limitations:

The Contractor is responsible for fulfilling the requirements as set out in the Environmental
Protection Act (EPA) and Ontario Water Resources Act (OWRA), including preparation of
a Water Taking Plan and Discharge Plan. If: a) supporting hydrogeological information is
provided by the City, b) the information indicates that it constitutes a Water Taking or
Discharge Plan as defined in O. Reg. 63/16, and c)the Contractor is satisfied with the
assumptions contained therein, this information may act as the Water Taking Plan and/or
Discharge Plan, as applicable.

If the Contractor’s methods differ from the assumptions presented in any supplied
information, if provided, new plans shall be prepared and shall be the sole responsibility of
the Contractor.

\Section D\D-030 March 1, 2017


March 2017
Page 6 of 7

Prior to the Contractor completing registration of the EASR, the Contractor is required to
inform the City Project Manager that the EASR is ready to be reviewed and attested by the
City’s Business Accountable Person. Following which payment is completed in order to
register the EASR with the MOECC.

5.1 Location Information

The following location information is provided to assist the contractor with their
registration. The site location is provided in EASR input method “Non-Standard Location”
using latitude and longitude unless otherwise stated. The field “Location Description” must
also be entered in order to create the site within the EASR online system.

Location Information

Site location in
Location Description (e.g. Street X from Avenue Y to
Avenue Z) deg/min/sec
Activity (e.g. culvert excavation – dug-out)

Latitude 00: 00: 00


Location 1– (Description of location)
Longitude 00: 00: 00
Activity – (Describe Activity)
Latitude 00: 00: 00
Location 1– (Description of location)
Longitude 00: 00: 00
Activity – (Describe Activity)
**Note: Fields that must also be entered – “Municipality” is Ottawa and “Unorganized
Area” is left blank.

5.2 Special Policy and Source Protection Areas

Site is Special Policy Area: Yes/No

Site is inside Source Protection Area: Yes/No

6.0 Contractor Reporting Requirements and Notifications to the Owner – All


Activities

1. The Contractor shall provide the Contract Administrator and copy to the City
Project Manager, a copy of the complete PTTW application including supporting
documents and any other information as required by and submitted to the
MOECC.
2. Upon receipt of the PTTW, the Contractor shall provide to the City Project
Manager a copy of the PTTW issued in its name.

\Section D\D-030 March 1, 2017


March 2017
Page 7 of 7

3. Upon registration with the MOECC EASR, the Contractor shall provide to the
Contract Administrator and cc’d to City Project Manager, a copy of the
registration.
4. Provide a copy of the Water Taking and Discharge Plans to the Contract
Administrator in advance of water taking activities.
5. The Contractor shall provide to the City Project Manager on a weekly basis the
detailed information on volumes of water taken daily. The same information
shall be provided to the MOECC at project completion.
6. The Contractor shall provide information to the MOECC, with a copy to the City
Project Manager, on any other conditions that require monitoring/information as
detailed in the PTTW and/or EASR.
7. Provide a copy of any notifications or other correspondence with the MOECC to
the Contract Administrator.
8. The Contractor shall provide a copy of any MOECC orders or directives issued
at the site within 24 hours of receipt.

The Contractor is reminded that the MOECC deadline for reporting volumes of water taken
on a daily basis, for each year, is March 31 of the following year.

7.0 Adherence to regulations and by-laws

The issuance of an MOECC Permit or registration does not remove the requirements to
adhere to all federal, provincial and City By-law requirements including City Sewer Use
By-law and associated Sanitary Sewer Agreements (SSA).

8.0 Payment

All costs associated with compliance to MOECC water taking and water management
requirements as well as all costs related to water management and dewatering for
construction purposes shall be deemed included in the overall contract price. A separate
payment item for work required to comply with this special provision such as, but not
limited to, metering, sampling, testing, or reporting shall not be provided.

\Section D\D-030 March 1, 2017


March 2016
Page: 1 of 5

SPECIAL PROVISION - GENERAL


No. D-031

CONSTRUCTION DEWATERING

General

This Special Provision – General covers the requirements for construction dewatering
and discharge of groundwater to the City of Ottawa storm or sanitary/combined sewer
system, including the requirement for the Contractor to obtain a Sanitary Sewer
Agreement (SSA) from the City when applicable.

The groundwater generated during construction activities must be managed on site by


the Contractor by accepted means, such as using trench infiltration pits or by
discharging to the existing sewer system under the terms and conditions of a SSA. The
Contractor is wholly responsible for the construction dewatering activities.

For the purpose of this specification, groundwater shall also include external water
sources and surface water runoff that has entered the trench.

Groundwater Management Plan

The Contractor shall prepare a Groundwater Management Plan (GWMP) for submission
to the Contract Administrator. The GWMP is required to co-ordinate/monitor the
discharge for the project and shall clearly reference and acknowledge the discharge
restrictions for the project. It shall contain information regarding the procedures to be
followed for monitoring each discharge to the sewer, the contact information for the
person responsible for the site, how each discharge to the sewer will be monitored, the
procedure to be enacted should the daily maximum volume or maximum flow rate be
reached, a contingency plan to be followed if actual volumes exceed approved limits,
and a contingency should contaminated groundwater be encountered. The plan shall
be signed by the Contractor to indicate that all the requirements, conditions and
procedures of the GWMP have been read and understood.

Storm Sewer Approval

If the quality of the groundwater, managed solely by treating for solids meets storm
limits as described in the Sewer Use By-law No. 2003-514, as amended, then the City
will issue the Contractor a Storm Sewer Approval to discharge to the storm sewer
system. Should the water quality change during the course of the project, the Contractor
shall contact the Sewer Use Program for guidance.

Sanitary Sewer Agreement

A Sanitary Sewer Agreement (SSA) is a legal agreement between the City and the
Contractor granting “permission” to discharge water from the site (groundwater/external
water source/surface water) to the City‘s sanitary/combined sewer system. Water that

\Section D\D-031 – March 1, 2016


March 2016
Page: 2 of 5

SPECIAL PROVISION - GENERAL


No. D-031

does not meet the requirements for discharge to the storm sewer, but meets the
requirements for discharge to the sanitary/combined sewer, can only be discharged to
the sanitary/combined sewer with a Contractor held SSA in place. When required, the
Contractor is responsible for obtaining a SSA from the City through the Sewer Use
Program and a copy shall be provided to the Contract Administrator prior to undertaking
discharge operations to the sewer. At a minimum, the Contractor must obtain an interim
discharge approval letter from the City’s Sewer Use Program, prior to the Contractor
discharging to the sanitary/combined sewer. A copy of the letter shall be provided to
the Contract Administrator prior to commencing any discharge operations.

No pumping of groundwater to the sanitary/combined sewer from dewatering activities


will be permitted without the SSA in place.

Sampling and Testing

Prior to discharging to the sewer, the Contractor must carry out analytical testing of
groundwater to determine if constituent levels will allow discharge to the storm or the
sanitary/combined sewer. Constituent levels cannot exceed the discharge criteria as
defined by the City’s Sewer Use By-Law. The Contractor shall be aware that sampling /
testing frequency is site specific and can vary throughout the project and shall be
conducted in accordance with the SSA, when required. Upon request, the Contractor
shall provide the Contract Administrator copies of all test data within 24 hours. The
Contractor shall notify the Contract Administrator immediately when dewatering effluent
exceeds allowable sewer discharge limits. Ongoing sampling may be required by the
Sewer Use Program as per the SSA.

The Contractor shall be solely responsible for management of Total Suspended Solids
(TSS) including but not limited to filtering and settling measures. Concentrations of
other contaminants will not be evaluated until the Contractor has reduced TSS to below
sanitary sewer discharge limits.

The Contractor is responsible to manage groundwater onsite while awaiting test results
from groundwater samples.

Dewatering and Discharge of Water

The Contractor shall be responsible for metering the volume of water discharged to the
sewer system under the terms of the SSA. This requires a calibrated metering device
on all discharge lines to the sewer. Recent calibration certificates for each meter are to
be provided to the Contract Administrator prior to use. The Contractor shall be
responsible for supplying, protecting and maintaining the metering devices throughout
the duration of the Contract to ensure that continuous metering of flow is provided, so
that totals of the volume discharged can be determined. The volume of water shall be
forwarded to the Sewer Use Program and the Contract Administrator on a monthly
basis.

\Section D\D-031 – March 1, 2016


March 2016
Page: 3 of 5

SPECIAL PROVISION - GENERAL


No. D-031

The dewatering to the sewer system shall be subject to sewer capacity constraints. The
discharge of construction waters during precipitation events (rain, snow melt, etc.) shall
be prohibited unless a sewer monitoring program has been approved and is
implemented to ensure no adverse effect from dewatering is realized.

Contact Information for Sewer Use Program

The Sewer Use Program can be contacted through the Sewer Use Duty Officer at 613-
580-2424 ext. 23326 or by email sup-pue@ottawa.ca

Contract Specific Requirements

(Note to Designer: Insert information regarding the PTTW that is applicable for
obtaining a SSA.)

If PTTW is required example wording to be included:

A draft Permit to Take Water (PTTW) has been obtained for this contract. Within the
project limits, inflows into the trench are expected to exceed the threshold value of
50,000 L/day, and, as such, a Category 3 PTTW (to be confirmed by the Contractor) is
expected to be required to conduct the work. The Contractor may use the information
provided in the hydrogeological technical study and supporting documentation prepared
by “insert firm’s name”, to be provided to the Contractor on a “for information only”
basis, in order to support the Contractor’s PTTW application. Any additional information
required to obtain a permit shall be the responsibility of the Contractor.

If a PTTW is not required example wording to be included:

Based on a review of subsurface conditions “insert firm’s name and report titles”, a draft
Permit to Take water (PTTW) has not be obtained as part of this project.

The Contractor shall restrict the extent and number of trench excavations, and phasing
of the construction work in order to not exceed groundwater pumping volumes of 50,000
Litres/day. The Contractor will also be required to employ measures to reduce the
volume of groundwater in the trench by limiting the amount of surface water that can
enter the trench by closing the trench at the end of each day, and/or by limiting the
length of trench that is left open at the time and/or by any other means the Contractor
deems necessary to limit groundwater pumping volumes to less than 50,000 Litres/day.
Although it is recognized that the actual volume of groundwater encountered will be
heavily dependent on the construction methods and practices utilized onsite, the
Contractor shall be wholly responsible for obtaining permits if pumping volumes exceed
50,000 Litres/day.

Sewer Use Agreement

\Section D\D-031 – March 1, 2016


March 2016
Page: 4 of 5

SPECIAL PROVISION - GENERAL


No. D-031

(Note to Designer: insert contract specific issues/requirements and if none state “No
project specific requirements”)

Example information for this section includes:

The Contractor is advised that the monitoring well(s) associated with “insert applicable
boreholes” referenced in “insert firm’s name and report title” is in place and available to
the Contractor for pre-sampling of groundwater in order to obtain an initial baseline
water quality. Results from pre-sampling of groundwater should be communicated
directly to the City’s Sewer Use Program for review. The Sewer Use Program may still
require additional sampling once construction is underway to verify constituent levels
meet the requirements of the City’s Sewer Use By-Law. The Contractor shall abandon
all monitoring wells, in accordance with the Contract, after sampling has been
completed.

Discharge to the Storm Sewer

(Note to Designer: insert contract specific issues/requirements and if none state “No
project specific requirements”)

Example information for this section includes:

• The Contractor shall note that groundwater discharge to storm sewers is


prohibited for this project.

• The Contractor is advised that the nearest catchbasin/storm maintenance hole is


located approximately “insert distance” m east of the project area or specify the
exact location (at the intersection of two named roads).

Discharge to the Sanitary Sewer

(Note to Designer: insert contract specific issues/requirements and if none state “no
project specific requirements”)

Example information for this section includes:

• The Contractor is advised that the nearest sanitary sewer is located at “insert
location”

• There will be no discharge permitted to the sanitary sewer system during


precipitation (rain, snow melt, etc) events.

• There will be no discharge permitted to the sanitary sewer system between the
hours of “insert hours”.

\Section D\D-031 – March 1, 2016


March 2016
Page: 5 of 5

SPECIAL PROVISION - GENERAL


No. D-031

• The maximum permitted discharge rate to the sanitary sewer system at “insert
location (manhole ID)” is “insert rate” L/sec. This limit is the combined maximum
permitted instantaneous flow rate from all discharge points.

• Discharge restrictions may apply to the sanitary sewer at “insert location


(manhole ID)”. Restrictions would be provided by the City‘s Sewer Use Program
as part of the SSA process.

• The Contractor is advised that the City may partially or completely restrict the
discharge from the dewatering operation into the City sanitary sewer system
during significant rainfall events as the sewer has limited spare capacity to carry
storm events. The Contractor shall make no claim for any delay or other impacts
associated with this restriction.

Payment

The Contractor shall be responsible for all costs associated with obtaining all permits
and approvals for discharge/disposal of groundwater including, but not limited to,
sampling, metering/measurement, preparation of the GWMP and reporting.
Additionally, the Contractor shall be responsible for all costs associated with managing,
pumping and discharging of groundwater during construction. These costs are deemed
to be included in the overall bid price of the contract unless otherwise noted.

No claim shall be made by the Contractor for additional costs, scheduling implications
and/or delays associated with not having the required permits and approvals in place
before dewatering activities are required.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision – General.

\Section D\D-031 – March 1, 2016


March 2014
Page 1of 1

SPECIAL PROVISION - GENERAL

No. D-032A

PROTECTION OF SPECIES AT RISK AND WILDLIFE PROTOCOL


Subsection GC 3.07, Delays, of the Modified OPS General Conditions of Contract is
amended by the addition of the following to clause GC 3.07.01:

f) The presence of Species at Risk, defined as endangered or threatened species


protected under the provincial Endangered Species Act, 2007 and/or the federal
Species at Risk Act, 2002, where that Act has jurisdiction (i.e. on federal lands, or with
respect to federally regulated migratory birds and aquatic species) not otherwise
identified in the Contract Documents,

Subsection GC 3.07 is further amended by the addition of the following clause:

.04 If the Contractor encounters Species at Risk as defined in clause GC 3.07 not otherwise
identified in the Contract Documents within the Contract limits that are likely to be
impacted by the Contractor’s operations:

a) The Contractor shall immediately notify the Contract Administrator and suspend
operations within the area identified by the Contract Administrator.

b) Work shall remain suspended within that area until otherwise directed by the
Contract Administrator in writing, according to subsection GC 7.10, Suspension of
Work.

c) Any delay in the completion date of the Contract that is caused by such a cessation
of construction operations shall be considered to be beyond the Contractor's
control according to clause GC 3.07.01.

d) Any increases in the cost of the work to be done that are caused by such a
cessation of construction operations shall be considered as a Change in the Work
according to clause GC 3.10.01.

e) Any work directed or authorized in connection with the unexpected presence of


Species at Risk shall be considered as Changes in the Work according to clause
GC 3.10.01, Changes in the Work.

Wildlife Protocol for Road Construction/Rehabilitation Projects


Wildlife protocol for Road Construction/Rehabilitation Projects is provided at the end of this
specification – Annex A. A color copy of this protocol will be provided upon request.

WARRANT: All contracts.

\Section D\D-032A – March 31, 2014


March 2016
Page 1 of 6
SPECIAL PROVISION - GENERAL

No. D-032B

PROTECTION OF SPECIES AT RISK AND WILDLIFE PROTOCOL

Section GC7.07, Maintaining Roadways and Detours, of the Modified OPS General
Conditions is supplemented by the following provisions:

The Endangered Species Act, 2007 (hereafter called “the Act”) came into effect on June
30, 2008 under the Ministry of Natural Resources and Forestry (MNRF) and provides for
the protection of Species at Risk in Ontario. The Act requires protection of the
endangered and threatened species in Ontario. Screening for Species at Risk (SAR) is
required at locations of planned bridge or culvert renewals (including small culverts),
gravel road upgrades and sewer outfall locations. Where SAR are identified, specific
restrictions and requirements come into effect according to the Act.

Section 9 of the Act prohibits the killing, harming, harassing, taking, possessing,
transporting, collecting, buying, selling, leasing or trading or offering to buy, sell, lease
or trade of species listed as endangered, threatened or extirpated on the Species at
Risk in Ontario (SARO) List.

Section 10 of the Act prohibits the damage or destruction of the habitat of endangered
or threatened species that have general or regulated habitat protection under the Act.

Section 17 of the Act allows the Minister of Natural Resources and Forestry to issue a
permit to allow an activity to be undertaken that would otherwise be in contravention of
Section 9 and/or 10 of the Act.

Note to Designer: Select Option A – Permit Obtained or Option B – Registration with


MNRF completed (no permit required) or Option C – no registration with MNRF
required, depending on which applies

Option A
The City of Ottawa has obtained a permit from the Ministry of Natural Resources and
Forestry, the requirements and conditions of which are specified in this Special
Provision and may also be specified elsewhere in the Contract Documents. The
Contractor shall obtain a copy of the permit from the Contract Administrator and shall
keep it on-site during the life of the Contract and be in compliance with its requirements
and conditions at all times.

Option B
The City of Ottawa has registered the project with the Ministry of Natural Resources and
Forestry. The Contractor shall obtain a copy of the record of Confirmation of Notice of
Activity from the Contract Administrator and shall keep it on-site during the life of the
Contract and be in compliance with its requirements and conditions at all times.

Option C
A Species at Risk Screening Report has been completed for the project site(s) and

\Section D\D-032B – March 1, 2016


March 2016
Page 2 of 6
specific mitigation measures have been recommended. Registration is not required and
a permit has not been obtained; however the specific mitigation measures outlined in
the Species at Risk Screening Report are to be implemented for the project.

The Contractor shall be in compliance with the prohibitions in Section 9 and 10 of the
Act in the event that any species listed in Table A is encountered during the Work.

General note to designer: This Special Provision should not be used to list species that
are only suspected of being present, if sufficient detail on mitigation measures cannot
be provided to make it reasonable for the contractor to be responsible for carrying them
out with no additional compensation. In such cases, encounters with species fall under
General Conditions Section GC 3.07 Delays such that the Contract Administrator must
be notified to determine an appropriate course of action.

The Contractor must be aware that the Act, and the individual species at risk, are
dynamic and subject to change.

References

This special provision refers to the following statutes, standards, specifications, or


publications:

Endangered Species Act, 2007, S.O. 2007, CHAPTER 6

ONTARIO REGULATION 230/08, SPECIES AT RISK IN ONTARIO (SARO) LIST

Note to designer: The designer may refer to publications in the References section from
the Ministry of Natural Resources and Forestry or other agencies such as factsheets,
procedural protocols and training manuals, etc., that provide information on, but are not
limited to, the identification, behaviour and handling of Species at Risk and that may or
may not be required to be provided to the Contractor under a permit

Definitions

Endangered Species means a species that lives in the wild in Ontario but is facing
imminent extinction or extirpation and is listed in Schedule 2 of Regulation 230, SARO
List, under the Endangered Species Act.

Extirpated Species means a species that lives somewhere in the world, lived at one
time in the wild in Ontario, but no longer lives in the wild in Ontario and is listed in
Schedule 1 of Regulation 230, SARO List, under the Endangered Species Act.

General Habitat means, with respect to any endangered, threatened or extirpated


species of animal, plant or other organism which has general habitat protection under
the Act, an area on which the species depends, directly or indirectly, to carry on its life
processes, including life processes such as reproduction, rearing, hibernation, migration
or feeding and includes places in the area that are used by members of the species as
dens, nests, hibernacula or other residences, but does not include an area where the
species formerly occurred or has the potential to be reintroduced unless existing
members of the species depend on that area to carry on their life processes.

\Section D\D-032B – March 1, 2016


March 2016
Page 3 of 6
Species at Risk - Wildlife Specialist Monitor means, as a minimum, an individual with
a technical or university degree specializing in ecology/biology, wildlife, or other relevant
discipline. The Species at Risk - Wildlife Specialist Monitor shall demonstrate
knowledge of relevant Ontario and federal environmental legislation, policies and
procedures as well as professional experience in conducting wildlife monitoring surveys,
identification of species at risk and their habitats, handling procedures for each species,
and implementation of mitigation measures.

Regulated Habitat means, with respect to a species of animal, plant or other organism
for which a habitat regulation is in force under the Act, the area prescribed by that
regulation as the habitat of the species and includes places within the prescribed area
that are used by members of the species as dens, nests, hibernacula or other
residences.

Species at Risk (SAR), for the purposes of this specification, means species listed in
Regulation 230/08, SARO List of the Endangered Species Act, as extirpated,
endangered or threatened and which therefore are protected under the Act.

Species of Special Concern means a species that lives in the wild in Ontario, is not
endangered or threatened, but may become threatened or endangered because of a
combination of biological characteristics and identified threats, and is listed in Schedule
4 of Regulation 230, SARO List, under the Endangered Species Act. Such species and
their habitat are not protected under the Endangered Species Act, but wildlife species
(including their eggs, where applicable) are generally protected by the provisions of the
Fish and Wildlife Conservation Act or the Migratory Birds Convention Act.

Threatened Species means a species that lives in the wild in Ontario, is not
endangered, but is likely to become endangered if steps are not taken to address
factors threatening to lead to its extinction or extirpation and is listed in Schedule 3 of
Regulation 230, SARO List, under the Endangered Species Act.

Scope of Work

The requirements of this Special Provision shall apply to the protection of Species at
Risk listed in Table A as specified:

Table A
Species Location Type of Mitigative Description of
Mitigation Measures (by Mitigation to be
Others) implemented as
part of this
Contract*
All Throughout Daily The Contractor shall,
Inspection prior to commencing
work each day, carry
out a visual
inspection of the
construction limits to
ensure that no SAR

\Section D\D-032B – March 1, 2016


March 2016
Page 4 of 6
or other wildlife are
present within the
construction zone
and to ensure the
continued integrity
and functionality of
all mitigation
measures. The
Contractor shall
provide
documentation to the
Contract
Administrator of any
corrective actions
taken (e.g. repair of
fencing)

Note to designer: Refer to the SAR screening report and insert the name, location,
mitigation measure type and mitigation measure description for each Species at Risk
known or expected to be present within and adjacent to the limits of the contract in
Table A. Where the mitigation measure refers to the installation of an item-specific
habitat feature (e.g. replacement nest) or protection measure (e.g. exclusion fencing),
refer to the related tender item code in the description of mitigation column. Specify that
removal of all temporary mitigation measures is required at the completion of the
project, unless directed otherwise by MNRF. The daily inspection item included above
shall apply to all projects proceeding under this special provision.

Example Table A:

Species Location Type of Mitigative Description of


Mitigation Measures (by Mitigation to be
Others) implemented as
part of this
Contract
Barn Box culvert Exclusion/timing Exclusion Netting must be
Swallow at Station constraint netting installed maintained
10+550 prior to onset of throughout length of
breeding activity during
season (May) breeding season
(May – August
inclusive).
Blanding’s East side: Timing No in-water work
Turtle Station constraint shall proceed during
2+130 to hibernation season
Station (October 31st to Mat
3+020 1st) to avoid impacts
to hibernating turtles

\Section D\D-032B – March 1, 2016


March 2016
Page 5 of 6
Species Location Type of Mitigative Description of
Mitigation Measures (by Mitigation to be
Others) implemented as
part of this
Contract
Butternut West side: Fencing Protective fencing
station (as specified
5+340 elsewhere under
Item 9999-XXXX)
must be installed
prior to beginning
on-site work and
maintained
throughout the
length of the project.
No activity or
materials storage
shall be permitted
within this area
Sensitive Station Exclusion Fencing, Fencing and
Species 6+100 to signage to signage to prohibit
Station prohibit access access to this area
6+250 installed prior to must be maintained
commencement throughout the
of on-site work length of the project

Encounters/Observations of SAR
Should any SAR protected under the ESA be observed within the construction limits
during the course of the work and/or should any species at risk or their habitat be
potentially impacted by the site activities, the Contractor shall immediately cease
operations and notify the Contract Administrator and the MNRF shall be contacted
immediately for direction. Operations shall be modified to avoid any negative impacts to
species at risk or their habitat until further direction is provided by the MNRF. All
encounters with species at risk, dead or alive, shall be documented with photographs
and immediately reported to the Contract Administrator and the MNRF.

Wildlife Protocol for Road Construction/Rehabilitation Projects

Wildlife protocol for Road Construction/Rehabilitation Projects is provided at the end of


this specification – Annex A. A color copy of this protocol will be provided upon request.

Compensation

No additional compensation shall be made for protection of Species at Risk


encountered during the Work in accordance with the requirements of this Special
Provision, for daily reviews and summarized documentation, for education/training of
the Contractor’s employees, or for reporting of species at risk when encountered.

\Section D\D-032B – March 1, 2016


March 2016
Page 6 of 6
The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligations set out in this Special Provision.

Warrant: On all contracts when a permit under the Endangered Species Act has been
obtained for the work, the project has been registered with the MNRF, mitigation
measures for SAR have been prescribed, or as otherwise recommended by the
Environmental Consultant.

\Section D\D-032B – March 1, 2016


D-032 Appendix - Wildlife Protocol for Road Construction/Rehabilitation Projects (March 2017)

General Provisions:
 Use caution when driving to and from the work site – watch out for turtles and other small animals on
the road surface and shoulder. Avoid hitting them, provided that it is safe to do so.
 Ensure sediment and erosion control measures (i.e., silt fencing) are in place prior to beginning
work. Inspect them regularly, and particularly after storm events, to ensure their effectiveness.
 Silt fencing may also be used to prevent turtles and other small animals from entering the work area.
Lightweight silt fencing is preferred for this purpose (nylon netting on heavy duty silt fencing may
entrap some species of wildlife). Make sure it is securely embedded at the bottom.
 Prior to beginning work each day, check for wildlife by conducting a thorough visual inspection of the
work area and immediate surroundings.
 Restrict all activities, vehicles and materials to the designated work area.
 Litter and other waste materials must be appropriately contained and disposed of.
 Do not feed any wildlife or leave food out where it could attract them.
 Avoid or minimize disturbances to any natural features adjacent to the work area to the extent
possible. DO NOT cut or damage any trees (of any size) unless the absence of Butternut (which is
protected under the Endangered Species Act, 2007) has been confirmed by an expert.

Wildlife Encounters:
 Do not harass or harm any wildlife.
 Turtles are among the most likely animals to occur on or adjacent to roads, especially during the
spring. See attached Turtle Identification sheets for more information.
 Eastern Musk, Painted, Map and Snapping Turtles are protected under the Fish and Wildlife
Conservation Act, 1997. If one is encountered within the work area, it should be gently removed and
placed in the roadside ditch at a safe distance from the work site. Wear gloves, or use a broom to
steer the turtle into a bucket or other container. Handle with care to avoid injury to the turtle or
yourself, particularly when dealing with Snapping Turtles, which may bite or scratch. Turtles may
also wet themselves when handled. Inspect the silt fencing to determine whether repairs or
extensions are needed.
 Blanding’s, Spiny Softshell, and Spotted Turtles are protected under the Endangered Species Act,
2007. If one is seen near the work site, all work must stop immediately. Take a photograph of the
animal if possible, to confirm the sighting, and contact the following people:
o Ontario Ministry of Natural Resources and Forestry – Kemptville District, (613) 258-8204.
o City of Ottawa Project Manager.
 Bank Swallows, Barn Swallows and some bats are also protected under the Endangered Species
Act, 2007. Bank Swallows nest in colonial groups in burrows in sandy banks and slopes. If any Bank
Swallow colonies are seen nearby, or if Barn Swallow nests or roosting bats are found in or on a
culvert or bridge, stop work, take a photo and contact the OMNRF and City Project Manager.
 Where work has stopped due to Endangered Species Act issues, it must remain stopped until
authorised to resume by the OMNRF. Additional mitigation measures may be required by the
Ministry.
 Snakes may also be found on or adjacent to roads. Most of Ottawa’s snakes are protected under
the Fish and Wildlife Conservation Act, 1997. None of our local species are venomous, so their
bites are not dangerous. Some snakes will produce a foul-smelling musk when handled, instead of
biting. Snakes will usually try to escape or hide when disturbed, and only defend themselves when

Page 1 of 5
trapped. If a snake is found in the work area, it should be gently removed or herded out to a safe
location.

Turtle Identification

Turtles are usually found in or near water. During the spring and summer, however, turtles may travel
overland to find new homes, search for food, or lay their eggs. Many turtles use the soft shoulders of
roads for nesting, burying their eggs in the gravel. Eggs are usually laid in June and hatch in
September, although some turtles may overwinter in the nest.

The following turtles are not protected under the Endangered Species Act, 2007. They can be carefully
removed from the work area if found.

Eastern Musk Turtle


Small turtle up to 13 cm (5 in) long, with yellow stripes on its
head and neck. Dark shell may be smooth or ridged, often
covered in algae. Tail is short, unlike that of young
Snapping Turtles which it may otherwise resemble. May
bite or release foul-smelling musk when disturbed.

Eggs hard-shelled, oval, off-white with a white band. Nests


under rotting stumps or in muskrat lodges. Usually only 2-5
eggs per nest.

Midland Painted Turtle


Smooth, low-domed shell up to 18 cm (7.5 in) long with reddish-
orange patterns around margins. Head, tail and legs colourfully
marked with yellow or reddish-orange stripes. Markings are
brightest on young animals, fading with age.

Eggs hard-shelled, oval and white. Usually 2-14 eggs per nest.
Hatchlings often stay in the nest until spring.

Northern Map Turtle


Medium to large turtle with a keeled shell (i.e., single ridge
along spine) up to 28 cm (11 in) long with squiggly yellow
markings and a jagged rear edge. Head, tail and legs are
marked with yellow stripes. Markings are brightest on young
animals, fading with age. Usually occurs only in large rivers
such as the Rideau or Ottawa River.

Eggs hard-shelled, oval and white. Usually 10-16 eggs per


nest.

Page 2 of 5 Eastern Musk Turtle courtesy of OMNRF; other photos by Amy MacPherson.
Snapping Turtle
Large, bulky turtle with rough, ridged shell up to 45
cm (18 in) long. Uniform muddy greyish-brown to
black in colour. Massive head, tail and legs
cannot be fully withdrawn into shell. May bite if
disturbed on land.

Eggs are rubbery and round, unlike other turtle


eggs. Usually 20-40 eggs per nest.

Turtle Handling

Painted Turtles and Map Turtles can be picked up with one hand on each side of their bodies, between
the front and rear legs. Eastern Musk Turtles should be picked up as shown in the photo above.
Snapping Turtles are likely to bite and scratch in self-defence and require different handling. Grip them
firmly by the shell above each hind leg or use a push broom to steer them into a garbage pail or other
large container for transport.

Release turtles in a safe location, within 125 m of the capture site if possible. Do not move turtles more
than 250 m. Release sites should be near water, with vegetation cover for shelter. Place turtle gently
on the ground (or slowly tilt the container over to allow the turtle to escape on its own).

Page 3 of 5 Snapping Turtle courtesy of Astrid Nielsen


The following turtles are protected under the Endangered Species Act, 2007. STOP WORK
immediately if one is seen in or near the work area. CALL OMNRF AND CITY PROJECT MANAGER.

Blanding’s Turtle
Bright yellow chin and throat.
Highly domed, speckled shell up
to 28 cm (11 in) in length.

Eggs small, oval and white.


Usually less than 12 eggs per
nest.

Spiny Softshell
Flat, rubbery greenish-grey shell is unique among
Ontario turtles. Can be up to 54 cm (21 in) long,
with a very long neck and a pointed snout. Found
in large rivers.

Eggs hard-shelled and round. May be up to 36


eggs per nest (usually 20).

Spotted Turtle
Small turtle up to 13 cm (5 in) long, with bright yellow-
orange markings on its dark head and limbs. Named for
the bright yellow spots on its smooth, black shell, although
these spots are not present on hatchlings and may fade
with age.

Eggs rubbery, oval and few in number (usually 3-5 per


nest).

Page 4 of 5 Blanding’s Turtle (right) courtesy of Robin van de Lande; Spiny Softshell courtesy of OMNRF; other photos by Amy MacPherson.
Other Commonly Seen Species at Risk

Barn Swallow
Dark metallic blue above, buff to orange below. Long, deeply forked tail and pointed
wings. Very quick and agile in flight. Cup-shaped nests built of mud and plant fibres
on buildings and other structures, including bridge supports and culverts.

Male Female Nest

Bank Swallows are similar in shape to Barn Swallows, but do not have such long, deeply forked tails.
They are dull brown above and white underneath, with a brownish band across the chest.

Butternut (White Walnut)


Each leaf has several pairs of leaflets on either side of the main stalk, and one leaflet at the tip. Leaves
and twigs grow in an alternating pattern along the branches. The nuts resemble limes or lemons in
shape, and have greenish-yellow fuzzy rinds covering a hard, brown ridged shell.

Butternut tree (centre) Butternut leaves and fruit

Opened shell of butternut


(without rind)

The closely related Black Walnut, which is not a species at risk, has round nuts like tennis balls. Its
leaves are very similar to Butternut’s leaves, but the terminal leaflet at the tip of each leaf is often much
smaller than the other leaflets, or missing entirely. Ash trees may also appear similar to Butternut at
first, with very similar leaves, but ash leaves and twigs grow in opposite pairs rather than alternating.

For more information on Ottawa’s species at risk, contact the OMNRF in Kemptville.

Page 5 of 5 All photos by Amy MacPherson.


SECTION E

STANDARD DRAWINGS
AND
STANDARD
SPECIFICATIONS
SECTION E - OUTLINE

Section E - Standard Drawings and Standard Specifications must list all the standard drawings
and specifications referenced in the contract that are published by provincial and other
authorities, but they are not to be included in the tender documents.

Included in the above are the Ontario Provincial Standard Drawings (OPSD) and Standard
Specifications (OPSS) as produced and amended by the government of the Province of Ontario.

Standard Drawings

The Ontario Provincial Standard Drawings (OPSD) and the OPSS’s are not to be included in the
contract documents unless they are modified for that specific project. When an OPSD is suitable
without any modifications, the OPSD must be listed with its current revision number. If the
OPSD is modified in any way, it must be included with the contract documents and be
specifically identified as being modified from the published version.

Similar to the modified OPSD, other standards referenced by the contract that are not generally
published and made available to the construction industry should be included with the contract
documents.

As a general rule, OPSD’s should be used in contracts as published. For minor modifications,
the OPSD designation can be retained and the drawing should be identified as modified. For
modifications resulting in a drawing no longer recognizable as the provincial standard, the OPSD
designation should be removed from the drawing and included as a typical detail in the contract
drawings.

The City’s Infrastructure Services Department Standard Detail Drawings which are provisions of
the contract shall be listed. These drawings are available to Consultants and Contractors, etc.
from the Standard Tender Documents, Vol #2: Material Specifications and Standard Detail
Drawings.

All pertinent Standard Detail Drawings are to be added to the contract drawings. To this end,
copies of all relevant Standard Detail Drawings are included in Standard Tender Documents, Vol
#2: Material Specifications and Standard Detail Drawings manual and made available in
electronic format (Adobe .pdf files).

\Section E\Outline – March 31, 2011 i


Section E - Outline Standard Tender Documents for Unit Price Contracts

Standard Specifications

To ensure that the proper OPSS’s are used for the project, it is necessary to list in Section E each
OPSS applicable to the work and its date of revision. Using the information provided on the Item
Listing Sheet and the documents linked to each Item Code, the Program Administration Clerk
will prepare the contract documents, listing in Section E the applicable current OPSS’s and their
published revision dates.

The standardized Special Provisions contained in Section F of the manual may make reference to
the OPSS’s by their respective dates of last revision listed in Section E. If later versions of the
OPSS’s are used, they will conflict with these standardized Special Provisions. If, in the opinion
of the Project Manager, it is deemed appropriate to use a more current OPSS, then the standard
Special Provision for the tender item shall be replaced with a non-standard (contract specific)
Special Provision.

\Section E\Outline – March 31, 2011 ii


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

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).

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.

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

OPSD Rev No OPSD Rev No OPSD Rev No


100.01 1 100.02 1 100.03 -
100.04 - etc ..... etc etc ..... etc
etc .....

[ List Ontario Provincial Standard Drawings specific to contract ]

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

DRAWING REVISION DRAWING REVISION


No. DATE No. DATE

[ List Standard Detail Drawings specific to contract ]

\Section E\OPSList – March 1, 2017 E-1


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

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 Section F – Special Provisions and in the Schedule of Prices.

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

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 specifications referred to in


Section F – Special Provisions are from the Standard Tender Documents Vol. #1
Construction Specifications as produced and amended by the City of Ottawa.

This document is available from the City of Ottawa, Infrastructure Services


Department, and it is the responsibility of the Contractor to ensure that it has the
correct document.

2.3 The Ontario Provincial Standard Specifications (OPSS) which are provisions of
this Contract include, but not limited to:

OPSS Vol. Rev. Date Description


102 1 Oct. 92 Weighing of Materials
106 1 Nov. 12 Electrical Work
120 7 Nov. 14 The Use of Explosives
127 1 Current Schedule of Rental Rates for Construction
Equipment including Model and Specification
Reference
128 1 Apr. 06 The Supply of Pre-Qualified Materials and Products
180 7 Nov. 16 Management of Excess Material
182 7 Nov. 12 Environmental Protection for Construction in
Waterbodies and on Waterbody Banks
201 1 Nov. 11 Clearing, Close Cut Clearing, Grubbing, and
Removal of Surface Boulders
202 7 Nov. 16 Rock Removal by Manual Scaling, Machine Scaling,
Trim Blasting, or Conrolled Blasting
206 7 Nov. 13 Grading
209 7 Nov. 15 Embankment over Swamps and Compressible Soils
212 7 Nov. 13 Borrow
220 7 Nov. 14 Wick Drain Installation

\Section E\OPSList – March 1, 2017 E-2


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

OPSS Vol. Rev. Date Description


301 1 Nov. 09 Restoring Unpaved Roadway Surfaces
302 7 Nov. 16 Priming Granular Base
303 1 Nov. 09 Double Chip Seal
304 7 Nov. 16 Single and Double Surface Treatment
305 7 Nov. 16 Granular Sealing
307 1 Apr. 12 Stockpiling of Patching Materials and Patching of
Asphalt Pavement
309 1 Nov. 13 Cold Mixed, Cold Laid, Open and Dense Graded
Bituminous Mix
310 1 Nov. 12 Hot Mix Asphalt
311 1 Nov. 09 Asphalt Sidewalk, Driveway, Boulevard and
Sidewalk Resurfacing
312 1 Nov. 09 Asphalt Curb and Gutter Systems and Asphalt
Surfacing of Gutters
313 5 Apr. 07 Hot Mix Asphalt – End Results
314 7 Nov. 16 Untreated Granular Subbase, Base, Surface,
Shoulder and Stockpiling
316 1 Nov. 10 Extruded Expanded Polystyrene Frost Heave
Treatment
320 7 Nov. 14 Open Graded Drainage Layer
330 7 Nov. 14 In-Place Full Depth Reclamation of Bituminous
Pavement and Underlying Granular
331 7 Nov. 16 Full Depth Reclamation with Expanded Asphalt
Stabilization
332 7 Nov. 16 Hot In-Place Recycling and Hot-In-Place Recycling
with Integral Overlay
333 7 Nov. 15 Cold In-Place Recycling
334 7 Nov. 16 Cold Recycling Mix
335 7 Nov. 16 Cold In-Place Recycling with Expanded Asphalt
336 1 Nov. 10 Micro-surfacing
337 1 Nov. 08 Slurry Seal
341 1 Nov. 15 Routing and Sealing Cracks in Hot Mix Asphalt
Pavement
350 1 Mar. 98 Concrete Pavement and Concrete Base
351 1 Nov. 15 Concrete Sidewalk

353 7 Nov. 16 Concrete Curb and Gutter Systems


355 7 Nov. 14 Installation of Interlocking Concrete Pavers
356 1 Nov. 10 Pervious Concrete Pavement for Low-volume
Traffic Application
360 1 Nov. 15 Full Depth Repair of Concrete Pavement or
Concrete Base
361 1 Nov. 11 Rubblizing Concrete Pavement and Concrete Base
362 1 Nov. 15 Fast Track Full Depth Repairs to Concrete
Pavement

\Section E\OPSList – March 1, 2017 E-3


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

OPSS Vol. Rev. Date Description


363 7 Nov. 14 Repairing Rigid Pavement with Precast Concrete
Slabs
364 1 Nov. 15 Partial Depth Repairs in Concrete Pavement
365 7 Nov. 14 Cross Stitching Longitudinal Cracks in Concrete
Pavement and Concrete Base
369 1 Nov. 08 Sealing or Resealing of Joints and Cracks in
Concrete Pavement and Concrete Base
401 7 Nov. 15 Trenching, Backfilling, and Compacting
402 7 Nov. 16 Excavating, Backfilling, and Compacting for
Maintenance Holes, Catch Basins, Ditch Inlets, and
Valve Chambers
403 7 Nov. 16 Rock Excavation for Pipelines, Utilities, and
Associated Structure in Open Cut
404 1 Nov. 10 Support Systems
405 1 Nov. 08 Pipe Subdrains
407 1 Nov. 15 New Maintenance Hole, Catch Basin, Ditch Inlet
and Valve Chamber Installation
408 1 Nov. 15 Adjusting or Rebuilding Manholes, Catch Basins,
Ditch Inlets and Valve Chambers
409 1 Nov. 13 Closed Circuit Television Inspection of Pipelines
410 7 Nov. 15 Pipe Sewer Installation in Open Cut
412 1 Nov. 12 Sewage Forcemain Construction by Open Cut
Method
413 1 Nov. 14 Manure Pipeline Installation in Open Cut
415 1 Nov. 13 Pipeline and Utility Installation by Tunnelling
416 1 Nov. 13 Pipeline and Utility Installation by Jacking and
Boring
421 7 Nov. 15 Pipe Culvert Installation in Open Cut
422 1 Nov. 15 Precast Reinforced Concrete Box Culverts in Open
Cut
441 7 Nov. 16 Watermain Installation in Open Cut
442 7 Nov. 16 Corrosion Protection of New and Existing
Watermains
450 1 Nov. 12 Pipeline and Utility Installation in soil by horizontal
directional drilling
460 1 Nov. 10 Pipeline Rehabilitation by Cured-in-Place Pipe
462 1 Nov. 14 Cement Mortar Lining of Watermains
463 1 Nov. 15 Pipeline and Conduit Installation by Pipe Bursting
490 1 Apr. 16 Site Preparation for Pipelines, Utilities, and
Associated Structures
491 1 Nov. 10 Preservation, Protection, and Reconstruction of
Existing Facilities
492 1 Nov. 15 Site Restoration following Installation of Pipelines,
Utilities, and Associated Structures
493 1 Nov. 15 Temporary Potable Water Supply Services

\Section E\OPSList – March 1, 2017 E-4


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

OPSS Vol. Rev. Date Description


501 7 Nov. 14 Compacting
506 1 Nov. 13 Dust Suppressants
510 7 Nov. 14 Removal
511 1 Nov. 13 Rip Rap, Rock Protection and Granular Sheeting
512 7 Nov. 14 Installation of Gabions
517 7 Nov. 16 Dewatering of Pipeline, Utility and Associated
Structure Excavation
518 7 Nov. 16 Control of Water from Dewatering Operations
539 7 Nov. 14 Temporary Protection Systems
602 1 Nov. 12 Installation of Electrical Chambers
603 1 Nov. 15 Installation of Ducts
604 1 Nov. 13 Installation of Cable
609 1 Nov. 12 Grounding
610 7 Nov. 16 Removal of Electrical Equipment and Materials
611 1 Nov. 13 Installation of Underpass Luminaires
614 1 Nov. 12 Installation of Power Supply Equipment
615 1 Nov. 10 Erection of Poles
616 1 Nov. 12 Footings and Pads for Electrical Equipment
617 1 Nov. 13 Installation of Roadway Luminaires
620 1 Nov. 14 Traffic Signal Equipment and Electrical Traffic
Control Devices
624 1 Nov. 07 Traffic Signal Interconnection Equipment
630 7 Nov. 16 Installation of Sectional Steel High Mast Lighting
Poles
631 1 Nov. 15 Concrete Footings for High Mast Poles
703 1 Nov. 14 Permanent Small Signs and Support Systems
706 7 Nov. 16 Traffic Control Signing
710 1 Nov. 10 Pavement Marking
721 7 Nov. 16 Steel Beam Guide Rail and Cable Guide Rail
723 7 Nov. 16 Energy Attenuators
730 1 Nov. 14 Guide Rail End Treatment – Eccentric Loader
Terminal System
731 1 Nov. 13 Guide Rail End Treatment – Crash-Cushion
Attenuating Terminal System
732 7 Apr. 16 Guide Rail End Treatment – Steel Beam Energy
Attenuating Terminal System
740 1 Nov. 10 Concrete Barriers
741 1 Nov. 14 Temporary Concrete Barriers
753 1 Nov. 13 Connecticut Impact Attenuation System
760 1 Nov. 14 Noise Barrier Systems
771 7 Nov. 16 Standard Highway Fence
772 1 Nov. 12 Chain Link Fence
791 1 Nov. 14 Expanded Metal Anti-Glare Screen
801 1 Nov. 10 Protection of Trees
802 1 Nov. 10 Topsoil

\Section E\OPSList – March 1, 2017 E-5


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

OPSS Vol. Rev. Date Description


803 1 Nov. 15 Sodding
804 7 Nov. 14 Seed and Cover
805 1 Nov. 15 Temporary Erosion and Sediment Control Measures
810 1 Nov. 13 Rootwad Structures for Waterbody Banks
811 1 Nov. 13 Large Woody Debris for Waterbody Banks
830 1 Nov. 15 Local Seed Bank
902 1 Nov. 10 Excavating and Backfilling – Structures
903 7 Apr. 16 Deep Foundations
904 7 Nov. 12 Concrete Structures
905 7 Nov. 14 Steel Reinforcement for Concrete
906 1 Nov. 12 Structural Steel for Bridges
907 1 Apr. 11 Structural Wood Systems
908 7 Nov. 14 Metal Traffic Barriers and Metal Railings for
Structures
909 7 Nov. 16 Prestressed Concrete - Precast Members
910 7 Nov. 05 Stressing Systems for Post-Tensioning
911 7 Nov. 14 Coating Structural Steel Systems
913 1 Nov. 14 Embedded Work in Structures for Electrical
Systems
914 7 Nov. 14 Waterproofing Bridge Decks with Hot Applied
Asphalt Membrane
915 7 Nov. 14 Sign Support Structures
918 1 Mar. 98 Modular Bridge Structures for Temporary
Installations
919 1 Nov. 11 Formwork and Falsework
920 7 Nov. 12 Deck Joint Assemblies, Performed Seals, Joint
Fillers, Joint Seals and Joint Sealing Compounds
and Waterstops - Structures
922 7 Nov. 16 Installation of Bearings
928 7 Apr. 12 Structure Rehabilitation - Concrete Removal
929 1 Apr. 12 Abrasive Blast Cleaning - Concrete Construction
930 7 Nov. 14 Structure Rehabilitation - Concrete Patches and
Overlays
931 1 Nov. 13 Structure Rehabilitation - Shotcrete
932 1 Nov. 09 Crack Repair - Concrete
942 1 Nov. 09 Prestressed Soil and Rock Anchors

Material Specifications

OPSS Vol. Rev. Description


Date
1001 2 Nov. 13 Aggregates – General
1002 8 Nov. 13 Aggregates – Concrete
1003 8 Nov. 13 Aggregates – Hot Mix Asphalt
1004 8 Nov. 13 Aggregates – Miscellaneous

\Section E\OPSList – March 1, 2017 E-6


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

1006 8 Nov. 13 Aggregates – Surface Treatment


1010 8 Nov. 13 Aggregates – Base, Subbase, Select Subgrade and
Backfill Material
1101 8 Nov. 16 Performance Graded Asphalt Cement
1102 8 Nov. 16 Liquid Asphalt Used in Spraying, Sealing, and Priming
Applications
1103 8 Nov. 16 Emulsified Asphalt
1150 2 Nov. 10 Hot Mix Asphalt
1151 8 Nov.06 Superpave and Stone Mastic Asphalt Mixtures
1152 8 Nov. 16 SC-800 Patching Material
1153 8 Nov. 16 Emulsified Asphalt Patching Material
1202 8 Nov. 16 Bearings – Elastomeric Plain and Steel Laminated
1203 8 Nov. 16 Bearings – Rotational and Sliding Surface
1204 2 Nov. 03 Polyvinyl Chloride Waterstops
1205 8 Apr. 15 Clay Seal
1210 8 Nov. 14 Deck Joint Assemblied
1212 2 Nov. 03 Hot Poured Rubberized Asphalt Joint Sealing
Compound
1213 2 Mar. 98 Hot Applied Rubberized Asphalt Water – Proofing
Membrane
1215 2 Mar. 98 Protection Board
1301 2 Nov. 07 Cementing materials
1302 2 Sept. 96 Water
1303 8 Nov. 14 Admixtures for Concrete
1304 2 Nov. 05 Packaged Silica Fume Dry Grout Mixture for Post
Tensioning
1305 2 Nov. 08 Moisture Vapour Barriers
1306 2 Nov. 11 Burlap
1308 2 Nov. 03 Joint Filler in Concrete
1312 2 Nov. 08 Latex Modifiers for Use in Concrete
1315 2 Nov. 08 White Pigmented Curing Compounds for Concrete
1350 8 Nov. 14 Concrete - Materials and Protection
1351 2 Nov. 14 Precast Reinforced Concrete Components for
Maintenance Holes, Catch Basins, Ditch Inlets and
Valve Chambers
1352 2 Nov. 89 Precast Concrete Barriers
1359 8 Nov. 16 Unshrinkable Backfill
1430 2 Nov. 12 Gabion Baskets and Mats
1440 8 Nov. 16 Steel Reinforcement for Concrete
1441 2 Nov. 08 Load Transfer Assemblies
1442 2 Nov. 07 Epoxy Coated Reinforcing Steel Bars for Concrete

1503 2 Nov. 10 Cable Guide Rail


1504 8 Nov. 16 Steel Beam Guide Rail
1505 8 Nov. 16 Channel Components for Steel Beam Guide Rail
1540 8 Nov. 16 Standard Highway Fence Components

\Section E\OPSList – March 1, 2017 E-7


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

1541 2 Nov. 12 Chain-Link Fence Components


1601 8 Nov. 14 Wood, Preservative Treatment, and Shop Fabrication
1605 2 Nov. 10 Extruded Expanded Polystyrene Pavement Insulation
1704 8 Nov. 14 Paint Coating Systems for Structural Steel
1712 2 Feb. 91 Organic Solvent Based Traffic Paint
1713 2 Feb. 91 Thermoplastic Pavement Marking Materials
1714 2 Feb. 91 Field Reacted Polymeric Pavement Marking Materials
1715 2 Feb. 91 Preformed Plastic Pavement Marking Tape
1716 2 Feb. 91 Water-Borne Traffic Paint
1750 2 Dec. 83 Traffic Paint Reflectorizing Glass Beads
1801 2 Nov. 14 Corrugated Steel Pipe Products
1802 2 Nov. 15 Smooth Walled Steel Pipe
1820 8 Nov. 14 Circular and Elliptical Concrete Pipe
1821 2 Nov. 15 Precast Reinforced Concrete Box Culverts and Box
Sewers
1840 2 Nov. 15 Non-Pressure Polyethylene Plastic Pipe Products
1841 2 Nov. 15 Non-Pressure Polyvinyl Chloride (PVC) Pipe Products
1842 2 Nov. 15 Pressure Polyethylene Pipe Products
1850 2 Apr. 13 Framed, Grates, Covers and Gratings
1853 2 Nov. 07 Rubber Adjustment Units for Maintenance Holes,
Catch Basins, and Valve Chambers
1854 2 Nov. 14 High Density Polyethylene Adjustment Units for
Maintenance Holes, Catch Basins, and Valve
Chambers
1860 2 Apr. 12 Geotextiles
2001 2 Nov. 14 Signs
2401 2 Nov. 10 Electrical Handholes
2409 2 Nov. 14 Traffic Signal Cable
2410 2 Nov. 15 Extra Low Voltage Cable
2414 2 Nov. 14 Power Supply Equipment
2420 2 Nov. 10 Wood Poles
2421 2 Nov. 12 Spun Concrete Poles Class ‘D’
2422 8 Nov. 16 Heavy Class Steel and Sectional Steel Poles, Base
Mounted
2423 2 Nov. 10 Steel Poles, Base Mounted
2426 2 Nov. 07 Steel Truss Brackets
2428 2 Nov. 07 Aluminum Tapered Elliptical Brackets
2432 2 Nov. 15 High Pressure Sodium Luminaires for Highway
Lighting
2434 8 Nov. 16 Underpass Luminaires
2452 2 Nov. 10 Aluminum Poles, Base Mounted
2453 8 Nov. 16 Sectional Steel Poles
2460 2 Nov. 09 Traffic Signal Arms, Brackets, Hangers, Fittings and
Hardware
2461 2 Nov. 07 Signal Heads
2471 8 Nov. 16 Sectional Steel High Mast Lighting Poles

\Section E\OPSList – March 1, 2017 E-8


SECTION E
STANDARD SPECIFICATIONS AND STANDARD DRAWINGS

CONTRACT No. ISD17-xxxx

2474 8 Nov. 16 Anchorage Assembly – High Mast Lighting Poles


2476 2 Nov. 10 Raising and Lowering Equipment for High Mast
Lighting Poles
2479 2 Nov. 15 Floodlight Aluminaires Used in High Mast Lighting
2485 2 Nov. 15 Photoelectric Controllers
2501 2 Apr. 15 Calcium Chloride Flake and Calcium Chloride Solution
2502 2 Nov. 10 Sodium Chloride Solid and Sodium Chloride Solution
2503 2 Nov. 11 Magnesium Chloride Solid and Magnesium Chloride
Solution
2510 2 Nov. 15 Tall Oil Pitch Emulsion

2.4 The City’s Standard specifications referenced in SS-2.2 are listed in Section F as
Standard Special Provisions.

NOTE: OPSS references noted in the document listed or referenced in Section E, or


elsewhere in the Contract Documents shall have the revision dates as indicated
in the City’s Standard Tender Documents for Unit Price Contracts, Volumes No.
1 and 2 unless otherwise specified.

\Section E\OPSList – March 1, 2017 E-9


SECTION F

SPECIAL PROVISIONS –
ITEM SPECIFIC
CITY OF OTTAWA

SPECIAL PROVISIONS

The Contractor acknowledges that the standard technical special provisions of contract
are as produced and amended by the City of Ottawa in the Standard Tender Documents
for Unit Price Contract, Vol. #1: Construction Specifications Manual which is available
from the City of Ottawa, Infrastructure Services Department and it is the responsibility of
the Contractor to ensure that it has the correct document.

If the project requires any contract specific special provisions they shall form part of this
contract document and shall be set out hereafter.

Section F\Contractor Acknowlegement.doc – March 31, 2011


SECTION F - OUTLINE

General

With the adoption by the City of the Modified OPS General Conditions, under Section GC2.02
of these conditions the Special Provisions rank third (c) in the order of precedence of the contract
documents (second only to the Agreement and any Addenda). The Special Provisions take
precedence and govern over the Contract Drawings, Standard Specifications, Tender, Special
Provisions - General, General Conditions and Working Drawings.

If a conflict exists between the Special Provisions – General and the Special – Item Specific, the
Special Provision – General shall take precedence.

Section F - Special Provisions of the tender documents are usually technical in nature and relate
to specific tender items. This section of the manual contains special provisions that have been
standardized by the City for construction contracts. Their titles are normally the same as the
description of the affected construction work.

The most common function of these special provisions is to amend a referenced standard
specification such as an Ontario Provincial Standard Specification (OPSS). Therefore, it follows
that they cannot be read alone and must be read in conjunction with the related OPSS.

The standardized special provisions contained in this section of the manual have been given
unique numbers that correspond to their referenced OPSS. Because the numbering system is
unique, their numbers must not be used for other special provisions or tender documents.

An example of the numbering system is as follows:

F-2063

where F is the section title of the tender documents, the first three (3) digits of the number
relate to OPSS 206 that covers the requirements for this work, followed by the number of
the special provision in the OPSS 206 special provisions series.

In some cases, these special provisions require additional information from the designer but
otherwise they must not be altered in any way.

If not covered by an OPSS or standardized special provision, a new construction item will
require a non-standard special provision written with the completeness and format of the OPSS.

\Section F\Outline.doc – March 31, 2011 i


Section F - Outline Standard Tender Documents for Unit Price Contracts

Referenced Ontario Provincial Standard Specifications

The standard Special Provisions contained within this edition of the “Standard Tender
Documents for Unit Price Contracts” manual reference the Ontario Provincial Standard
Specifications (OPSS). When a Special Provision does not reference a specific date, refer to
Section E for the current OPSS date.

The Infrastructure Services Department has adopted March 2nd as the annual implementation date
of all OPSS revisions published in the previous year. This manual shall be updated annually in
accordance with this implementation date strategy.

Users are cautioned that if versions of the referenced OPSS published after above mentioned date
are used, they may conflict with the standard Special Provisions contained in this manual.
Implementation of later versions of the OPSS shall wait until the next revision and update of this
manual as described above.

If, in the opinion of the Project Manager, it is deemed appropriate to use a more current OPSS,
then the standard Special Provision for the tender item shall be replaced with a non-standard
(contract specific) Special Provision.

Specific Contract Requirements

Projects may have unique requirements not covered in the OPSS or standardized special
provisions contained in the manual. These requirements should be prepared in the form of non-
standard (contract specific) special provisions that apply only to that contract. These special
provisions must be given a separate numbering system than the standardized special provisions to
avoid any conflicts.

An example of a numbering system may be as follows:

F - Contract Number - 01
e.g. F-xxxx-01
F-xxxx-02
(etc.)

where F is the section title of the tender documents, followed by the year and number of
the specific contract and by the non-standard special provision number in the contract
series.

To ensure consistency, contract specific special provisions shall use their special provision
number for their electronic word processing file name, e.g. F-xxxx-01.doc.

\Section F\Outline.doc – March02, 2015 ii


SECTION F
SPECIAL PROVISIONS LIST

CONTRACT No. ISB14-xxxx

The Contractor acknowledges that the standard Special Provisions of the contract are
as produced and amended by the City of Ottawa in the “Standard Tender Document for
Unit Price Contract Volume No. 1: Construction Specifications” Manual dated March 31,
2014 which is available from the Infrastructure Services Department and it is the
responsibility of the Contractor to ensure that it has the correct document.

[ List of Standard Special Provisions to contract ]

Clause No. Rev. Date Description

If this project requires any contract specific Special Provisions they shall form part of
this contract document and shall be set out hereafter.

Clause No. Rev. Date Description

[ List of Standard Special Provisions specific to contract ]

\Section F\Special Provisions List – March 31, 2014 F-1


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-1001 Field Office for Contract Administrator
F-1002 Payment Adjustments for Changes in the Fuel
Price Index
F-1004 Erosion and Sediment Control Plan, Monitoring
and Measures
F-1005 Erosion and Sediment Control
F-1006 Contract Initiation
F-1007 Sewer Flow Management Plans
F-1010 Traffic Control Plan
F-1011 Pre-Construction Inspection
F-1012 Police Assistance at Intersection
F-1013 Construction Site Pedestrian Control
F-1014 Steel Interlocking Pedestrian Barriers
F-1015 Granular A for Temporary Pedestrian Walkway
F-1016 Temporary Asphalt for temporary Pedestrian
Facility
F-1017 Stone Dust for Temporary Pedestrian Facility
F-1018 Pedestrian Barrier
F-1019 Supply, Maintain and Remove Portable Variable
Message Signs
F-1201 Use of Explosives
F-2060 Earth Excavation, Grading (Including Removals)
F-2063 Earth Excavation, Grading (Including Removals)
F-2064 Rock Excavation, Grading
F-2065 Earth ditch Cleanout
Rock Ditch Cleanout
F-2120 Select Subgrade Material for Trench Backfill
F-3041 Single and Double Surface Treatment on Existing
Surface
F-3051 Granular Sealing
F-3101 Price Adjustment for Performance Graded Asphalt
Cement
F-3104 Performance Graded Hot Mix Asphalt – Marshall
Design Method

\Section F\Table of Contents – March 1, 2017 1


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-3106 Material Specification for Superpave Hot Mix
Asphalt Mixes
F-3110 Asphalt sidewalk, Medians, Boulevards, Islands,
Private Walks and Driveways
F-3111 Material Transfer Vehicle
F-3112 Performance Grade Wam Mix Asphalt –
Superpave Design Method
F-3130 Construction Specification for Hot Mix Asphalt –
End Result
F-3142 Reclaimed Asphalt Pavement (RAP) For Road
Base
F-3145 Clear Stone
F-3147 Granular Material
F-3160 Extruded Expanded Polystyrene Treatment
F-3360 Microsurfacing
F-3399 Mix Design submission, Construction and Quality
Control/Assurance Requirements for Asphalt
Recycling Processes and Materials
F-3500 Ultra Thin White Topping (UTW)
F-3510 Concrete Sidewalk, Medians, Boulevards and
Islands
F-3511 Concrete Sidewalk “All Inclusive”
F-3512 Tactile Walking Surface Indicators
F-3513 Slab Jacking of Concrete Sidewalks and Slabs
F-3514 Replace and/or Extend Private Walks and/or
Steps
F-3515 Concrete Driveways
F-3531 Concrete Curb and Gutter
F-3532 Precast Concrete Curb
F-3550 Interlocking Concrete Pavers
F-4031 Rock Excavation for Sewers and Watermains
F-4050 Pipe Subdrain
F-4070 Maintenance Holes, Catch Basins, Ditch Inlets
and Chambers

\Section F\Table of Contents – March 1, 2017 2


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-4071 Concrete Headwall for Storm Pipe Sewer
F-4080 Adjusting or Rebuilding Maintenance Holes, Catch
Basins, Ditch inlets and Valve Chambers
F-4081 Self-Leveling Maintenance Hole Frame and Cover
F-4090 Cleaning and Televising of Sewers
F-4100 Pipe Sewers
F-4101 Connecting to Existing Maintenance Holes, Catch
Basins, Ditch Inlets Culverts and Sewers
F-4102 Expanded Polystyrene Insulation for Sewers
F-4103 Weeping Tile Reroute with Backwater Valve
F-4104 Abandonment of Sewer Infrastructure
F-4105 Maintaining Flow in Sewers and Sewer Services
F-4106 Sewer Installation “All inclusive Price Method”
Including Trench Cut Reinstatement
F-4107 Cured-in-Place-Pipe Liner Maintenance Hole to
Maintenance Hole
F-4108 Structural Spot Repair (no dig)
F-4109 Preparation of Existing Pipe for Trenchless Sewer
Rehabilitation
F-4110 CCTV Inspection of Existing Sewer Pipe for
Trenchless Sewer Rehabilitation
F-4111 Reconnection of Existing Service Laterals
F-4112 Cured-in-Place Building Laterals
F-4113 Sequence of Work (Trenchless)
F-4114 By-Pass Pumping (Trenchless)
F-4115 Treatment of Curing Water
F-4117 Sewer Frost Tapers
F-4210 Pipe Culverts, Concrete Headwalls and Concrete
Appurtances
F-4211 “All Inclusive” Pipe Culverts, Remove and Replace
F-4212 High Density Polyethylene Pipe Liner, Culverts
F-4221 Substitution of Precast Concrete for Cast-in-Place
Concrete Box Culverts
F-4411 Watermain Construction by Open Cut

\Section F\Table of Contents – March 1, 2017 3


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-4412 Watermain Pipe
F-4413 Valves, Valves Boxes, Valve Chambers
F-4414 Hydrants
F-4415 Insulation for Watermains
F-4416 Temporary Services
F-4417 Relocations, Blankings and Connections to
Existing Watermains
F-4418 Water Services
F-4419 “All Inclusive” Reinstatement for Watermain
Construction
F-4421 Cathodic Protection of Existing Watermains and
Fittings
F-4427 Water Services Option
F-4451 Watermain Cleaning and Lining
F-4491 Commissioning of Watermains
F-4492 Thrust Restraint of Watermains and Fittings
F-4493 Tracing Wire for Watermains and Non-Metallic
Forcemains
F-4494 Cathodic Protection of New Watermains and
Fittings
F-4921 Water Meters
F-4930 Temporary Potable Water Supply Services
F-5103 Removal of Asphalt Pavement, Partial Depth
F-5104 Precision Milling
F-6011 Streetlighting
F-6031 Hydro Ducts
F-6101 Removal of Electrical Equipment
F-6111 Underpass Luminaires
F-6151 Pole Erection
F-6171 Roadway Luminaires
F-6201 Installation of Traffic Control Plant
F-6202 Traffic Control Maintenance Holes, Handholes,
and Foundations

\Section F\Table of Contents – March 1, 2017 4


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-6203 Traffic Control Conduit and Ground Rods
F-6204 Traffic Plant Excavation and Additional Material
F-6205 Permanent Reinstatement of Highway
F-6206 Winter Work
F-6207 Underground Services
F-6208 Amended Basis of Payment S.P. No. F-8004
Traffic Control Conduit
F-6209 Installation of Detector Loops
F-6211 Bicycle Counter Installation on Cycling Lanes
F-6212 Bicycle Counter Installation on Cycle Tracks
F-6213 Bicycle Counter Installation on Multi-Use
Pathways
F-6301 High Mast Poles
F-7141 Steel Box Beam Barrier Coating System
F-7211 Steel Beam Guide Rail, Cable Guide Rail, and
Delineator Posts
F-7212 Adjust Cable Guide Rail
F-7213 Salvage and Re-erect Cable Guide Rail
F-7214 Adjust Steel Beam Guide Rail
F-7215 Guide Rail Miscellaneous Reinstatement
F-7216 Removal and Salvage of Guiderail
F-7217 Safety Items Certification
F-7218 3 Cable and Single Rail Steel Beam Guide Rail
Signage
F-7219 3 Cable and Single Rail Steel Beam Guide Rail
Reflectors
F-7301 Eccentric Loader
F-7302 Supply and Install Eccentric Loader including
Widenings
F-7401 Concrete Barrier and Tall Wall Barrier
F-7721 Wood Fence
F-7722 Chain Link Fence Coating System
F-8011 Tree Protection

\Section F\Table of Contents – March 1, 2017 5


SECTION F – SPECIAL PROVISIONS – ITEM SPECIFIC

TABLE OF CONTENTS

S.P. No. Description


F-8021 Topsoil, Imported
F-8024 Extended Warranty Period Maintenance for
Planting
F-8025 Labour
F-8026 Equipment Rental
F-8028 Sweeper/Flusher
F-8031 Sodding, Staked and Unstaked
F-8041 Seeding and Mulching
F-8043 Bed Cover
F-8045 Miscellaneous Reinstatement of Adjacent
Properties
F-8047 Hedgerows, Nursery Stock and Reforestation
F-8053 Rout and Seal Cracks in Asphalt Pavement
F-8054 Restoring Roadway Surfaces by Pulverizing
F-9040 Concrete Structures
F-9041 Grouted Rubble Masonry Toe Wall
F-9043 Cementing Materials
F-9045 Concrete – Materials and Production
F-9049 Flagstone Slope Paving
F-9051 Galvanized Steel Reinforcing
F-9141 Culvert Deck Waterproofing
Membrane Reinforcement
Deck Surface Preparation
Sand Cushion
F-9200 Parging of Building Face
F-9201 Joint Assemblies
F-9221 Bearings
F-9222 Seismic Isolation Bearings

\Section F\Table of Contents – March 1, 2017 6


SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


GENERAL
F-1001 Field Office for Contract Administrator
F-1002 Payment Adjustments for Changes in the Fuel
Price Index
F-1004 Erosion and Sediment Control Plan, Monitoring
& Measures
F-1005 Erosion and Sediment Control
F-1006 Contract Initiation
F-1007 Sewer Flow Management Plans
F-1010 Traffic Control Plan
F-1011 Pre-Construction Inspection
F-1012 Police Assistance at Intersection
F-1013 Construction Site Pedestrian Control
F-1014 Steel Interlocking Pedestrian Barriers
F-1015 Granular A for Temporary Pedestrian Walkway
F-1016 Temporary Asphalt for Temporary Pedestrian
Facility
F-1017 Stone Dust for Temporary Pedestrian Facility
F-1018 Pedestrian Barrier
F-1019 Supply, Maintain and Remove Portable Variable
Message Signs
F-1201 Use of Explosives

SEWERS
F-2120 Select Subgrade Material For Trench Backfill
F-4031 Rock Excavation for Sewers and Watermains
F-4050 Pipe Subdrain
F-4070 Maintenance Holes, Catch Basins, Ditch Inlets
and Chambers
F-4071 Concrete Headwall for Storm Pipe Sewer
F-4080 Adjusting or Rebuilding Maintenance Holes,
Catch Basins, Ditch inlets and Valve Chambers

\Section F\Section Listing – March 1, 2017


1
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


F-4081 Self-Leveling Maintenance Hole Frame and
Cover
F-4090 Cleaning and Televising of Sewers
F-4100 Pipe Sewers
F-4101 Connecting to Existing Maintenance Holes,
Catch Basins, Ditch Inlets Culverts and Sewers
F-4102 Expanded Polystyrene Insulation for Sewers
F-4103 Weeping Tile Reroute with Backwater Valve
F-4104 Abandonment of Sewer Infrastructure
F-4105 Maintaining Flow in Sewers and Sewer Services
F-4106 Sewer Installation “All inclusive Price Method”
Including Trench Cut Reinstatement
F-4117 Sewers Frost Tapers
F-4210 Pipe Culverts, Concrete Headwalls and Concrete
Appurtances
F-4211 “All Inclusive” Pipe Culverts, Remove and
Replace
F-4212 High Density Polyethylene Pipe Liner, Culverts
F-4221 Substitution of Precast Concrete for Cast-in-
Place Concrete Box Culverts
- Trenchless
F-4107 Cured-in-Place-Pipe Liner Maintenance Hole to
Maintenance Hole
F-4108 Structural Spot Repair (no dig)
F-4109 Preparation of Existing Pipe for Trenchless
Sewer Rehabilitation
F-4110 CCTV Inspection of Existing Sewer Pipe for
Trenchless Sewer Rehabilitation
F-4111 Reopening of Existing Sewer Service Laterals
F-4112 Cured-in-Place Building Laterals
F-4113 Sequence of Work (Trenchless)
F-4114 By-Pass Pumping (Trenchless)
F-4115 Treatment of Curing Water

\Section F\Section Listing – March 1, 2017


2
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


WATERMAINS
F-4411 Watermains Construction by Open Cut
F-4412 Watermain Pipe
F-4413 Valves, Valves Boxes, Valve Chambers
F-4414 Hydrants
F-4415 Insulation for Watermains
F-4416 Temporary Services
F-4417 Relocations, Blankings and Connections to
Existing Watermains
F-4418 Water Services
F-4419 “All Inclusive” Reinstatement for Watermain
Construction
F-4421 Cathodic Protection of Existing Watermain and
Fittings
F-4427 Water Services Option
F-4451 Watermain Cleaning and Lining
F-4491 Commissioning of Watermains
F-4492 Thrust Restraint of Watermains and Fittings
F-4493 Tracing Wire for Watermains and Non Metallic
Forcemaines
F-4494 Cathodic Protection of New Watermains and
Fittings
F-4921 Water Meters
F-4930 Temporary Potable Water Supply Services
TRAFFIC
F-6201 Installation of Traffic Control Plant
F-6202 Traffic Control Maintenance Holes, Handholes,
and Foundations
F-6203 Traffic Control Conduit and Ground Rods
F-6204 Traffic Plant Excavation and Additional Material
F-6205 Permanent Reinstatement of Highway
F-6206 Winter Work

\Section F\Section Listing – March 1, 2017


3
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


F-6207 Underground Services
F-6208 Amended Basis of Payment S.P. No. F-8004
Traffic Control Conduit
F-6209 Installation of Detector Loops
F-6211 Bicycle Counter Installation on Cycling Lanes
F-6212 Bicycle Counter Installation on Cycle Tracks
F-6213 Bicycle Counter Installation on Multi-Use
Pathways

ELECTRICAL/STREETLIGHTING
F-6011 Streetlighting
F-6031 Hydro Ducts
F-6101 Removal of Electrical Equipment
F-6111 Underpass Luminaires
F-6151 Pole Erection
F-6171 Roadway Luminaires
F-6301 High Mast Poles
ROAD

- Clearing & Removals


F-5103 Removal of Asphalt Pavement, Partial Depth
F-5104 Precision Milling
- Grading
F-2060 Earth Excavation, Grading (Including Removals)
F-2063 Earth Excavation, Grading (Including Removals)
F-2064 Rock Excavation, Grading
F-2065 Earth ditch Cleanout
Rock Ditch Cleanout
- Granular Base
F-3145 Clear Stone
F-3147 Granular Material
F-3160 Extruded Expanded Polystyrene Treatment

\Section F\Section Listing – March 1, 2017


4
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


- Sidewalks, Medians, Boulevards, Curbs,
Etc.
F-3510 Concrete Sidewalk, Medians, Boulevards and
Islands
F-3511 Concrete Sidewalk “All Inclusive”
F-3512 Tactile Walking Surface Indicators
F-3513 Slab Jacking of Concrete Sidewalks and Slabs
F-3514 Replace and/or Extend Private Walks and/or
Steps
F-3515 Concrete Driveways
F-3531 Concrete Curb and Gutter
F-3532 Precast Concrete Curb
F-3550 Interlocking Concrete Pavers including Leveling
Course
F-9200 Parging of Building Face
- Paving
F-3051 Granular Sealing
F-3101 Price Adjustment for Performance Graded
Asphalt Cement
F-3104 Performance Graded Hot Mix Asphalt – Marshall
Design Method
F-3106 Material Specification for Superpave Hot Mix
Asphalt Mixes
F-3110 Asphalt sidewalk, Medians, Boulevards, Islands,
Private Walks and Driveways
F-3111 Material Transfer Vehicle
F-3112 Performance Grade Warm Mix Asphalt –
Superpave Design Method
F-3130 Construction Specification for Hot Mix Asphalt –
End Result
F-3142 Reclaimed Asphalt Pavement (RAP) For Road
Base
F-3360 Microsurfacing

\Section F\Section Listing – March 1, 2017


5
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


F-3399 Mix Design Submission, Construction and
Quality Control/Assurance Requirements for
Asphalt Recycling Processes and Materials
F-3500 Ultra Thin White Topping (UTW)
LANDSCAPING
F-8011 Tree Protection
F-8021 Topsoil, Imported
F-8024 Extended Warranty Period Maintenance for
Plantings
F-8031 Sodding, Staked and Unstaked
F-8041 Seeding and Mulching

F-8043 Bed Cover


F-8045 Miscellaneous reinstatement of Adjacent
Properties
F-8047 Hedgerows, Nursery Stock and Reforestation
FENCING
F-7721 Wood Fence
F-7722 Chain Link Fence Coating System
BARRIERS AND GUIDE RAILS
F-7141 Steel Box Beam Barrier Coating System
F-7211 Steel Beam Guide Rail, Cable Guide Rail, and
Delineator Posts
F-7212 Adjust Cable Guide Rail
F-7213 Salvage and Re-erect Cable Guide Rail
F-7214 Adjust Steel Beam Guide Rail
F-7215 Guide Rail Miscellaneous Reinstatement
F-7216 Removal and Salvage of Guiderail
F-7217 Safety Items Certification
F-7218 3 Cable and Single Rail Steel Beam Guide Rail
Signage

\Section F\Section Listing – March 1, 2017


6
SECTION F - SPECIAL PROVISIONS – ITEM SPECIFIC

SECTION LISTING

SP. No. Description


F-7219 3 Cable and Single Rail Steel Beam Guide Rail
Reflectors
F-7301 Eccentric Loader
F-7302 Supply and Install Eccentric Loader including
Widenings
F-7401 Concrete Barrier and Tall Wall Barrier
STRUCTURAL
F-9040 Concrete Structures
F-9041 Grouted Rubble Masonry Toe Wall
F-9043 Cementing Materials
F-9045 Concrete – Materials and Production
F-9049 Flagstone Slope Paving
F-9051 Galvanized Steel Reinforcing
F-9141 Culvert Deck Waterproofing
Membrane Reinforcement
Deck Surface Preparation
Sand Cushion
F-9201 Joint Assemblies
F-9221 Bearings
F-9222 Seismic Isolation Bearings
RESURFACING (Overlay Program)
F-3041 Single and Double Surface Treatment on
Existing Surface
F-8053 Rout and Seal Cracks in Asphalt Pavement
F-8054 Restoring Roadway Surfaces by Pulverizing
LABOUR AND EQUIPMENT
F-8025 Labour
F-8026 Equipment Rental
F-8028 Sweeper/Flusher

\Section F\Section Listing – March 1, 2017


7
S.P. No: F-1001
Date: March 2016
Page: 1 of 3

FIELD OFFICE FOR CONTRACT ADMINISTRATOR

Scope

Under this tender item, the Contractor shall supply and maintain a field office and its associated items for
the sole use of the Contract Administrator and staff.

Location

Prior to the commencement of work on this tender item, the Contractor shall receive approval from the
Contract Administrator for the location of the field office, and shall have the field office installed and
operational.

Where a suitable location for the field office cannot be secured within the City’s road allowance, the
Contractor shall arrange for a site office with all amenities to be located in a local office building within
the construction limits to the satisfaction of the Contract Administrator.

Field Office Dimensions and Condition

The field office shall have a minimum floor area as specified in the Schedule of Prices. It shall have an
inside minimum clearance of two (2) metres.

All doors shall be solid and capable of being locked with a 25 mm throw dead bolt lock, and two sets of
keys will be supplied to the Contract Administrator.

The inside of the field office shall be moisture tight and capable of being lit to a level that is satisfactory
to the Contract Administrator. It shall have adequate windows, heating and ventilating equipment capable
of maintaining the working area at 21˚C during both summer and winter weather conditions.

It is the Contractor’s responsibility to provide and maintain adequate sanitary facilities in accordance with
Sections 28 and 29 of the Ontario Regulation 145/00 under the Occupational Health and Safety Act.

Field Office Equipment

The Contractor shall supply for the sole use of the Contract Administrator the following furnishings for
the appropriate trailer size:

Floor Area 20-34 m2 Floor Area 35-70 m2

1 desk 2 desks
2 drafting tables (2 m2 ea.) 3 drafting tables (2 m2 ea.)
1 lockable filing cabinet (3 drawer) 1 lockable filing cabinet (4 drawer)
3 chairs 4 chairs
1 plan rack

The Contractor shall supply or arrange to supply a water cooler capable of maintaining a water supply at
7˚C. Water shall be potable and supplied at a rate as dictated by the Contract Administrator.

Section F\General\F-1001 – March 1, 2016


S.P. No: F-1001
Date: March 2016
Page: 2 of 3

FIELD OFFICE FOR CONTRACT ADMINISTRATOR

The Contractor shall provide a properly calibrated level with a graduated metric rod for the sole use of the
Contract Administrator to check the accuracy of the work.

Utilities and Sanitary Facilities

The Contractor shall provide within the floor area of the field office hydro facilities for the sole use of the
Contract Administrator. If unable to secure a connection with hydro, the Contractor shall provide a
generator large enough to power all trailer requirements.

It is the responsibility of the Contractor to provide and maintain adequate sanitary facilities for the
exclusive use by Owner’s staff and its Consultants.

Recycling and Composting of Worker Waste on Construction Sites

The Contractor shall make provisions for the complete recycling and composting of all blue, black, and
green bin non-construction waste items on the Construction site when the Contract duration is greater
than or equal to 3 months. The Contractor shall actively promote the use of the recycling and composting
bins with all workers.

The Contractor shall initiate the recycling and composting process by contacting 3-1-1 (by phone) or
311@ottawa.ca (by email) to request a site visit by Solid Waste Services who will provide promotional
materials and determine the location for the designated pick-up spot for the bins on site.

The Contractor shall purchase and supply the various bins (Blue Box(es), Black Box(es) and Green
Bin(s)) and shall ensure delivery to the Construction site at the beginning of the job. The Contractor will
not levy an additional fee for this under the overall bid price of the contract.

The Contractor shall place the bins in an easily accessible and secure area for Construction worker use.
The Contractor shall display the promotional material provided by the City in a prominent location on
site.

The Contractor shall arrange to commence the regular pick of the bins on the designated removal days for
that area by contacting 3-1-1. The Contractor shall place the bins in the designated pick up spot by 7 AM
on the pickup day. The Contractor shall promptly retrieve the bins on the pickup day once emptied, and
place them back in their designated area.

The Contractor shall supply bin liners for the green bin.

The cost of this work is deemed to be included in the overall bid price of the contract.

Measurement for Payment

Measurement for the supply of a field office, its utilities, services and associated equipment shall be by
the week. The Contractor shall also be paid for any portion of a week as one week. Measurement for
payment will be made when all utilities and services have been provided.

Section F\General\F-1001 – March 1, 2016


S.P. No: F-1001
Date: March 2016
Page: 3 of 3

FIELD OFFICE FOR CONTRACT ADMINISTRATOR

Basis of Payment

Payment at the Contract price for the tender item “Field Office for Contract Administrator” shall be full
compensation for all labour, equipment and materials required to supply and maintain a field office.

The Contractor shall bear all expenses in connection with the above facilities, including but not limited to:

a. Service and connection charges for utilities and services.


b. Heating and ventilating costs.
c. The supply of bottled water.
d. All land and rental costs for the field office.
e. Supply of steps or stairs so as to provide proper access to field office.
f. The provision of at least five (5) parking spaces adjacent to field office, with at least
a gravel surface.
g. Winter maintenance (snow removal, sanding).
h. Removal of the field office, clean-up and reinstatement of the area occupied by the
field office.

Note to designer: Location of Site Trailer should be detailed on the Contract Drawings

Section F\General\F-1001 – March 1, 2016


S.P. No: F-1002
Date: March 2009
Page: 1 of 4

PAYMENT ADJUSTMENT FOR CHANGES IN THE FUEL PRICE INDEX

The City of Ottawa will adjust the payment to the Contractor based on changes to the Ontario Ministry of
Transportation's fuel price index. The Ontario Ministry of Energy, Science and Technology will calculate the
price index. The price index will be published monthly in the MTO Contract Bulletin for each calendar month and
will reflect that month's prices. The Contractor is responsible for any flow through to truckers, subcontractors and
shippers/suppliers that may be required. The City of Ottawa will not provide any additional compensation for this
purpose in addition to that provided through this special provision.

It is agreed by the parties to the contract that it is impracticable and difficult to ascertain actual fuel consumed on
the contract, and that the parties hereto agree that for the purpose of calculating the total fuel price adjustments,
that the process outlined in this specification will be used.

A payment adjustment will be calculated using monthly progress payment amounts and the change between the
fuel price index for the month of tender, and fuel price index when the work was completed. The Contractor shall
submit the form contained in this specification when both the monthly progress payment amount and the monthly
fuel index is known. Payment will be included on the next possible progress payment

When the agreed contract progress payment cut-off date is on or before the 15th of the month, then the previous
months fuel index shall be used for that progress payment amount.

When the agreed contract progress payment cut-off date is after the 15th of the month, then the current months
fuel index shall be used for that progress payment amount.

Example – Progress payment cut-off date is July 10th, then the index for June shall be used with the progress
payment amount for the July 10th progress payment.

Example – Progress payment cut-off date is July 20th, then the index for July shall be used with the progress
payment amount for the July 20th progress payment.

The Contractor shall submit the form contained in this specification, OTT- F-1002-01, on a monthly basis for
payment. Failure to submit the form will result in the Owner completing the form and deducting $500 from
monies due to the Contractor for that month.

Payment or Credit will be subject to taxes and hold-back.

The Contractor shall submit the final fuel adjustment form with the Contractor Submission for Completion.
A payment adjustment for work done after the approved time for completion of the Contract has expired,
including the expiration of any extensions of time that have been granted, shall be the lesser of the fuel index in
the last month of the Contract or the month in which the work was completed. .

GC 3.07.01(d) - Delays is amended by the following:

This specification shall be the only compensation due to the Contractor for direct fuel costs due to an Owner delay
in the Contract. The Owner will not request a rebate for direct fuel costs due to an Owner delay in the Contract
Fuel Price Adjustment Calculation

A monthly progress payment adjustment will be made when the fuel index for the progress payment month differs
by more or less than 15% from the fuel index for the month of the tender closing date. When the fuel index
differential is less than 15%, there will be no payment adjustments made.

Section F\General\F-1002 – March 31, 2009


S.P. No: F-1002
Date: March 2009
Page: 2 of 4

PAYMENT ADJUSTMENT FOR CHANGES IN THE FUEL PRICE INDEX

The progress payment amount will be calculated by multiplying the monthly progress amount by the “impact
percentage”, which is pre-determined to be 7%, to establish the dollar amount of fuel in the tender. This amount
is multiplied by percentage change in the fuel indexes after allowing for a 15% buffer.

The following formula will be used to calculate the monthly fuel adjustment.

FA = Monthly Fuel Adjustment

FA = (Monthly Progress Amount x Impact Percentage(IP))x Percent Fuel Change(PFC)

IP = Impact Percentage of fuel in bid, pre-determined to be 7%

PFC = Percent Fuel Change

= ((FTC– FPP) /(FTC) * 100)-15% (Buffer)

FTC = Fuel Index for Month Tender Close

FPP = Fuel Index for Progress Payment Month

When (FPP – FTC) is positive the Contractor will receive a payment.

When (FPP - FTC) is negative the City will receive a credit.

Example

A Contract Closes in March 2008 (March Index of 112.72 (FTC))

Progress Payment with a cut-off date of July 20th was $600,000 (July Index of 132.20 (FPP))

IP = Impact Percentage of fuel in bid, pre-determined to be 7%

FA = Monthly Fuel Adjustment


= (Monthly Progress Amount x Impact Percentage(IP))x Percent Fuel Change(PFC)
= ($600,000 x 0.07) x (PFC)

PFC = Percent Fuel Change


= ((FTC– FPP) /(FTC) * 100)-15% (Buffer)
= ((112.72 – 132.20)/(112.72)*100) – 15%
= 17.28% - 15%
= 2.28%

Therefore:

FA = (Monthly Progress Amount x Impact Percentage(IP))x Percent Fuel Change(PFC)

Section F\General\F-1002 – March 31, 2009


S.P. No: F-1002
Date: March 2009
Page: 3 of 4

PAYMENT ADJUSTMENT FOR CHANGES IN THE FUEL PRICE INDEX

= (600,000 x 0.07) x (.0228)


= $957.60 (payment to the Contractor)

The Progress payment will show the fuel price adjustment as a line item on the applicable progress payment
certificate and the completion certificate. The item will be called “Fuel Price Index F-1002”.

WARRANT: On Contracts over $5,000,000 and all overlay Contracts.

Section F\General\F-1002 – March 31, 2009


S.P. No: F-1002
Date: March 2009
Page: 4 of 4

PAYMENT ADJUSTMENT FOR CHANGES IN THE FUEL PRICE INDEX

Section F\General\F-1002 – March 31, 2009


S.P. No: F-1004
Date: March 2014
Page 1 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

Scope of Work

The work under the applicable items includes the preparation, implementation and
monitoring of an Erosion and Sediment Control Plan to prevent sediment-laden runoff
resulting from the Contractor’s construction operations from entering all sewers and
watercourses both within and downstream from the Working Area. The plan shall include
management and monitoring of water discharged from dewatering operations. The
specification is limited to the management of sediment laden water and the management
of contaminants such as hydrocarbons and volatile organic compounds present within
groundwater at the site shall be managed as described elsewhere in the contract
documents.

General

The Contractor acknowledges that surface erosion and sediment runoff resulting from
construction operations has potential to cause a detrimental impact to any downstream
watercourse, and that all construction operations that may impact upon water quality shall
be carried out in a manner that strictly meets the requirements of all applicable legislation
and regulations.

Accordingly, the Contractor shall be responsible for determining and conforming to the
requirements of the Ontario Ministry of the Environment (MOE), the Ontario Ministry of
Natural Resources, the City of Ottawa, applicable Conservation Authorities and any other
Governmental Regulatory Agencies (collectively “Regulatory Agencies”) having jurisdiction
in the Working Area or over any potentially affected watercourses.

Erosion and Sediment Control Plan

Before commencing the Work, the Contractor shall submit to the Contract Administrator
six copies of a detailed Erosion and Sediment Control Plan. The ESC Plan will consist of
a written description and detailed drawings indicating the on-site activities and measures
to be used to control erosion and sediment movement for each step of the Work. The
written description shall be signed by, and the drawings shall bear the stamp and
signature of a qualified Professional Engineer licensed in Ontario, herein designated as
the Engineer of Record (EOR).

The Contractor acknowledges that the scheduling of the implementation of erosion and
sediment controls is the key component for successful sediment control. Accordingly, the
ESC Plan will contain a detailed schedule which identifies the following:

• Phasing of the steps for the installation of all control measures.


• Inspection, monitoring and maintenance of all control measures during
construction.

Section F\General\F-1004 – March 2014


S.P. No: F-1004
Date: March 2014
Page 2 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

• Phasing of the removal and disposal of the control measures.

The Contractor acknowledges that no one measure is likely to be 100% effective for
erosion protection and controlling sediment runoff and water discharges from the site.
Therefore, where necessary the ESC Plan will implement sequential measures arranged
in such a manner so as to mitigate sediment release from construction operations and
achieve specific maximum permitted criteria where applicable. Suggested on-site
measures may include, but shall not be limited to, the following methods: sediment
ponds, filter bags, pump filters, settling tanks, silt fences, straw bales, filter cloths, check
dams and/or berms, or other recognized technologies and methods available at the time
of construction. Specific measures shall be installed in accordance with the requirements
of OPSS 805 where appropriate, or in accordance with manufacturer’s recommendations.

Inspection and Monitoring of Mitigation Measures

The Contractor shall be solely responsible for inspecting, monitoring and maintaining the
effectiveness of the ESC Plan upon implementation. The Contractor shall submit to the
Contract Administrator weekly inspection reports demonstrating the performance of the
installed measures, identifying deficiencies and indentifying required maintenance issues.
These reports shall be prepared, signed by the EOR and provided to the Contract
Administrator within 48 hours of the inspection.

• Maintenance issues are defined as any measure which is not functioning to the
satisfaction of the EOR and in the opinion of the EOR may be repaired by the
contractor with subsequent re-inspection at the next scheduled EOR site
inspection.
• Deficiencies are defined as any measure or lack of measure which has potential to
cause an adverse environmental impact at the site given the current/forecasted
conditions and schedule of the work.

Maintenance issues which have previously been identified but not adequately corrected
shall be considered deficiencies.

Deficiencies shall be immediately corrected. Corrective actions shall be re-inspected and


documented by the EOR. Re-inspection reports shall be specific to the deficiency
observed and may be written field reports.

EOR monitoring reports submitted shall include:


• The date and time of the inspection and monitoring.
• General description of the mitigating measures being utilized at the site.
• Confirmation as to the effectiveness of the measures inspected.

Section F\General\F-1004 – March 2014


S.P. No: F-1004
Date: March 2014
Page 3 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

• Description of any maintenance issue which requires minor repair, improvement


or maintenance.
• Description of any deficiency observed including timeline for correction and re-
inspection.
• Deficiency re-inspection reports outstanding for the site.

The Contractor shall notify the Contract Administrator in all situations where a regulatory
agency has identified deficiencies in erosion/sediment control measures, quality of runoff
or quality of water quality discharged from dewatering operation.

Where in the opinion of the Contract Administrator either the proof of performance
submitted is or the measures implemented are considered inadequate, the Contractor
shall have the EOR review measures in the presence of the Contract Administrator within
24 hours of being notified in writing.

The Contractor shall monitor all weather forecasts and schedule the Work in order to
minimize the risk of sediment-laden water from entering any watercourse or sewer
system. The ESC Plan shall contain a Contingency Plan to include the provision of
additional labour, equipment or materials to install additional control measures, and detail
an emergency response plan in case of an accidental event. As such, the Contractor shall
have additional control materials on site at all times which are easily accessible and may
be implemented at a moment’s notice.

Contractor’s Responsibilities

The Contractor shall ensure that all workers, including sub-contractors, in the Working
Area are aware of the importance of the erosion and sediment control measures and
informed of the consequences of the failure to comply with the requirements of all
Regulatory Agencies and the specifications detailed herein.

The Contractor shall periodically, and when requested by the Contract Administrator or
EOR, clean out accumulated sediment deposits as required at the sediment control
devices, including those deposits that may originate from outside the construction area.
Accumulated sediment shall be removed in such a manner that prevents the deposition of
this material into any sewer or watercourse and avoids damage to the control measure.
The sediment shall be removed from the site at the Contractor’s expense and managed in
compliance with the requirements for excess earth material, as specified elsewhere in the
Contract.

The Contractor shall immediately report to applicable regulatory agencies and the
Contract Administrator any accidental discharges of sediment material into either the
watercourse or the storm sewer system. Failure to report will be constitute a breach of
this specification and the Contractor may also be subject to the penalties imposed by any

Section F\General\F-1004 – March 2014


S.P. No: F-1004
Date: March 2014
Page 4 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

applicable Regulatory Agency. Appropriate response measures, including any repairs to


existing control measures or the implementation of additional control measures, shall be
carried out by the Contractor without delay.

The sediment control measures shall be removed when, in the opinion of the EOR, the
measure(s) is no longer required. No control measure may be permanently removed
without prior written authorization from the EOR. All sediment and erosion control
measures shall be removed in a manner that avoids the entry of sediment or debris into
any sewer or watercourse within or downstream of the Working Area. All accumulated
sediment shall be removed from the Working Area at the Contractor’s expense and
managed in compliance with the requirements for excess earth material, as specified
elsewhere in the Contract. Any seeding and mulching, temporary cover, sodding or
original turf cover that is disturbed by the removal of the control measures and
accumulated sediment, shall be brought to final grade and restored. Payment for the
supply and placing of ground cover at these locations shall be made under the applicable
items listed elsewhere in the Contract.

Where, in the opinion of either the Contract Administrator or a Regulatory Agency, any of
the terms specified herein have either not been complied with or not performed in a
suitable manner, the Contract Administrator or Regulatory Agency has the right to
immediately withdraw its permission to continue the work but may renew its permission
upon being satisfied that the defaults and/or deficiencies in the performance of this
specification by the Contractor have been remedied. No compensation will be made to
the Contractor for the withdrawal of permission to do the work resulting from non-
compliance with the requirements of this specification and the Regulatory Agencies.

In addition to any other remedy and/or penalty provided by law, where there has been
default or non-compliance with any of the terms specified herein and the Contractor
refuses to perform or rectify same within forty-eight (48) hours of the receipt of the written
demand of the Contract Administrator to do so, the Owner is hereby entitled to enter upon
the Working Area and either complete the work in conformity with the Contract or have the
work done that it considers necessary to complete the Work to its intended condition,
whichever, in the Owner’s sole opinion, is the most reasonable course of action. The
Contractor and the Owner further agree that the costs incurred for any such work shall be
retained by the Owner from monies otherwise due to the Contractor.

Monitoring of Water Quality Impacts and Point Source Discharges

The Contractor shall monitor runoff quality and quantity of water discharged from
dewatering operations. The work shall include turbidity monitoring of impacts to
watercourses (upstream vs downstream conditions), total suspended solids (TSS)
monitoring of point sources such as those from dewatering operations. Discharge shall be
in accordance with site specific constraints, regulatory requirements and sewer use bylaw

Section F\General\F-1004 – March 2014


S.P. No: F-1004
Date: March 2014
Page 5 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

requirements. Where no specific criteria has otherwise been identified, the contractor
shall meet the following discharge objective.

Monitoring Frequency
Source Objective
(min)
Minimum of daily for first
three days of operation
Minimum of twice weekly
Downstream turbidity not to
on an ongoing basis
Watercourse Impacts exceed upstream levels by
Daily for situations where
greater than 25%
the work is being conducted
within 20 metres of a
watercourse.
Minimum of daily for first
Discharge from Dewatering TSS maximum level of 25 three days of operation
Operations mg/L Minimum of twice weekly
on an ongoing basis

Monitoring frequency to increase where scheduled construction operations have potential


to impair water quality.

Mitigation and Action by Contractor Where Monitoring Indicates Water Impacts or


Discharges Over Criteria or Objectives

Where site specific criteria or objectives are not attained, the Contractor and/or EOR shall
immediately notify applicable regulatory agency of the monitoring results and possible
impacts to sewers and watercourses. The Contractor shall implement an Action/Mitigation
Plan acceptable to the EOR and applicable regulatory agency prior to continuing or
resuming construction activities.

Measurement and Basis of Payment

Item – Erosion and Sediment Control Plan and Monitoring

Payment at the Contract price for the item “Erosion and Sediment Control Plan and
Monitoring” shall be full compensation for the preparation and monitoring of the Erosion
and Sediment Control Plan.

Payment shall be based upon the following schedule:

a) 25% upon satisfactory submission and implementation of the ESC Plan; and,
b) 75% pro-rated into equal payments over the term of the contract.

Section F\General\F-1004 – March 2014


S.P. No: F-1004
Date: March 2014
Page 6 of 6

EROSION AND SEDIMENT CONTROL PLAN, MONITORING, AND MEASURES

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

Item – Erosion and Sediment Control Measures

Payment at the Contract price for the item “Erosion and Sediment Control Measures” shall
be full compensation for the implementation and maintenance of erosion and sediment
control measures required for the site, and shall include all labour, equipment and
materials to supply, construct, monitor and maintain all erosion and sediment control
measures detailed therein.

Payment shall be based upon the following schedule:

a) 20% upon satisfactory installation of the control measures;


b) 70% pro-rated into equal payments over the term of the contract; and,
c) 10% upon successful completion and removal of the ESC Plan protection
measures.

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

Warrant: For work which is conducted in close proximity to watercourses or


environmentally sensitive areas.

Section F\General\F-1004 – March 2014


S.P. No: F-1005
Date: March 2016
Page 1 of 2
EROSION AND SEDIMENT CONTROL

General

The Contractor acknowledges that surface erosion and sediment runoff resulting from his construction
operations has potential to cause a detrimental impact to any downstream watercourse or sewer, and that
all construction operations that may impact upon water quality shall be carried out in a manner that
strictly meets the requirements of all applicable legislation and regulations.

As such, the Contractor shall be responsible for carrying out his operations, and supplying and installing
any appropriate control measures, so as to prevent sediment laden runoff from entering any sewer or
watercourse within or downstream of the Working Area.

The Contractor acknowledges that no one measure is likely to be 100% effective for erosion protection
and controlling sediment runoff and discharges from the site. Therefore, where necessary the Contractor
shall implement sequential measures arranged in such a manner as to mitigate sediment release from the
construction operations and achieve specific maximum permitted criteria where applicable. Suggested
on-site measures may include, but shall not be limited to, the following methods: sediment ponds, filter
bags, pump filters, settling tanks, silt fences, straw bales, filter cloths, catch basin filters, check dams
and/or berms, or other recognized technologies and methods available at the time of construction.
Specific measures shall be installed in accordance with the requirements of OPSS 805 where appropriate,
or in accordance with manufacturer’s recommendations.

Where, in the opinion of the Contract Administrator or Regulatory Agency, the installed control measures
fail to perform adequately, the Contractor shall supply and install additional or alternative measures as
directed by the Contract Administrator or Regulatory Agency. As such, the Contractor shall have
additional control materials on site at all times which are easily accessible and may be implemented by
him at a moment’s notice.

Before commencing the Work, the Contractor shall submit to the Contract Administrator six copies of a
detailed Erosion and Sediment Control Plan (ESCP). The ESCP will consist of a written description and
detailed drawings indicating the on-site activities and measures to be used to control erosion and sediment
movement for each step of the Work.

Contractor’s Responsibilities

The Contractor shall ensure that all workers, including sub-contractors, in the Working Area are aware of
the importance of the erosion and sediment control measures and informed of the consequences of the
failure to comply with the requirements of all Regulatory Agencies and the specifications detailed herein.

The Contractor shall periodically, and when requested by the Contract Administrator, clean out
accumulated sediment deposits as required at the sediment control devices, including those deposits that
may originate from outside the construction area. Accumulated sediment shall be removed in such a
manner that prevents the deposition of this material into any sewer or watercourse and avoids damage to
the control measure. The sediment shall be removed from the site at the Contractor’s expense and
managed in compliance with the requirements for excess earth material, as specified elsewhere in the
Contract.

The Contractor shall immediately report to the Contract Administrator any accidental discharges of
sediment material into either the watercourse or the storm sewer system. Failure to report will be
constitute a breach of this specification and the Contractor may also be subject to the penalties imposed

Section F\General\F-1005 – March 1, 2016


S.P. No: F-1005
Date: March 2016
Page 2 of 2
EROSION AND SEDIMENT CONTROL

by any applicable Regulatory Agency. Appropriate response measures, including any repairs to existing
control measures or the implementation of additional control measures, shall be carried out by the
Contractor without delay.

The sediment control measures shall only be removed when, in the opinion of the Contract Administrator,
the measure or measures, is no longer required. No control measure may be permanently removed
without prior authorization from the Contract Administrator. All sediment and erosion control measures
shall be removed in a manner that avoids the entry of any equipment, other than hand-held equipment,
into any watercourse, and prevents the release of any sediment or debris into any sewer or watercourse
within or downstream of the Working Area. All accumulated sediment shall be removed from the
Working Area at the Contractor’s expense and managed in compliance with the requirements for excess
earth material, as specified elsewhere in the Contract.

Where, in the opinion of either the Contract Administrator or a Regulatory Agency, any of the terms
specified herein have not been complied with or performed in a suitable manner, or at all, the Contract
Administrator or Regulatory Agency has the right to immediately withdraw its permission to continue the
work but may renew its permission upon being satisfied that the defaults or deficiencies in the
performance of this specification by the Contractor have been remedied. No compensation will be owed
or paid to the Contractor for the withdrawal of permission to do the work resulting from non-compliance
with the requirements of this specification or the Regulatory Agencies.

In addition to any other remedy and/or penalty provided by law, where there has been default or non-
compliance with any of the terms specified herein and the Contractor refuses to perform or rectify same
within forty-eight (48) hours of the receipt of the written demand of the Contract Administrator to do so,
the Owner is hereby entitled to enter upon the Working Area and either complete the work in conformity
with the Contract or have the work done that it considers necessary to complete the Work to its intended
condition, whichever, in the Owner’s sole opinion, is the most reasonable course of action. The
Contractor and the Owner further agree that the costs incurred for any such work shall be retained by the
Owner from monies otherwise due to the Contractor, should any such monies be available.

Basis of Payment

Payment at the contract Lump Sum price for the item “Erosion and Sediment Control” shall be full
compensation for the plan preparation and implementation of the erosion and sediment control
requirements for the site, and shall include all labour, equipment and materials to supply, construct,
monitor and maintain all erosion and sediment control measures.

Payment shall be based upon the following schedule:


a) 25% upon satisfactory submission of the ESC Plan and installation of the control measures;
b) 50% pro-rated into equal payments over the term of the contract; and,
c) 25% upon successful completion and removal of the ESC Plan protection measures.

This payment schedule may only be modified as agreed upon in writing between the Contractor and the
Contract Administrator.

Warrant: For work which is not in close proximity to watercourses or environmentally sensitive areas

Section F\General\F-1005 – March 1, 2016


S.P. No: F-1006
Date: March 2013
Page: 1 of 1

CONTRACT INITIATION

Scope
This item is intended to provide the Contractor with funds at the onset of the project.
The Contractor is permitted to include project costs in the “Contract Initiation” item up to
a maximum of 2% of the total tender cost as submitted in the Form of Tender, section
FT-3.3.

Contract initiation shall include all required submissions prior to commencement of work
as detailed in general special provisions D-024, D-025 and D-030 including, but not
limited to:

a) Survey Process and Procedures


b) Permit to Take Water
c) Quality Control Obligations

Measurement for Payment


The tender item “Contract Initiation (max. 2% of Total Tender Price)” will be paid as a
lump sum item.

Basis of Payment
Payment for the item “Contract Initiation” shall be compensation for the Contractor’s
contract initiation costs for this project. The item will be paid in full on the first payment
certificate.

Section F\General\F-1006 – March 31, 2013


S. P. No: F-1007
Date: March 2017
Page: 1 of 14
SEWER FLOW MANAGEMENT PLANS

Scope
The Scope of the work addressed in this specification “Sewer Flow Management Plans”
shall include the preparation, submission, implementation and monitoring of Sewer Flow
Management Plans as outlined in this specification.

Current Provincial Regulations (such as O.Reg. 129/04) require that certain tasks on
wastewater equipment or infrastructure that is owned and operated by a municipality,
must be carried out by a Ministry of the Environment and Climate Change (MOECC)
licensed or certified operator, or under direct supervision of a licensed operator, who is
physically present to observe the work being carried out. An operator is defined as “a
person who adjusts, inspects or evaluates a process that controls the effectiveness or
efficiency of a facility, and includes a person who adjusts or directs the flow, pressure or
quality of wastewater within a wastewater collection facility.”

The City of Ottawa will provide the requirements for certified operators for this contract.
The Contractor is required to give advance notice of when the work will commence and
for any scheduled delays.

The Contractor shall be responsible for construction means, methods, techniques,


sequences, and procedures and for coordinating the various parts of their Sewer Flow
Management Plans (SFMP).

The Contractor shall prepare and submit a (SFMP) when construction and/or
rehabilitation work will take place on in-service sanitary, storm and/or combined sewers
and where sewer flow needs to be bypassed to a downstream reach of the same sewer.
Discharges to different sewer branches (parallel or upstream) or different sewer
systems require a Discharge Permit. The Plan shall be in the form of drawing(s) and
written description(s) of how the Contractor intends to manage the sewer flow through
and around the work zone. The Contractor is required to complete and submit a
SFMP completing the SFMP template available. By submitting this SFMP the
contractor recognizes he is responsible for the validity of the provided data as submitted
and consequently he declares that those same data reflect reality. He declares he used
those data, as presented, to establish the pumping requirements for each SFMP as
declared. Should any problem arise, the contractor takes full responsibility for all
misinterpretation, miscalculation, and consequently inappropriate pumping set-up that
would have initiated the problem in question. By submitting the SFMP, the Contractor
confirms that he has visited the site and confirmed the size and configuration of
all affected MH’s.

By submitting the SFMP, the Contractor ensures that the proposed SFMP takes the
following into account:

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 2 of 14
SEWER FLOW MANAGEMENT PLANS

 Ability of MH to physically accept the number of pumps including potential


requirement to remove MH frame to access
 by-pass location including potential required tie-in to MH and any implication to
traffic (lane reductions/lane closures)
 different locations, site within one project
 opportunities to manage flows, risk and cost through time of day, time of year,
weather or other restrictions
 opportunities to manage flows through in-pipe diversions
 concurrent discharges/permissible maximum discharge rates

The SFMP shall include, and not necessarily be limited to:

 Project Description including contract number


 Reason for required flow management
 Description of the flow management setup (Gravity Downstream By-pass/
Pumped Downstream By-pass/in line works)
 Structural assessment (are modifications to the existing infrastructure required to
enable by-pass operation?)
 By-pass routing drawing based on sewer by-pass locations as detailed by the
designer
 Capacity assessment (ex.: are selected pumps adequate considering the dry and
wet weather flows?)
 Pump Curves
 Duration of the flow management operation (Dates and times, from and to)
 Equipment monitoring
 Equipment maintenance (especially for long duration pumping)
 Freezing protection system
 Public protection system
 Noise mitigation
 Remote monitoring system (ex: is there a need for monitoring upstream – either
visually or with flow monitoring equipment?)
 Emergency procedures including wet weather contingencies
 Spill response procedures
 Emergency 24 hour contact information and escalation procedures

Submissions, Monitoring, and Repair


Three (3) weeks prior to commencing the sewer bypass, the Contractor shall submit
one (1) hardcopy and one electronic (.pdf) copy of each Sewer Flow Management Plan
(SFMP) to the Contract Administrator. The Contractor acknowledges that revisions to
the Plans may be necessary, in consultation with the City.

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 3 of 14
SEWER FLOW MANAGEMENT PLANS

The Plans shall demonstrate measures being taken to prevent sanitary, storm or
combined sewage backups. A separate Plan is required for each sewer flow
management operation, in order to ensure site specifics are addressed.

The SFMP Template is available from the City PM. An example of a completed form is
attached at the end of this specification.

The Contract Administrator, after his review, shall submit an electronic copy of the plan
to the City’s Wastewater Collection Engineer of the Environmental Services Department
at ISDsewerplans@ottawa.ca, for review and comment.

The Contractor shall ensure that all workers, including sub-contractors, in the Working
Area are aware of the importance of the SFMP measures.

The Contractor shall be required to review and modify the SFMP for errors, omissions,
deficiencies, or because of any new conditions that are identified and not previously
addressed within the document.

The Contractor shall immediately repair, replace or otherwise make good the practice
deemed unsafe or non-compliant when the Contract Administrator or Certified Operator,
makes the Contractor aware of any violation of the SFMP (or applicable regulations).

A standby pump is required at all times during the pumping operation. The Contractor
is required to have staff onsite at all times during bypass operations, including overnight
pumping.

Contractors are required to call operation staff before the pumping begins and after
pumping ends at 613-292-5805.

It is the responsibility of the Contractor to ensure that all necessary training has been
provided prior to commencement of the work.

The Contractor shall inform the Contract Administrator of any schedule delays.

The Contractor shall inform the MOE and the Contract Administrator of any spills that
occur during pumping. Spills that occur in an open excavation are considered
reportable spills.

The City of Ottawa through the Contract Administrator will accept the submission of the
SFMP, and review it to identify any errors, omissions, or improvements that the City
staff is aware of, as it relates to operations, maintaining public safety and mobility.

The acceptance and review of the SFMP 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 SFMP will remain the sole
Section F\General\F-1007 – March 1, 2017
S. P. No: F-1007
Date: March 2017
Page: 4 of 14
SEWER FLOW MANAGEMENT PLANS

responsibility of the Contractor. The proposed sewer construction activities shall not
commence, until the City has reviewed the SFMP, and the Contractor has addressed all
comments to the satisfaction of the Contract Administrator. The Contractor is to allow a
three (3) week turnaround time for review after the submittal of a properly completed
SFMP. The review period excludes time required for addressing incomplete submittals
or revisions as identified by the Contract Administrator and/or operator at time of
submission.

The Contract Administrator reserves the right to ask for revisions to the SFMP at
submission time, or reject it if the Plans do not meet the Contract language. In addition,
the Contract Administrator reserves the right to instruct the Contractor to revise the
SFMP at any time during the Contractor’s execution of the Plans, when the Contract
Administrator finds that the Contractor is not providing the commitments shown in the
SFMP submission, or the Contractor’s SFMP proves to be insufficient to address the
field conditions. The Contractor shall not claim for delays associated with the
requirement to revise a SFMP.

Notification and Inspection

Contractors are required to notify the Contract Administrator who will call operation staff
at 613-292-5805 before the pumping begins and after pumping ends.

Pre inspection and post inspection notification requirements are detailed below. A
sample inspection checklist, detailing requirements to be met for both pre and post
inspections, is included at the end of this specification.

Pre Inspection
The Contractor shall notify the Contract Administrator within 48 hours of set-up being
complete (ie all piping, pumps in place) to allow for pre inspection. Pre inspection will
be performed by operations staff, who will complete the pre inspection portion of the
inspection checklist. Pre inspection is considered complete once the Contractor signs
off on the pre inspection portion of the checklist.

Post Inspection
The Contractor shall notify the Contract Administrator within 48 hours of pumping
operations having ceased. Post inspection will be performed by operations staff, who
will complete the post inspection portion of the inspection checklist. Post inspection is
considered complete once the Contractor signs off on the post inspection portion of the
checklist.

Correspondence

All emails shall include the city project number and contractor job number either in the
subject line or body of the email.
Section F\General\F-1007 – March 1, 2017
S. P. No: F-1007
Date: March 2017
Page: 5 of 14
SEWER FLOW MANAGEMENT PLANS

Project Constraints
The following sewer flows are provided for information purposes only. Actual flows
could be more or less.

Note to Designer: Provide available flows (dry weather, wet weather etc..) All flow data
will be provided by the City of Ottawa Water Resources Group. Inquiries regarding flow
data, flow calculations and flow models for SFMPs are to be sent to
SewerFlows@Ottawa.ca using the following subject line “Pre-Tender: XXXX”, where
XXXX denotes City of Ottawa Tender Number.

Provide all available downstream outlets and any site specific constraints that may
impact sewer flow management activities. Is it in a combined sewer area? Has the area
been susceptible to flooding in the past?

Measurement for Payment


The tender item “Sewer Flow Management Plan” shall be paid as a lump sum item.

Basis of Payment

Payment for the contract lump sum price for the item “Sewer Flow Management Plan”
shall be full compensation for the plan preparation and implementation of the Sewer
Flow Management and bypass and shall include all labour, equipment and materials to
supply, construct, monitor and maintain all sewer flow and bypass measures. Payment
shall be based upon the following schedule:

a) 25% upon satisfactory submission of the first Sewer Flow Management Plan.
b) 75% pro-rated into equal payments over the term of the contract.

No additional payment will be made for required revisions to the submitted plans as per
comments provided by the Contract Administrator.

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

WARRANTS: The purpose of this spec is to create a means of requiring the contractor
to produce documentation about their proposed sewer flow management operations,
and to share this information with the operators in the City’s Environmental Services
Department.

A Sewer Flow Management Plan is warranted on all capital projects where construction
and/or rehabilitation work will take place on in-service sanitary, storm and/or combined

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 6 of 14
SEWER FLOW MANAGEMENT PLANS

sewers that need to be bypassed. Each plan is to be reviewed by the City’s


Environmental Services Department.

The intent of the Sewer Flow Management Plan is similar in nature to the required
Traffic Control Plans. The designer should provide all available information and any
historical data regarding the sewer flows, potential flooding issues, available outlets,
project specific constraints etc. so that the Contractor may choose the best method to
manage flow. Such as in the case with traffic control, in certain cases the designer may
choose to provide a recommended sewer flow management operation in the tender. It
is expected that the designers will have consultations with the City’s Environmental
Services Department about the project’s specific issues and constraints related to sewer
flow management during construction, including provision of the locations for sewer
by-passes during the design phase.

Please use master item code A090.01 – Sewer Flow Management Plan.

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 7 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 8 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 9 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 10 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 11 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 12 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 13 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1007
Date: March 2017
Page: 14 of 14
SEWER FLOW MANAGEMENT PLANS

Section F\General\F-1007 – March 1, 2017


S. P. No: F-1010
Date: March 2017
Page: 1 of 4

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

Section F\General\F-1010 – March 1, 2017


S. P. No: F-1010
Date: March 2017
Page: 2 of 4

TRAFFIC CONTROL PLAN

 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.

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. Subsequent revisions require
one week for review.

Notwithstanding other notification requirements contained in this specification,


where the Contractor intends to modify an approach to a signalized intersection,
15 working days notification to the Contract Administrator is required.

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.

Section F\General\F-1010 – March 1, 2017


S. P. No: F-1010
Date: March 2017
Page: 3 of 4

TRAFFIC CONTROL PLAN

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 Contract Administrator will accept the submission of the TCP, and review it
to identify any errors, omissions, or improvements related to maintaining public
safety and mobility, and contract-specific requirements. The Contract
Administrator will also circulate the TCP to City of Ottawa Traffic Services Branch
for review.

The acceptance and review of the TCP by the Contract Administrator 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 Contractor has addressed all comments. 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 Contractor’s 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
Contractor’s 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

Section F\General\F-1010 – March 1, 2017


S. P. No: F-1010
Date: March 2017
Page: 4 of 4

TRAFFIC CONTROL PLAN

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 (TCP’s) shall not be included for payment under this item.
The Contractor shall include any costs associated with TCP’s in the applicable
item where TCP’s 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 1, 2017


S.P. No: F-1011
Date: March 2017
Page: 1 of 3

PRE-CONSTRUCTION INSPECTION

General

The Contractor acknowledges that there are existing buildings and structures in the vicinity of the
work area, which may be affected by the construction works. This special provision details the pre-
construction inspection requirements of buildings and structures, for both interior and exterior
conditions.

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.

Scope of Work

Under this work the Contractor will be required to supply the services of a reputable firm
experienced in pre-construction inspections of existing buildings and structures prior to
commencement of any construction work.

The pre-construction inspection shall include whatever inspection work is deemed necessary to
satisfactorily document the state of a building or structure prior to construction for the purpose of
resolving possible claims by residents or building owners. The Contractor shall ensure that the
extent and degree of the pre-construction inspection include the following, as minimum criteria:

 As a minimum, the pre-construction survey will be done on all structures within 30m of the
work zone.

 A letter of introduction shall be provided to the property owner, after it has been reviewed
and approved by the Contract Administrator. If the Contractor receives no response from the
property owner, a second letter shall be provided.

 Where a second letter has been sent and still no response is received, the property owner is
deemed to have been notified, and no further action is required by the Contractor with
respect to documenting the state of the property.

 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.
Section F\General\F-1011 – March 1, 2017
S.P. No: F-1011
Date: March 2017
Page: 2 of 3

PRE-CONSTRUCTION INSPECTION

 The pre-construction inspection shall indicate if signs of building or structure settlement are
present, include photographs of all sides of the building exterior, a representative sampling
(description and photographs) of visible cracks or settlement from both the interior and
exterior of the building, and a representative sampling (description and photographs) of
staining or repairs visible at the time of inspection;

 The pre-construction inspection shall identify any concerns regarding sensitive equipment
contained within the buildings which should be taken into account during potential rock
removal and/or excavation operations.

The Project Pre-Construction Inspection Report shall include:

 Overview of the inspection process and the equipment used;

 PIPEDA compliance confirmation;

 Copies of the letter of introduction distributed including the distribution dates;

 A map showing the locations where the letters were distributed;

 Listing of properties for which inspections were performed including the dates of the
inspections;

 Listing of properties for which inspections were not performed and the reason (example:
property owner refused by phone or in writing).

This report shall not include specific results of the inspections performed. Two (2) copies of the
Project Pre-Construction Inspection Report shall be submitted to the Contract Administrator prior to
the commencement of any other site work.

For each property inspected, a separate Building/Structure Pre-Construction Report shall be


prepared, dated and signed by the firm undertaking the inspection. These reports are confidential
and shall not be shared with the Contractor, Contract Administrator or others. Each
Building/Structure Report shall be detailed and shall include specific results of the inspection. In
the event of a request by the property owner at any time, a copy of the Building/Structure Pre-
Construction Report shall be sent directly to the property owner and the Contract Administrator at
no additional cost to the City or the property owner.

Section F\General\F-1011 – March 1, 2017


S.P. No: F-1011
Date: March 2017
Page: 3 of 3

PRE-CONSTRUCTION INSPECTION

Measurement and Basis of Payment

Payment at the Contract price for the lump sum item “Pre-Construction Inspection” shall be full
compensation for the preparation and submission of the pre-construction inspection and reports,
and shall include all labour, equipment and materials to prepare and submit the pre-construction
inspection and reports.

Payment shall be based upon the following schedule:

a) 100% upon satisfactory submission of the pre-construction inspection reports.

This payment schedule may only be modified as agreed upon in writing between the Contractor
and the Contract Administrator.

WARRANT: On all contracts where structures are in close proximity to work zones.

Section F\General\F-1011 – March 1, 2017


S.P. No: F-1012
Date: March 2017
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 ($83.50/hour each), one police car ($46.10/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 1, 2017
S.P. No: F-1012
Date: March 2017
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 1, 2017


S.P. No: F-1013

Date: March 2015

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 Contractor’s 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 2, 2015


S.P. No: F-1013

Date: March 2015

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
Contractor’s 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 2, 2015


S.P. No: F-1013

Date: March 2015

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 2, 2015


S.P. No: F-1013

Date: March 2015

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 City’s 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 Contractor’s 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 Contractor’s 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 2, 2015


S.P. No: F-1013

Date: March 2015

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.

\Section F\General\F-1013 – March 2, 2015


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


S.P No.: F-1015
Date : March 2017
Page : 1 of 1
GRANULAR A FOR TEMPORARY PEDESTRIAN WALKWAY

Scope

The scope of work involved in “Granular A for Temporary Pedestrian Walkway” will include the
supply, placement, compaction, maintenance, and removal of Granular A material on any
portion of the walkway that has been excavated and/or as directed by the Contract
Administrator.

Any portion of the walkway that has been excavated must be filled in with a minimum thickness
of 150 mm and a minimum width of 1.5 m of Granular A by the end of each workday.

Measurement for Payment

Where the work is authorized by the Contract Administrator, measurement for the tender item
‘Granular A for Temporary Pedestrian Walkway’ shall be by tonnes of Granular A placed.

Basis of Payment

Payment at the contract unit price per tonne of Granular A shall be full compensation for all
labour, equipment and material required to do the work, including the day-to-day maintenance
and the removal of the granular sidewalk. No additional payment will be made for repair and/or
maintenance and subsequent removal of the granular material.

Warrant: Only in high pedestrian traffic areas.

\Section F\General\F-1015 – March 1, 2017


S.P No.: F-1016
Date : March 2017
Page : 1 of 1
ASPHALT FOR TEMPORARY PEDESTRIAN WALKWAY

Scope

The scope of work involved in ‘Asphalt for Temporary Pedestrian Walkway’ will include the
supply, placement, compaction ,maintenance, and removal of temporary hot mix asphalt in
areas consistent with the staging of the Contract and the implementation of the pedestrian
control measures as detailed under the Construction Site Pedestrian Control Plan and as
directed by the Contract Administrator.

Any portion of the sidewalk and/or pedestrian detour route that has been excavated must have
temporary hot mix asphalt surface.

Contractor to provide weekly reinstatement plan for temporary asphalt.

Material

The Contractor shall be responsible for the type and thickness of hot mix asphalt suitable for
the site conditions.

Measurement for Payment

Where the work is authorized by the Contract Administrator, measurement for the tender item
‘Temporary Asphalt’ shall be in m2 of temporary asphalt placed, calculated using the actual
width.

Granular A bedding, where required for temporary asphalt over pedestrian area, will be paid
for under the 'Granular A for Temporary Pedestrian Walkway' tender item.

Basis of Payment

Payment at the contract price for the tender item ‘Temporary Asphalt’ shall be full
compensation for all labour, material and equipment to do the work, including the day to day
maintenance and the removal of the asphalt. No additional payment will be made for repair
and/or maintenance and subsequent removal of the asphalt.

\Section F\General\F-1016 – March 1, 2017


S.P No.: F-1017
Date : March 2017
Page : 1 of 1
STONE DUST FOR TEMPORARY PEDESTRIAN WALKWAY

Scope

The scope of work involved in ‘Stone dust for Temporary Pedestrian Walkway’ will include the
supply, placement, compaction, maintenance, and removal of stone dust in areas consistent
with the staging of the Contract and the implementation of the pedestrian control measures as
detailed under the Construction Site Pedestrian Control Plan and as directed by the Contract
Administrator.

Material

The Contractor shall be responsible for the type and thickness of stone dust suitable for the
site conditions. Stone dust to be maximum diameter 3/8” and firmly compacted.

Measurement for Payment

Where the work is authorized by the Contract Administrator, measurement for the tender item
‘Temporary Stone dust’ shall be in tonnes of stone dust placed.

Basis of Payment

Payment at the contract price for the tender item ‘Temporary Stone dust’ shall be full
compensation for all labour, material and equipment to do the work, including the day to day
maintenance and removal of the stone dust. No additional payment will be made for repair
and/or maintenance and subsequent removal of stone dust.

\Section F\General\F-1017 – March 1, 2017


S.P No: F-1018
Date : March 2014
Page : 1 of 2
PEDESTRIAN BARRIERS
Scope

The scope of work involved in “Pedestrian Barriers” will include the supply, placing,
maintenance, relocation, and removal of cane detectable boundary protection 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 pedestrian control measures as detailed under the Construction Site
Pedestrian Control Plan.

Barrier Quantity and Location

The barriers shall be placed between the construction work zone and the sidewalk/pedestrian
walkway for the length of the work zone including at mid-block crossings and in locations which
require the frequent movement of barrier to facilitate construction per details of the
Construction Site Pedestrian Control Plan. Erection of temporary barriers is required to
separate pedestrians from construction operations or hazards to the satisfaction of the Contract
Administrator.

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. Barriers shall be continuous,
separating the pedestrians from the work zone which direct pedestrians in a clear and safe
manner. Care shall be taken to ensure that barrier bases do not encroach on pedestrian areas
such that tripping hazards or obstructed access for users of mobility aids is created.

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 acceptable barrier materials include concrete, plastic, steel or water filled barriers that
serve to indicate a suitable route of travel. The temporary barriers shall include suitable colour
contrast for identification and a cane detectable boundary protection, with lowest leading edge
at least 75mm high and continuous above the ground surface

\Section F\General\ F-1016 – March 31, 2014


S.P No: F-1018
Date : March 2014
Page : 2 of 2
PEDESTRIAN BARRIERS
The barriers must be capable of being interlocked with attachments integral to the barrier (i.e.
tying the barriers together will not be acceptable).

Examples of cane detectable boundary protection or edging for pedestrians include:


-Prefabricated lightweight sections of plastic, metal, or other suitable materials that are
interconnected and fixed in place to form a continuous edge.
-Prefabricated lightweight sections of plastic, metal, or other suitable materials that are
interconnected, fixed in place, and placed at ground level to provide a continuous connection
between channelizing devices located at intervals along the edge of the sidewalk or walkway.
-Sections of lumber interconnected and fixed in place to form a continuous edge.
-Formed-in-place asphalt or concrete curb.
-Prefabricated concrete curb sections that are interconnected and fixed in place to form a
continuous edge.
-Continuous temporary traffic barrier or longitudinal channelizing barricades placed along the
edge of the sidewalk or walkway that provides a pedestrian edging at ground level.

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 the pedestrian barrier. No
area shall be measured for payment more than once per each linear side of the construction
site corridor.

\Section F\General\ F-1016 – March 31, 2014


S.P. No: F-1019
Date: March 2017
Page: 1 of 1
SUPPLY, MAINTAIN, and REMOVE PORTABLE VARIABLE MESSAGE SIGN
Scope

The Contractor shall supply, maintain, and remove one (1) or more Portable Variable
Message Signs (PVMS) when requested by the Contract Administrator. These
Contractor-supplied PVMS are in addition to any other PVMS that may be supplied by
the Owner. All PVMS must be factored into the Contractor’s TCP and protected
accordingly.

The location for the PVMS shall be determined by the Contract Administrator.

Messaging

Sign messaging will be provided by the Contract Administrator a minimum of ten (10)
working days prior to the required installation of the PVMS.

Measurement for Payment

Measurement for each PVMS, and associated equipment, supplied shall be by the
week. The Contractor shall be paid for any partial week as one week. Measurement for
payment will be made when all services have been provided.

The Contractor shall not make any claim for extra compensation for the cost of fulfilling
the obligation set out in this Specification.

Basis of Payment

Payment at the Contract price for the tender item “Supply, Maintain, and Remove
Portable Variable Message Sign (PVMS)” shall be full compensation for all labour,
equipment and material required to supply, maintain and remove the PVMS as directed
by the Contract Administrator.

Section F\General\F-1019 – March 1, 2017


S.P. No: F-1201

Date: March 2015

Page: 1 of 9
USE OF EXPLOSIVES

Amendments to OPSS 120

OPSS 120 is deleted in its entirety and replace with the following:
120.01 SCOPE
This specification covers the requirements for the use of explosives on the Contract.

120.01.01 Specification Significance and Use


Use of this specification or any other specification shall be according to the Contract
Documents.

120.02 REFERENCES
This specification refers to the following standards, specifications, or publications:

Ontario Ministry of Transportation Publications


Ontario Traffic Manual
(OTM): Book 7 -Temporary
Conditions

Department of Fisheries and Oceans (DFO) Publication


Guidelines for the Use of Explosives in or Near Canadian Fisheries Waters, 1998

International Society of Explosives Engineers (ISEE)


Performance Specifications for Blasting Seismographs, 2011 Edition

120.03 DEFINITIONS
For the purpose of this specification, the following definitions apply:

Blaster means a competent person knowledgeable, experienced, and trained in the


handling, use, and storage of explosives and their effect on adjacent property and persons.

Blast Monitoring Consultant means a consulting engineering firm with a minimum of 5


years experience related to blasting hired to provide blast monitoring services. The Blast
Monitoring Consultant shall be retained by the Contractor and shall be a third party that is
not owned or corporately affiliated with the Contrator or any subcontractor responsible for
the the blasting work. The Blasting Consultant shall be required to complete the specified
monitoring of vibration levels and provide a report detailing the vibration levels and copies
of the recorded ground vibration documents to the Contractor and the Contract
Administrator weekly, or upon request for specific projects.

Consulting Engineering Firm means a firm or an individual that has been issued a
Certificate of Authorization and a Consulting Engineer designated by the Professional
Engineers Ontario.

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 2 of 9
USE OF EXPLOSIVES

Designated Blast Area means the area where the Contractor has notified, in
writing, and provided information to all Utilities, public and private property owners, and
as the area where the Contractor has made arrangements to evacuate all persons whose
safety might be threatened by the blasting operation.

Engineer means a Professional Engineer licensed by the Professional Engineers of


Ontario to practice in the Province of Ontario.

Fish Habitat means as defined by the Fisheries Act.

Flyrock means rock that becomes airborne as a direct result of a blast.

Peak Particle Velocity (PPV) means the maximum component velocity in millimetres per
second that ground particles move as a result of energy released from explosive
detonations.

Pre-Blast Survey means a detailed record, accompanied by film or video as necessary, of


the condition of private or public property, prior to the commencement of blasting
operations.

120.04 DESIGN AND SUBMISSION REQUIREMENTS

120.04.01 Design Requirements


A blast design shall be prepared by an individual or firm with a minimum 5 years experience
and be certified by an Engineer. The blast design shall include, at a minimum, the
following:

a) Design PPV and design peak sound pressure level at 100 m radius or nearest Utility,
residence, structure, or facility.
b) Number, pattern, orientation, spacing, size, and depth of drill holes.
c) Collar and toe load, number and time of delays, and mass and type of charge per
delay.
d) Setback distances to affected fish habitat.
e) The explosive products to be used.
f) The designated blast area.

120.04.02 Submission Requirements


The following shall be submitted to the Contract Administrator:

a) A minimum of 2 weeks prior to the use of explosives:


i. The name and statement of experience of the firm carrying out the blasting.
ii. The name of the blaster including a record of experience and safety training.
iii. The name of the individual or firm responsible for the blast design,
including a record of experience and statement of qualifications.

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 3 of 9
USE OF EXPLOSIVES

iv. A letter from an Engineer certifying the design.


v. The name of the blast monitoring consultant, including a record of
experience and a record of qualifications.
vi. A certificate of insurance indemnifying the Owner from all claims and
damages arising from the use of explosives.

b) A minimum of 48 hours prior to the use of explosives:


i. A letter signed by the Engineer certifying the blast design indicating the areas
for which the blast design has been completed.
ii. A letter signed by the blaster indicating receipt of the blast design and
agreement that the blasting shall be according to the design.
iii. A letter signed by the Contractor certifying that a pre-blast survey has been
carried out in accordance with the Pre-Blast Survey subsection and a copy of
the pre-blast survey
iv. A copy of the blast design, including all items shown in the Design
Requirements subsection.
v. The designated blast area.
vi. A blasting schedule.
vii. A list of all locations to be monitored.
viii. Proof of calibration of all monitoring equipment.

c) Upon request, any blasting permits, approvals, and agreements required for the use
of explosives or to carry out blasting operations.

120.05 MATERIALS

120.05.01 Explosives
Only explosive products that are approved for use in Canada shall be used.

120.06 EQUIPMENT

120.06.01 Detonation Apparatus


Detonation apparatus shall be of the type approved by the detonation system
manufacturer for the type of blasting operation to be undertaken. All apparatus shall be
kept in working order and shall be thoroughly inspected before and after each blasting
operation.

All wiring connected to electrical detonation apparatus shall be properly insulated.

120.06.02 Monitoring Equipment


All monitoring equipment shall be capable of measuring and recording ground vibration
PPV up to 200 m/s in the vertical, transverse, and radial directions. The equipment shall
have been calibrated within the twelve (12) months prior to commencement of any blasting

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 4 of 9
USE OF EXPLOSIVES

operations. Proof of calibration shall be submitted to the Contract Administrator prior to


commencement of any monitoring operations. Multiple units may be required to establish
base readings.

Monitoring equipment shall be according to ISEE Performance Specifications for Blasting


Seismographs.

120.07 CONSTRUCTION

120.07.01 General
Blasting shall be carried out only during daylight hours and at a time when atmospheric
conditions provide clear observation of the blast from a minimum distance of 1,000 m.
Blasting shall not be conducted on Sundays, statutory holidays, or during electrical
storms.

No blasting shall be carried out closer than 30 m of concrete within 72 hours after
completion of placement when the ambient temperature falls below 20°C or for 36 hours
when the ambient temperature is continuously greater than 20 °C, unless otherwise
authorized by the Contract Administrator.

Protection of fish and fish habitat shall be according to the Guidelines for the Use of
Explosives in or Near Canadian Fisheries Waters.

Under no circumstances will the Contractor blasé within 3 metres of any utilities without
advising the appropriate representative 72 hours in advance of blasting.

No blasting shall be carried out within a distance of 170 meters from any water storage
reservoir, pumping station, water works transformer station or water storage tank unless
special permission is first obtained from the General Manager, Infrastructure Services
Department, or an authorized representative.

No blasting shall be carried out within a radius of 300 meters of any school building during
school hours, or any hospital until the superintendent or the person in charge thereof shall
have notified a minimum of six (6) hours prior to the commencement of blasting.

No blasting is permitted within the Queensway right-of-way.

120.07.02 Radio-Frequency Hazards


Prior to blasting, investigations shall be done to determine if radio-frequency hazards exist.
Where such hazards exist, necessary precautions shall be taken.

120.07.03 Pre-Blast Survey


A pre-blast survey shall be prepared for all buildings, Utilities, structures, water wells, and
facilities likely to be affected by the blast and those within a minimum of 75m of the location
where explosives are to be used. The standard inspection procedure shall include the

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 5 of 9
USE OF EXPLOSIVES

provision of an explanatory letter to the owner or occupant and owner with a formal request
for permission to carry out an inspection.

The pre-blast survey shall include, as a minimum, the following information:

a) Type of structure, including type of construction, and the date, if possible, when
built.
b) Identification and description of existing differential settlements, including
visible cracks in walls, floors, and ceiling, including a diagram, if applicable, room-
by-room. All other apparent structural and cosmetic damage or defect must also be
noted. Defects shall be described, including dimensions, wherever possible.
c) Digital photographs or digital video as necessary for recording areas of significant
concern.

Photographs and videos shall be clear and shall accurately represent the condition of the
property. Each photograph or video shall be clearly labelled with the location and date
taken.

A copy of the pre-blast survey limited to a single residence or property, including copies
of any photographs or videos that may form part of the report, shall be provided to the
owner of that residence or property upon request.

120.07.04 Notification

120.07.04.01 General
A minimum of 15 Business Days prior to blasting, the Contractor shall provide written
notice to Utilities and all owners and tenants of buildings or facilities in urban areas within
a minimum of 150 m of the right-of-way or in rural areas, adjoining the blast locations in
the right-of-way. In urban areas the Blasting Consultant shall determine if notice distance
shall be increased beyond the 150m.

The Contractor shall ensure that a competent person is available to receive, document, and
deal with public inquiries before and after blasting operations.

Where potential Utility service disruptions exist, the Contractor shall request the Utility to
re-route or temporarily shut down the Utility. When such requests are denied, the
Contractor shall request, in writing, that a standby crew be present for the blast. When
the Utility refuses to provide a standby crew, the Contractor shall notify the Utility and the
Contract Administrator of the intent to proceed and the potential for service disruption. If
the Utility objects, the Contractor shall adjust the blast design to prevent disruption.

Where a disruption of power or other services and Utilities may occur, the Contractor
shall advise affected users of the Utility or service of the potential disruption and describe
Section F\General\F-1201 – March 2, 2015
S.P. No: F-1201

Date: March 2015

Page: 6 of 9
USE OF EXPLOSIVES

how such disruptions will be corrected as soon as is practically possible. When there are
a large number of affected users, the Contractor may provide such notifications through
the media.

Where power lines or other Utilities are relocated or damaged in the blasting operation the
Contractor shall ensure they are restored to their original location or condition as soon as
practically possible.

A minimum 48 hours prior to blasting, sufficient detail regarding the blasting operations
shall be provided to NAV Canada.

The Contract Administrator shall be provided in writing with a blasting schedule a


minimum of 48 hours prior to the start of blasting.

120.07.04.02 Utilities
Authorities of all likely affected Utilities shall be notified a minimum of 72 hours prior to
blasting.

120.07.04.03 Properties
Not more than 24 hours and not less than 4 hours prior to each blast, the Contractor shall
provide notice of the blasting schedule to all owners and tenants of buildings or facilities in
urban areas within a minimum of 150 m of the right-of-way or in rural areas, adjoining the
blast locations in the right-of-way. All blasts scheduled for the following 24 hours may be
included in one notice. The notice shall include information about the audible blast warning
system.

When blasting operations may incur property damage or require temporary evacuation,
notification shall include evacuation information and instructions. The Contractor shall
take all reasonable steps to ensure that the property owner acknowledges, by their
signature, that they have received the information and will comply with any evacuation
requirements. Where such signature is withheld, the Contractor shall maintain records
showing the date and time that the information was delivered.

120.07.05 Monitoring

120.07.05.01 General
The Contractor shall employ a blast monitoring consultant to carry out monitoring for
ground vibration PPV, peak sound pressure levels and water overpressures as required.
During each blast, ground vibration PPV and the peak sound pressure level shall be
monitored at the closest structure, or 100 m, from the blast or at the closest portion of any
residence, Utility, structure, or facility within this radius. Water overpressure in affected
fish habitats shall be monitored adjacent to the shore closest to the blast. The monitoring
equipment shall be repositioned as required.

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 7 of 9
USE OF EXPLOSIVES

120.07.05.02 Ground Vibration


Ground vibrations as measured by PPV shall be limited to the maximum levels shown in
Table 1. Should readings from any two consecutive blasts exceed these values or any
single reading exceed these values by more than 30 mm/s, all blast operations shall cease
until a revised blast design, certified by the Engineer, has been submitted to the Contract
Administrator

120.07.05.03 Water Overpressure


Instantaneous pressure change as measured by water overpressure in or near fish
habitat shall not exceed 100 kPa.

120.07.05.04 Trial Blasts


The Contractor shall confirm the suitability of the blast design for the ground vibration
PPV limits and sound pressure levels by carrying out a minimum of three limited test
blasts at locations agreed upon by the Contract Administrator and the Contractor. The
trial blasts shall be carried out with appropriate blast vibration and noise level monitoring
equipment. Based on the results, the initial blast design shall be revised as necessary to
ensure satisfactory levels of shatter depth and flyrock control, and that ground vibrations
are within specified limits.

120.07.06 Protective Measures


Immediately prior to the blast, the blast area designated by the blaster shall be cleared of
all vehicular and pedestrian traffic.

All traffic shall be stopped and be prevented from entering the area until the blaster gives
permission. Traffic control shall be according to the Ontario Traffic Manual, Book 7.
Signs shall be posted to inform the public of blasting operations and to turn off radio
transmitters. Audible blast warning devices, capable of alerting workers and the public
up to a radius of 1,000 m, shall be used before and after blasting.

Blasting mats or other suitable means of controlling flyrock shall be used to limit potential
hazardous effects of the blast.

120.07.07 Records
A post-blast record shall be prepared and signed by the blaster for each blast completed.
The post-blast record shall report the following conditions and be made available to the
Contract Administrator for site review:

a) The date, time, and location of the blast.


b) The wind direction and approximate speed at the time of the blast.
c) The general atmospheric conditions at the time of the blast.
d) The actual blast details.
e) PPV, peak sound pressure level, and water overpressure results of each blast
according to CAN3-Z107.54.
Section F\General\F-1201 – March 2, 2015
S.P. No: F-1201

Date: March 2015

Page: 8 of 9
USE OF EXPLOSIVES

A report summarizing the results of the vibration and air blast levels shall be submitted to
the Contract Administrator at the end of each work day that blasting was carried out.

120.07.08 Damage
Upon completion of blasting or immediately following the receipt of a complaint, a site
condition survey shall be performed to determine if any damage has resulted. The
Contractor shall record all incidents of any damage or injury, which shall be reported
immediately in writing to the Contract Administrator. All other complaints shall be
reported to the Contract Administrator in writing within 24 hours of receipt. Each
complaint report shall include the name and address of the complainant, time received,
and description of the circumstances that led to the complaint. All complaints shall be
addressed promptly by the Contractor or his consultant.

120.07.09 Responsibility
This special provision in no way intends to remove any of the responsibility for a safe
blasé from the Blasting Contractor.

120.10 BASIS OF PAYMENT


Payment at the Contract price for the appropriate tender items that requires the use of
explosives shall be full compensation for all labour, Equipment, and Material to do the work.

When the Contract contains separate items for work required by this specification, payment
shall be at the Contract prices and according to the specifications for such work.

The cost of standby crews and equipment required by Utility authorities shall be the
responsibility of the Contractor.

120.10.01 Claims
The Contractor shall be responsible for the management of all claims and payment
arising from the hauling, handling, use of, and storing of explosives and all effects,
directly or indirectly related to the blasting operation.

TABLE 1
Maximum Peak Particle Velocity Values

Frequency PPV
Element Hz mm/s

≤ 40 20
Structures and Pipelines

Section F\General\F-1201 – March 2, 2015


S.P. No: F-1201

Date: March 2015

Page: 9 of 9
USE OF EXPLOSIVES

> 40 50

Concrete and Grout


N/A 10
< 72 hours from placement

Section F\General\F-1201 – March 2, 2015


S.P. No: F-2060
Date: March 2008
Page: 1 of 2

EARTH EXCAVATION, GRADING (INCLUDING REMOVALS)

Amendments to OPSS 206 and OPSS 510

OPSS 206, and OPSS 510, shall apply except as may be amended and extended herein.

Removals

Section 206.01, Scope, of OPSS 206 is amended to include removal work in conformance with
OPSS 510 and the following.

Salvaged Materials

Pursuant to clause 510.07.01.03, Salvage, of OPSS 510 all materials designated in the Contract to
be salvaged shall, when surplus to the Contract requirements, be delivered to a location within the
City of Ottawa or as designated by the Contract Administrator.

Measurement for Payment and Basis of Payment

Section 510.09, Measurement for Payment, and Section 510.10, Basis of Payment, of OPSS 510 are
amended and extended by the deletion of the following items:

Removal of Asphalt Curb and Gutter


Removal of Concrete Curb and Gutter
Removal of Maintenance Holes, Catch Basins, Ditch Inlets and Valve Chambers
Removal of Pipe Culverts and Sewers
Removal of Hydrants, Valves and Watermain Appurtenances
Removal of Fence
Removal Delineator Posts
Removal of Cable Guide Rail
Removal of Steel Beam Guide Rail
Removal of Steel Box Beam Barrier
Removal of Guide Rail End Treatments
Removal of Asphalt Pavement
Removal of Asphalt-Treated Base
Removal of Cement-Treated Base
Removal of Sundry Driveways and Sidewalks
Cutting Existing Pavement
Removal, Salvage & Relocation of Existing Mailboxes

Section 510.10, Basis of Payment, of OPSS 510 is amended and extended in that where work of the
type listed above is designated to be carried out, no separate payment will be made for this work
and the Contract price for the tender item “Earth Excavation, Grading (Including Removals)” shall
include full compensation for all labour, equipment and material required to do the work.

Section F\Road\Grading\F-2060 – March 31, 2008


S.P. No: F-2060
Date: March 2008
Page: 2 of 2

EARTH EXCAVATION, GRADING (INCLUDING REMOVALS)

Underground Utilities

OPSS 206 is amended by the addition of the following:

Some existing underground utilities may be located within the proposed subgrade limits.

The Contractor will be required to work around underground utilities, and when construction
operations are liable to damage utilities, the Contractor will be required to alter his method of
construction as directed by the Contract Administrator or utility company in order to avoid any
damage.

No additional payment will be allowed for this requirement as the cost of such work is deemed to
be included in the Contract price for the tender item “Earth Excavation (Grading, Including
Removals).”

Section F\Road\Grading\F-2060 – March 31, 2008


S.P. No: F-2063
Date: March 2011
Page 1 of 1
EARTH EXCAVATION, GRADING (INCLUDING REMOVALS)

Amendments to OPSS 206

OPSS 206 shall apply except as may be amended and extended herein.

Management of Surplus Excavated Material

Pursuant to clause 206.07.01.04, Management of Excavated Material, of OPSS 206, surplus


and/or unsuitable material resulting from earth excavation and grading operations shall be
disposed of as follows:

The material shall be disposed, spread and compacted at the location(s) specified above.

Basis of Payment

Subsection 206.10.01, Earth Excavation, Grading, of OPSS 206 is amended by the addition of the
following:

Payment at the Contract price for the tender item “Earth Excavation, Grading (Including
Removals)” shall include full compensation for all labour, equipment and materials required to
load, haul, deposit, spread and compact surplus earth material at the designated disposal site.

Section F\Road\Grading\F-2063– March 31, 2011


S.P. No: F-2064
Date: March 2011
Page 1 of 1

ROCK EXCAVATION, GRADING

Amendments to OPSS 206

OPSS 206, shall apply except as may be amended and extended herein.

Management of Surplus Excavated Material

Pursuant to clause 206.07.01.04, Management of Excavated Material, of OPSS 206, surplus and/or
unstable material resulting from rock excavation and grading operations shall be disposed of as follows:

The material shall be disposed, spread and compacted at the location(s) specified above.

Basis of Payment

Subsection 206.10.03, Rock Excavation, Grading, of OPSS 206 is amended by the addition of the
following:

Payment at the Contract price for the tender item “Rock Excavation, “Grading” shall include full
compensation for all labour, equipment and materials required to load, haul, deposit, spread and
compact surplus rock material at the designated disposal site.

Section F\Road\Grading\F-2064 – March 31, 2011


S.P. No: F-2065
Date: March 2011
Page 1 of 1

EARTH DITCH CLEANOUT


ROCK DITCH CLEANOUT

Cleaning Existing Ditches

The Contractor shall clean existing ditches as detailed in the Contract and in accordance with OPSS 206.

Equipment

Equipment used to clean ditches shall be equipped with toothless buckets.

Disposal

Disposal of materials shall conform to OPSS 180 and in accordance with the requirements specified
elsewhere in the Contract.

Measurement for Payment

Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the length in metres
along the centreline of the cleaned ditches.

Basis of Payment

Payment at the Contract price for the above tender item(s) shall be full compensation for all labour,
equipment and material required to do the work.

Section F\Road\Grading\F-2065 – March 31, 2011


S.P. No: F-2120
Date: March 2005
Page: 1 of 1

SELECT SUBGRADE MATERIAL FOR TRENCH BACKFILL

Amendment to OPSS 212

OPSS 212 shall apply except as may be amended and extended herein.

Acceptability of Excavated Native Material

Backfill material shall be compatible and free of any contamination, roots or organic material as
approved by the Contract Administrator.

Stones or rocks larger than 300mm in its greater dimension shall be excluded for use as backfill material
and disposed of as surplus material. Frozen material shall not be used as backfill.

To facilitate future excavation by vacuum equipment, no rock or debris of any kind greater than 150mm
in diameter to be within 500mm of any service post or valve box.

If in the opinion of the Contract Administrator, the excavated native material is unacceptable as trench
backfill material, select backfill material conforming to the F-3147 requirements for select subgrade
material shall be imported and used as trench backfill. The unacceptable native material shall be
disposed of as surplus material as specified.

Theoretical Measurement

If the fixed unit price is in cubic metres, the amount of select subgrade material to be paid shall be
determined using the theoretical trench width as per the dimensions specified in the contract.

Actual Measurement

If the fixed unit price is in tonnes, the actual amount of select subgrade material to be paid shall be
determined using the weigh tickets.

Basis of Payment

Payment at the fixed price for the above item shall be full compensation for all labour, equipment and
material required to do the work.

Section F\Sewers\F-2120 – March 31, 2005


S.P. NO.: F-3041
Date: March 2015
Page: 1 of 2
SINGLE AND DOUBLE SURFACE TREATMENT

Except as otherwise specified herein, OPSS 304, 1006 and 1103 shall apply to this work.

304.07.02 Sampling

304.07.02.01 Binder

Section 304.07.02.01 of OPSS 304 is amended such that one full 4-litre sample of binder shall be delivered
to the City of Ottawa Quality Assurance Test Laboratory at 735 Industrial Avenue within 5 business days of
sampling.

304.07.02.02 Aggregates

Section 304.07.02.02 of OPSS 304 is amended such that prior to the commencement of the work, one 20 kg
sample of aggregates shall be delivered to the City of Ottawa Quality Assurance Test Laboratory at 735
Industrial Avenue.

304.07.03 Determination of Binder and Aggregate Application Rates

Section 304.07.03 of OPSS 304 is amended such that the binder and aggregate rates shall be applied within
the ranges provided in Appendix 304-A of OPS 304 for the specified binder/aggregate combination.

The actual rate of binder and aggregate used during construction may be modified within the range provided
in Appendix 304-A to account for changes in traffic volume, surface condition and hardness. The
Contractor must document the locations and changes of binder and aggregate application rates and provide
this information to the Contract Administrator.

304.07.09 Traffic Convoy

Section 304.07.09 is deleted in its entirety and replaced with the following.

The Contractor shall convoy traffic according to Ontario Traffic Manual Book 7.

1006.08 QUALITY ASSURANCE

1006.08.06 Acceptance

Section 1006.08.06 is deleted in its entirety and replaced with the following.

The Contractor’s QC results shall be used for acceptance purposes, except when notified by the Contract
Administrator that QA testing will be completed by the Owner.

When QC test results show that the aggregates meet the requirements of this specification and no Owner QA
testing has been completed, the material shall be accepted.

Section F\Resurfacing\F-3041–March 2, 2015


S.P. NO.: F-3041
Date: March 2015
Page: 2 of 2
SINGLE AND DOUBLE SURFACE TREATMENT

When QC or QA test results show that the aggregates do not meet the requirements of this specification, the
Contract Administrator shall notify the Contractor that the aggregates, including those in existing stockpiles
or in the work, will not be accepted. This notification shall take place in writing within 3 business days of
receipt of the non-conforming data. The Contractor has the option of either removing the material from the
work or invoking referee testing. At the Contract Administrator’s option, the Contractor may request a
reduced price in lieu of removal for aggregates that fail to meet the requirements of this specification.
Irrespective of the negotiation of a reduced price payment, the warranty provisions of the Contract
Documents shall apply.

304.09 MEASUREMENT FOR PAYMENT

Section 304.09 is deleted in its entirety and replaced with the following.

304.09.01 Binder

Binder shall be measured for payment in tonnes.

304.09.02 Aggregate

Aggregate shall be measured for payment in tonnes.

304.10 BASIS OF PAYMENT

Payment at the contract price for all items involved to complete this work shall include full compensation for
all labour, equipment and materials to do the work.

Section F\Resurfacing\F-3041–March 2, 2015


S.P. No: F-3051

Date: March 2017

Page: 1 of 1

GRANULAR SEALING

Amendments to OPSS 305

OPSS 305 shall apply except as may be amended and extended herein.

Definitions

Section 305.03 of OPSS 305 is deleted and replaced with the following:

Lot: means the quantity of work completed with a shipment (normally a truck tank) of sealer.

Sampling of the Sealer for Acceptance

Subsection 305.08.02, Sampling of the Sealer for Acceptance, of OPSS 305 is amended with
the addition of the following:

The samples with appropriate documentation shall be delivered by the Contractor within 5
business days of sampling to the Quality Assurance Section located at 735 Industrial Avenue.

Basis of Payment

Subsection 305.10.01.01, Granular Sealing - Item, of OPSS 305 is amended by the addition of
the following:

The tender price shall include the cost of any water required to dampen the granular material
prior to granular sealing.

Section F\Road\Paving\F-3051 – March 1, 2017


S.P. No. F-3101
Date: March 2015
Page: 1 of 3

PRICE ADJUSTMENT FOR PERFORMANCE GRADED ASPHALT CEMENT

Payment shall be adjusted based on changes to the MTO PGAC price index. The MTO PGAC
price index can be obtained from www.ohmpa.org. The MTO PGAC price index shall be used to
calculate the amount of the payment adjustment per tonne of new asphalt cement accepted into
the Work.

The MTO PGAC price index shall be used to establish and calculate the payment adjustment for
all grades. The MTO PGAC price index is published on the last day of the month and shall be
applied to the hot mix asphalt placed in the same month.

A payment adjustment per tonne of new asphalt cement shall be established for each month in
which paving occurs when the MTO PGAC price index for the month differs by more than $50.00
from the MTO PGAC price index prior to the month of the tender opening. When the MTO PGAC
price index differential is less than $ 50.00, there shall be no payment adjustment established for
that month. Payment adjustments due to changes in the MTO PGAC price index are independent
of any other payment adjustments made to the hot mix asphalt tender items.

The payment adjustment per tonne shall apply to the quantity of new asphalt cement in the hot mix
asphalt accepted into the Work during the month for which the payment adjustment is established.
The City of Ottawa “Asphalt Mix Design Review and Mix Placement Form” shall be used for the
percentage of virgin AC. A payment adjustment for paving work done after the approved time for
completion of the Contract has expired, including the expiration of any extensions of time that have
been granted, shall be the lesser of the MTO PGAC price index in the last month of the Contract or
the month in which the paving is completed. .

GC 3.07.01(d) - Delays is amended by the following:

This specification shall be the only compensation due to the Contractor for direct asphalt cement
costs due to an Owner delay in the Contract. The Owner will not request a rebate for direct
asphalt cement costs due to an Owner delay in the Contract.

Payment Calculation

The payment adjustment for the month shall be calculated from one of the following formula:

a) When Ip is greater than (ITO+ $50) the payment adjustment per tonne of asphalt cement shall be
(Ip - ITO+ $50) and the Contractor shall receive additional compensation of:

PA = (Ip - ITO+ $50) x quantity of new asphalt cement in tonnes

b) When Ip is less than (ITO- $50) the payment adjustment per tonne of asphalt cement is (ITO- $50
- Ip) and the Owner receives a rebate of:

Section F\Road\Paving\F-3101 – March 2, 2015


S.P. No. F-3101
Date: March 2015
Page: 2 of 3

PRICE ADJUSTMENT FOR PERFORMANCE GRADED ASPHALT CEMENT


PA = (ITO - $50 - Ip) x quantity of new asphalt cement in tonnes

where:

PA = payment adjustment for new asphalt cement, in dollars


ITO = MTO PGAC price index published for the month prior to the Tender opening
Ip = MTO PGAC price index published for the month in which paving occurs

The quantity of new asphalt cement includes all grades of asphalt cement supplied by the
Contractor with and without polymer modifiers. For each month in which a payment adjustment has
been established, the quantity shall be calculated using the asphalt mix quantity accepted into the
Work and its corresponding asphalt cement content as required by the job mix formula except for
mixes which contain reclaimed asphalt pavement (RAP).

For mixes which contain RAP, the quantity of new asphalt cement shall be determined from the
difference between the asphalt cement content required by the job mix formula and the asphalt
cement content of the RAP incorporated into the hot mix, as calculated by the Owner.

For mixes containing a liquid anti-stripping additive, the quantity of anti-stripping additive shall be
deducted from the quantity of new asphalt cement. No other deductions shall be made for any
other additives.

Where the AC Index is being used for cold asphalt recycling, surface treatments and micro
surfacing, the AC calculation shall be based on the residual quantity of AC accepted into the work
and shall not include emulsified water or other material additives.

Payment adjustments shall only be provided upon receipt of a complete and accurate form OTT-F-
3101-01 from the Contractor.

The Contractor shall submit the form contained in this specification, OTT-F-3101-01, on a monthly
basis, even if a zero payment adjustment is calculated. The Contractor shall submit the form when
both the monthly tonnage placed and the monthly index is known and processed on the next
available progress payment.

Failure to submit the form in a timely manner will result in the Owner completing the form and
deducting $500 from monies due to the Contractor.

Payment or Credit will be subject to GST and hold-back

The Contractor shall submit the final adjustment form with the Contractor Submission for
Completion.

Warrant: On all contracts with any asphalt items


Section F\Road\Paving\F-3101 – March 2, 2015
S.P. No. F-3101
Date: March 2015
Page: 3 of 3

PRICE ADJUSTMENT FOR PERFORMANCE GRADED ASPHALT CEMENT


CONTRACTOR SUBMISSION FORM OTT-F3101-01
Asphalt Cement Price Index Calculation Sheet
For use with Special Provision F-3101 March 2015

Contract Number Input Contract Number


Contract Description Input Contract Description
Item Number Input Item Number
Mix Type Input Mix Type
Mix Design No. Input Mix Design # % Virgin AC =
Tender Quantity Input Tender Quantity

Tender Closing Date


Price Index for month prior to tender *

A B C D E F
Price Index
Applicable Placed Index AC Unit Cost Percent
Month Quantity for month Applicable Price
Price Index for - Tender Revision Virgin AC
Placed Placed prior to Revisions ****
Month ** Index *** in Mix
tender *
Jan-15 0t $0.00 0 $ - 0 $0.00
Feb-15 0t $0.00 0 $ - 0 $0.00
Mar-15 0t $0.00 0 $ - 0 $0.00
Apr-15 0t $0.00 0 $ - 0 $0.00
May-15 0t $0.00 0 $ - 0 $0.00
Jun-15 0t $0.00 0 $ - 0 $0.00
Jul-15 0t $0.00 0 $ - 0 $0.00
Aug-15 0t $0.00 0 $ - 0 $0.00
Sep-15 0t $0.00 0 $ - 0 $0.00
Oct-15 0t $0.00 0 $ - 0 $0.00
Nov-15 0t $0.00 0 $ - 0 $0.00
Dec-15 0t $0.00 0 $ - 0 $0.00

Total Additonal Cost to be paid to Contractor ***** $ -


Total of previous compensations $ -
Total Outstanding $ -
Notes:
Complete breakdown of tonnage placed is required
Price index used for calculations are those published on www.ohmpa.org
* Price index used for tendering shall be the MTO PG AC Price Index for the month prior to the tender opening (a
project tendered April 15 would utilize the March price index)
** Price index used for placements shall be the MTO PG AC Price Index for the month in which paving occurs
(the index used for calculating the June price adjustment would utilize the June price index)
*** IF B>C then D=B-C-50, If D is negative input zero
*** IF B<C then D=B-C+50, If D is positive input zero
**** Equals AxD*x(E/100)
***** If negative, amount is owing by Contractor
AC Price Index cost revisions are not subject to Contractor mark-ups

Firm Submitting:
Submitted By: / Date:
Print Name Print Name Initials

For City use


Comments:

City PM : / Date:
Print Name Print Name Initials

Section F\Road\Paving\F-3101 – March 2, 2015


S.P. No: F-3104
Date: March 2009
Page: 1 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

Amendments to OPSS 310, OPSS 1101 and OPSS 1150

OPSS 310, OPSS 1101, and OPSS 1150, shall apply except as may be amended and extended herein.

Scope

Performance Graded HL3, HL4 and HL8 Hot Mix Asphalt are general-purpose mixes that should be used on
typical City of Ottawa local, collector and arterial roads. HL3F (fine) is applicable for parking lots, driveways and
other applications where significant handwork is required. Other mixes such as HL2, HL3HS, HL4F and MDBC
are not considered standard City of Ottawa mixes and should only be used under specific circumstances.

Performance Graded HL1 Modified Hot Mix Asphalt is a specialty City of Ottawa mix designed for superior
surface friction and strength characteristics. Typical applications include the Transitway and heavily trafficked
arterial roads.

Performance Graded HL3 Modified Hot Mix Asphalt is a specialty City of Ottawa mix used as a surface course in
situations where improved friction is required by the designer without the need for the additional strength
provided by HL1 Modified.

310.05 Materials

Section 310.05 of OPSS 310 is amended by the addition of the following:

Steel slag and blast furnace slag coarse and fine aggregates shall not be used in any hot mix produced for City of
Ottawa work.

310.05.01 Asphaltic Concrete

Performance Graded Hot Mix Asphalt shall conform to OPSS 1150 except as amended and extended herein.

1150.04.01 Mixture Requirements for Design Purposes

The mixture made during mix design shall be according to the requirements specified in Tables 2, 3, 4, 5, 6 and 7
of OPSS 1150 except as amended and extended herein.

For HL1 Modified Hot Mix Asphalt, Table 6 of OPSS 1150 is amended such that the mix produced shall have a
minimum Marshall Stability at 60°C of 14,000 N.

1150.04.01.01.01 Reclaimed Asphalt Pavement Proportions

Section 1150.04.01.01.01 is deleted and replaced by the following:

RAP is not permitted in any mix except as provided herein:

a) Up to 15% by mass of RAP shall be permitted for HL3, HL3F, HL4, HL4F surface course mixes.
b) Up to 30% by mass of RAP shall be permitted for HL4 and HL8 binder mixes.
c) Over 30% by mass of RAP is not permitted for any mix.
When RAP is used, the product shall be referred to as “Recycled Hot Mix.”

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3104
Date: March 2009
Page: 2 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

In lieu of RAP, the Contractor may add up to 5% by mass of Manufactured Shingle Modifier (MSM) – a
controlled material produced from recycled shingle waste and consisting of approximately 29% asphalt cement,
13% fibre, 58% hard crushed aggregate. When MSM is used, the product shall be referred to as “Hot Mix with
MSM.” The actual mix proportions shall be determined by mix design to the satisfaction of the Contract
Administrator.

Recycled Hot Mix or Hot Mix with MSM shall not be permitted on bridge decks.

For mixes in excess of 15% RAP or in excess of 3% MSM, the mix design submission shall include:

• The performance grade (PG) of the abson recovered asphalt binder (cement) of the recycled/MSM mix in
accordance with all the requirements of AASHTO M 320-02 for the PG grade required in the contract. Abson
recovery shall be carried out as per MTO LS 284 test method.

• The temperature-viscosity relationship data for the blend of virgin and recycled asphalt cement, indicating
mixing and compaction temperature ranges.

The asphalt cement content of the RAP shall be 4.0% to 6.5% by mass, while the asphalt cement content of MSM
shall be less than 35% by mass.

1150.04.02 Mix Design

1150.04.02.01 General

Section 1150.04.02.01 of OPSS 1150 is extended to include the following:

Mix designs are valid only for the calendar year in which they were prepared. Mix design verification must be
submitted to the satisfaction of the Contract Administrator for all carry over work.

1150.04.02.02 Mix Design Method

Paragraph 1 of section 1150.04.02.02 of OPSS 1150 is amended as follows:

The Contractor shall utilize a laboratory that has current CCIL Type A Certification or AMRL equivalent
certification to conduct all mix designs, designate the mix proportions and prepare the job-mix formulae. All
references to the Asphalt Institute Manual Series No. 2 (MS-2) mean the 6th edition of that manual.

1150.04.02.03 Mix Design Submission

Section 1150.04.02.03 is deleted in its entirety and replaced with the following:

All mix designs shall be submitted in writing for review and approval at least ten working days before the
start of paving operations to the City of Ottawa to the attention of:

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3104
Date: March 2009
Page: 3 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

Quality Assurance Section


735 Industrial Avenue
Ottawa, Ontario
K1G 5J1
QASection@ottawa.ca
Fax: (613) 739-2982

All mix designs must have a unique identification or inventory number to be designated by the mix supplier
or paving contractor.

Upon approval, a letter of acceptance will be provided to the respective mix supplier or paving Contractor
indicating that the respective mix may be used on any City of Ottawa project within the calendar year subject
to individual contract requirements. Reasons for mix design rejection will be provided in writing within 10
working days of receipt of the JMF.

Prior to each contract for which an approved mix is to be used, the letter of acceptance for each mix shall be
forwarded to the Contract Administrator prior to the placement of any mix.

1150.04.02.04 Changes to the JMF and the Mix Design

Section 1150.04.02.04 and Table 8 are deleted in their entirety and replaced with the following:

A field adjustment to the JMF is defined as a change to the target gradation of a mix, within specified limits,
without a redesign of the mixture. The revised JMF must be supplied in writing, together with supporting
documentation to the Contract Administrator. The revised JMF may be applied to the lot being placed at the time
the confirmation of receipt of the revised JMF is issued, and the previous lot if requested by the Contractor as part
of the written submission for a JMF change. If this request is not made, then the revised JMF will not apply to
any mix placed prior to confirmation of receipt of the revised JMF. Requests for field adjustments received after
completion of paving operations will not be considered.

One field adjustment per mix design submitted for the contract will be permitted under either of two situations:

Situation 1

To more closely reflect the actual mix being produced when process control test results from the Contractor
for the last lot produced to the submitted JMF accrued a negative payment adjustment for aggregate gradation
but met all specified mix requirements. This is to address situations where negative payment adjustments are
being accrued on aggregate gradations but other mix properties have been proven to be satisfactory.

To request a field adjustment under Situation 1, the contractor must submit supporting documentation. Test
results may be those generated by the City of Ottawa if available (quality assurance) and/or the contractor’s
quality control results for a minimum of 4 plant checks tested by a CCIL Type B or AMRL equivalent
certified laboratory (including those from a third party laboratory testing on behalf of the contractor).

Situation 2

To permit minor changes in the in the submitted JMF before production starts on the contract.

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3104
Date: March 2009
Page: 4 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

To request a field adjustment under Situation 2, the contractor may submit the results of tests conducted on
laboratory-mixed samples in lieu of plant check data. A minimum of 12 Marshall briquettes shall be tested as
well as a minimum of 2 determinations of maximum theoretical density.

In either situation, field adjustments must be limited in scope such that the net impact of all adjustments does
not exceed any of the attributes shown in the table below in comparison to the original JMF submitted under
the current mix design:

Attribute Maximum Field Adjustment


Percent RAP - 5.0 %
Percent Passing 26.5mm, 19mm and 16mm sieves ± 5.0 %
Percent Passing 13.2mm and 9.5mm sieves ± 4.0 %
Percent Passing 4.75mm, 2.36mm and 1.18mm sieves ± 3.0 %
Percent Passing 0.600mm, 0.300mm and 0.150mm No limits
sieves
Percent Passing 0.075mm sieve ± 1.0 %

In the event of a plant breakdown, the contractor may immediately switch to an alternative plant to produce
the same or similar mix if the alternative mix design has been granted approval within the calendar year. In
all cases, the paving contractor must inform the Contract Administrator of any mix design or plant changes
prior to continuing with paving operations.

1150.04.03 Samples for Monitoring Purposes

Paragraph 1 of Section 1150.04.03 is deleted in its entirety and replaced with the following:

Representative samples of the materials to be used in the work shall be provided to the Contract Administrator
upon request. If representative samples are requested, samples will be provided at the same time that the mix
design and JMF documents are submitted.

Paragraph 2 of Section 1150.04.03 is extended such that the labelling of samples shall also include the name of
the General Contractor, Sub Contractor (if applicable), job location, and mix identification number.

1150.04.05 Anti-Stripping Additives

Paragraph 3 of 1150.04.05 is deleted and replaced with the following:

Regardless of the hot mix type, the amount of anti-stripping additive shall be determined through the mix design
process and shall be reported as a percentage of the total asphalt cement content when a liquid chemical anti-
stripping agent is used, or as a percentage of the total aggregate content when hydrated lime is used.

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3104
Date: March 2009
Page: 5 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

1150.05Materials

1150.05.01 Asphalt Cement

Clause 1150.05.01 of OPSS 1150 is amended in that the asphalt cement shall conform to OPSS 1101 except as
follows:

With the exception of HL1 Modified or Heavy Duty Binder Course (HDBC) hot mix asphalt, the asphalt binder
(cement) used in the Performance Based Hot Mix shall be engineered or polymer modified to meet the
requirements of AASHTO M 320-02 “Standard Specification for Performance Graded Asphalt Binder” for the
performance grade PG 58-34 unless otherwise stated in this contract.

For HL1 Modified or HDBC hot mix asphalt, the asphalt binder (cement) used shall be engineered or polymer
modified to meet the requirements of AASHTO M 320-02 for the performance grade PG 64-34 unless otherwise
stated in this contract.

Mixing and compaction temperature shall conform to the manufacturer’s requirements.

For mixes containing RAP or MSM, the performance grade (PG) of the abson recovered binder (cement) of the
recycle/MSM mix shall conform to all the requirements of AASHTO M320-02 for the PG grade required in the
contract.

The owner reserves the right to conduct performance graded (PG) testing of the abson recovered binder (cement)
in accordance with AASHTO M320-02 on any mix for acceptance purposes.

02 Aggregates

Aggregates shall be according to OPSS 1003 except as amended or extended herein.

For HL1 Modified Hot Mix Asphalt, Table 2 of OPSS 1150 is extended such that the aggregate gradation may
contain a maximum of 10% by mass of natural sand.

For HL3 Modified Hot Mix Asphalt, The physical requirements for the coarse aggregate specified in clause
1003.05.03.02 of OPSS 1003 are amended as follows:

Durability Requirements
Absorption (%) 1.0 (max.)
Frictional Requirements
Insoluble Residue (%) 45 (min.)
Aggregate Abrasion Value 6 (max.)
Polished Stone Value
− Dolomitic Sandstone 53 (min.)
− Trap Rock 45 (min.)

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3104
Date: March 2009
Page: 6 of 6

PERFORMANCE GRADED HOT MIX ASPHALT – MARSHALL DESIGN METHOD

1150.07.03.03.02 Hydrated Lime

Option “c” for adding hydrated lime to the mix is amended such that a minimum of 24 hours must be given
between mixing the hydrated lime with the aggregate and mix production.

310.08 Quality Assurance

Where other Special Provisions are provided in the contract which detail ERS requirements and ERS Payment
Adjustment Factors, such other Special Provisions shall take precedence.

Section F\Road\Paving\F-3104 – March 31, 2009


S.P. No: F-3106
Date March 2017
Page 1 of 21
MATERIAL SPECIFICATION FOR SUPERPAVE HOT MIX ASPHALT MIXES

TABLE OF CONTENTS
01 SCOPE
02 REFERENCES
03 DEFINITIONS
04 DESIGN AND SUBMISSION REQUIREMENTS
05 MATERIALS
06 PRODUCTION
APPENDICES
A Commentary

01 SCOPE
The specification covers the requirement for the materials, equipment, and methods to be
followed for the proportioning and mixing hot mix asphalt (HMA), recycled mix and mixes for
miscellaneous work according to the Superpave Mix design methodology for City of Ottawa
standard HMA mixes. City of Ottawa standard HMA mixes are as defined in Table 1.

The email address for City’s Quality Assurance Unit (QAU) mentioned in this specification is
qasection@ottawa.ca.

01.01 Specification Significance and Use


Use of this specification or any other specification shall be according to the Contract
documents.

01.02 Appendices Significance and Use


Appendices are not a mandatory part of the specification. Appendix 3106-A is a
commentary appendix to provide designers with information on how to select appropriate
mix type during pavement design.

02 REFERENCE
The specification refers to the following standards, specification, or publication:
City of Ottawa Special Provision
General No. D-018 Requirements for Concrete, Hot Mix Asphalt and Granular Materials

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 2 of 21
City of Ottawa Special Provision
F 3130 Construction Specification for Hot Mix Asphalt – End Result Specification

Ontario Provincial Standard Specifications, Materials


OPSS 1001 Aggregates – General
OPSS 1003 Aggregates- Hot Mix Asphalt
OPSS 1101 Performance Graded Asphalt Cement

Ministry of Transportation, Ontario Publications


MTO Laboratory Testing Manual
LS-200 Penetration of Bituminous Materials
LS-227 Determination of Ash Content
LS-282 Quantitative Extraction of Asphalt cement and Analysis of Extracted Aggregate
from Bituminous Paving Mixtures
LS-284 Recovery of Asphalt from Solution by Abson Method or Rotavapor
LS-292 Quantitative Determination of Asphalt Cement Content by Ignition and
Analysis of Remaining Aggregate from Bituminous Paving Mixtures
LS-299 Determining Asphalt Cement’s Resistance to Ductile Fracture Using Double-
Edge-Notched Tension Test (DENT)
LS-308 Determination of Performance Grade of Physically Aged Asphalt Cement
Using Extended Bending Beam Rheometer (BBR) Method
LS-309 Superpave Mix Design
LS-312 Fractionation of Unextracted Reclaimed Asphalt Pavement (RAP) and Hot Mix
Aggregates for Testing of Incorporation in Other Test Samples.
LS-601 Material Finer than 75µm Sieve in Mineral Aggregates by Washing
LS-602 Sieve Analysis of Aggregates
LS-604 Relative Density and Absorption of Coarse Aggregate
LS-606 Soundness of Aggregate by Use of Magnesium Sulphate
LS-608 Percent Flat and Elongated Particles in Coarse Aggregates
LS-609 Petrographic Analysis of Coarse Aggregate
LS-613 Determination of Insoluble Residue of Carbonate Aggregates
LS-614 Freezing and Thawing of Coarse Aggregates
LS-618 Resistance of Coarse Aggregate to Degradation by Abrasion in Micro-Deval
Apparatus
LS-619 Resistance of Fine Aggregate to Degradation by Abrasion in the Micro-Deval
Apparatus
LS-625 Guidelines for Sampling of Granular Materials
LS-629 Uncompacted Void Content of Fine Aggregate
LS-630 Determination of Amount of Contamination of Coarse Aggregate

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 3 of 21
LS-631 Qualitative Determination of Presence of Plastic Fines in Aggregates

Designated Sources for Materials (DSM)


DSM#3.05.25 Asphalt-Aggregates: Coarse for Superpave 12.5 FC1, Superpave 12.5
FC2, HL1, DFC; Fine for Superpave 12.5 FC2, DFC
ASTM International
D 4791-10 Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregates
D 5821-01 (2006) Standard Test Method for Determining the Percentage of Fractured
Particles in Coarse Aggregate

American Association of State Highway and Transportation Officials (AASHTO)


T176-08 Standard Method of Test for Plastic Fines in Graded Aggregates and Soils by
Use of the Sand Equivalent Test
M320-10 Standard Specification for Performance Graded Asphalt Binder
T-350-14 Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of
Asphalt Binder Using a Dynamic Shear Rheometer (DSR)
T40-02-(2012) Sampling Bituminous Materials
R29-15 Grading or Verifying the Performance Grade of an Asphalt Binder

03 DEFINITIONS
For the purpose of this specification, the following definitions apply:
Aggregate means natural mineral materials such as sand, gravel and crushed bedrock.
Reclaimed materials may substitute for aggregates when allowed by the appropriate
specification.
Air Cooled Blast Furnace Slag means the materials resulting from solidification of molten
blast-furnace slag under atmospheric conditions. Subsequent cooling may be accelerated
by application of water to the solidified surface.
AMRL means the AASHTO Materials Reference Laboratory.
Anti-Stripping Additive means hydrated lime and liquid anti-stripping additive used to
minimize or eliminate stripping of asphalt cement from aggregates in HMA.
Asphalt Binders means modified or unmodified asphalt cement.
Binder Course means a HMA course between a surface course and either a granular base
course or stabilized base course, an existing pavement, or another HMA binder course.
Bench means a relatively horizontal ledge or platform in a quarry that forms a single level of
operation above which rock is excavated from a contiguous face.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 4 of 21
Blending Method means a QA process for acceptance of coarse and fine aggregates used
in the mix whereby the combined materials excluding RAP, are sampled from the cold feed
stream at the HMA facility after mixing and prior to the addition of liquid asphalt cement.
CCIL means the Canadian Council of Independent Laboratories.
Chip Product means an aggregate co-product from the crushing operation with 100%
passing the 9.5 mm sieve, predominantly passing the 4.75 mm sieve and retained on the
2.36 mm sieve.
Coarse Aggregate means the portion of aggregate materials retained on the 4.75 mm
sieve, when tested according to LS-602.
Consensus Property means an aggregate property required for use in Superpave mix.
Copper Slag means the non-metallic product resulting from the production of copper.
CTOD means Critical Crack Tip Opening Displacement also referred to as t..The CTOD Test
measures the resistance of a material to the propagation of a crack
Duplicate Samples means two samples taken at the same time and location, one to be
used for Quality Assurance and the other for referee testing.
Equivalent Single Axle Load (ESAL) means equating the damage to a pavement structure
caused by the passage of a non-standard axle load to a standard 80 kN axle load.
Field Adjustment to JMF means means a change in the target gradation, asphalt cement
content, or both of a mix, within limits specified without a redesign of the HMA, resulting in a
revised JMF.
Fine Aggregate means the portion of aggregate materials passing the 4.75 mm sieve,
when tested according to LS-602.
Hot Mix Asphalt (HMA) means hot mixed, hot laid asphaltic concrete. The terms are used
interchangeably. HMA may include recycled or specialty mixes.
Independent Laboratory means a third party laboratory that is not owned or corporately
affiliated with the laboratory that prepared the mix design or with the Contractor.
Levelling Course means a HMA course of variable thickness used to eliminate transverse
and longitudinal irregularities on an existing surface prior to placing an HMA binder or
surface course.
Lot means a specific quantity of Material or a specific amount of construction.
Low Temperature Limiting Grade (LTLG) means the warmest of the Limiting Grades, TL
obtained for 1 hour, 24 hours, 72 hours and the two conditioning temperatures according to
LS-308, and Form B of LS-308.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 5 of 21
Low Temperature Performance Grade (-YY) means the low temperature performance
grade specified elsewhere in the Contract Documents and also referred to as the -YY
specified for the performance graded asphalt cement where the PGAC Grade specified is
PG XX-YY, and the minimum design pavement temperature
Maximum Aggregate Size means one sieve size larger than the nominal maximum
aggregate size.
Mix design means the design of the proportions of aggregates, asphalt cement, and
additives when uniformly mixed, results in an acceptable HMA in accordance with the
specified method.
MSCR means Multiple Stress Creep Recovery test to determine the percent recovery and
nonrecoverable creep compliance of asphalt binders. The percent recovery value is
intended to provide a means for determining the elastic response and stress dependence of
polymer modified and unmodified asphalt binders.
Nickel Slag means the non-metallic product resulting from the production of nickel.
Nominal Maximum Aggregate Size (NMAS) means one sieve size larger than the first
sieve to retain more than 10% by mass.
Performance Graded Asphalt Cement (PGAC) means an asphalt binder that is produced
from petroleum residue, either with or without the addition of non-particulate modifiers,
according to AASHTO M 320.
Physical Property means an inherent attribute or feature of an aggregate material. Tests
are carried out to determine an aggregate’s resistance to weathering or degradation or both.
Aggregate production processes generally do not affect physical properties.
Primary Control Sieve (PCS) means the sieve defining the break point between fine and
coarse graded mixtures for each nominal maximum aggregate size.
Quality Assurance means means a system or series of activities carried out by the Owner
to increase the confidence that Materials received from the Contractor meet the
requirements specified in the Contract Documents.
Reclaimed Asphalt pavement (RAP) means the processed HMA material that is
recovered by partial or full depth removal.
RAP Content means the amount of RAP expressed as percentage by mass of the mix.
Recompaction Temperature means the temperature to which plant produced mix is to be
reheated for testing purposes and shall be the same as the laboratory mix design
compaction temperature.
Recycled Hot Mix (RHM) means a HMA that contains RAP or RST.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 6 of 21
Roof Shingle Tabs (RST) means ground roof shingle scrap generated when new shingles
are trimmed during production.
Steel Slag means the non-metallic product resulting from the production of steel in a basic
oxygen furnace or an electric arc furnace.
Superpave means the method for specifying material components and asphalt mixture
design using the Superpave gyratory compactor (SGC).
Surface Course means the HMA wearing course of any flexible or composite pavement.

04 DESIGN AND SUBMISSION REQUIREMENT

04.01 Design Requirements

04.01.01 Mixture Requirement for Design Purposes


The Superpave mix designs shall be according to the requirements specified in Tables 2
and 4; LS 309; and the traffic category specified in the Contract Documents. The JMF for
Superpave mixes shall be according to the requirements specified in Tables 2 and 4.

04.01.02 Reclaimed Asphalt Pavement Proportions


Maximum RAP proportions in the mix design and JMF shall be according to the
requirements of Table 5.

04.01.03 Roof Shingle Tabs Proportion


In lieu of RAP, the Contractor may add RST. RST is not permitted in Superpave 12.5FC1,
Superpave 12.5FC 2 or Traffic Category E mixes. In all other Superpave mixes up to 3%.
RST is allowed. The mix design shall not contain both RST and RAP.

04.01.04 Mix Design

04.01.04.01 General

The mix design shall be the responsibility of the contractor. The job-mix formulae selected
for use by the Contractor shall produce HMA that meets all the requirements specified in the
Contract Documents. Only mixes approved for use by City’s Quality Assurance Unit shall be
used in Construction. It is the responsibility of the Contractor to ensure that appropriate mix
approved by City’s Quality Assurance Unit meeting all the Contractor requirements are
used.

04.01.04.02 Mix Design Method

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 7 of 21
04.01.04.02.01 General
The contractor shall use a laboratory that has current CCIL Type A certification with CCIL
Superpave Certified Technicians to conduct all mix designs, mix design conformances,
designate the mix proportions, and prepare the job-mix formulae.
The aggregate gradations used for the mix design may be provided by the Contractor or
may be the actual gradations of the mix design aggregate samples. However, when the mix
is to be produced from a plant that returns fines to the mixture of the aggregate gradations
change during productions due to aggregate breakdown, appropriate adjustments shall be
made to the mix design gradations.
The contractor shall conduct density testing of aggregates, RAP, and RST for the purpose
of developing the mix design for each mix type in the Contract. Such testing may be
performed during production of each aggregate, RAP and RST, or during stockpiling of the
materials at the HMA plant. The individual test results, including the date of sampling, shall
be included as part of the mix design submission. Only test results generated within 12
calendar months preceding the mix design shall be used.
RAP and RST as processed and ready for use in a HMA shall be tested by the Contractor
using test LS-282 or LS-292 to determine the average percentage asphalt cement and the
average gradation of the extracted RAP and RST aggregates.

04.01.04.02.02 Superpave Mix Design Method


Superpave mixes shall be designed using the procedures specified in LS-309.

04.01.05 Changes to the Job-Mix Formula and the Mix Design


Changes to the JMF shall be permitted subject to the conditions specified in City of Ottawa
Special Provision D-018, and other Contract Documents.
A new mix design shall be completed according to the Mix Design clause under the
Submission Requirements subsection, when:
a) A material is eliminated
b) A new material is added
c) A material source is changed
d) The net impact of all adjustment to the original JMF exceeds any of the maximum field
adjustments according to City of Ottawa Special Provision D-018.

04.01.06 Antistripping Additive

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 8 of 21
04.01.06.01 General
Anti-stripping additive shall be added to the mix at the greater of the dosages specified
below or as specified in the Contract Documents.

04.01.06.02 Moisture Sensitivity


Moisture sensitivity shall meet the tensile strength ratio requirements specified in Table 4.

04.01.06.03 Hydrated Lime


Irrespective of any moisture sensitivity testing that shows that anti-stripping additive is not
required, hydrated lime (Ca(OH)2) shall be included in all mixes consisting of more than
75% quartzite and dolomitic sandstone aggregates or combinations thereof.
Coarse and fine aggregates crushed within the last 30 Days shall not be incorporated into
Superpave 12.5FC 2 unless hydrated lime is added to the mix.
When moisture sensitivity testing determines that an anti-stripping additive is required for
SP 12.5FC 2 mixes, hydrated lime shall be used as the anti-stripping additive.
When hydrated lime is used as the anti-stripping additive, the dosage shall be greater of
a) the amount determined to meet the moisture sensitivity requirements, or
b) one percent by mass of total dry aggregate.

04.01.06.04 Liquid Anti-Stripping Additive

When hydrated-lime is not required as an anti-stripping additive in the mix and is not used
as the anti-stripping additive, liquid anti-stripping additive shall be used in the mix, if
a) mix moisture sensitivity testing indicates anti-stripping additive is required, or
b) the Contract Documents note that an anti-stripping additive is required.
The amount of liquid anti-stripping additive to be used in the mix shall be the greater of
a) the amount required to meet the required Superpave moisture sensitivity
requirements, or
b) 0.5% by mass of asphalt cement.

04.02 Submission Requirements


Submission requirements shall be as per City of Ottawa Special Provision D-018.

05 MATERIALS

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 9 of 21
05.01 Asphalt Cement

05.01.01 General
Asphalt Cement shall be as per OPSS 1101.
05.02 Aggregates

05.02.01 General
Aggregates shall be according to OPSS 1001 and shall meet all the requirements of this
specification when tested using the applicable MTO, AASHTO and ASTM test methods
identified herein.
Except as noted below or elsewhere in the Contract Documents, aggregates may be sands,
gravels, quarried rock, the aggregate portion of RST, or the aggregate portion of RAP,
provided that the source or sources are of such nature and extent to ensure acceptable
processed aggregates of a consistent grading and quality. When any change in the
character of the aggregate occurs or when the performance of aggregate meeting the
requirements of this specification is found to be unsatisfactory, use of the aggregate shall
be discontinued until a reappraisal by the Contractor, with the approval of the Contract
Administrator, proves the source to be satisfactory.
Steel slag, air-cooled blast furnace slag, nickel slag and copper slag are prohibited for use
in HMA. RAP containing steel slag aggregate, RST containing asbestos, and post consumer
shingle material shall not be permitted and shall be free of all contamination.
When RAP is used in HMA, it shall meet the requirements specified elsewhere in the
Contract Documents and shall consist of aggregates and asphalt cement that contain no
more than 0.5% by mass of any steel slag material or other contamination (e.g., wood,
hydraulic cement concrete, crack sealant, earth) as determined by LS-630.
If one or more of the aggregates to be used in the mix require an anti-stripping agent, then
all aggregates, with the exception of RAP or RST, shall be treated with the same anti-
stripping agent, as specified elsewhere in the Contract Documents.
When an aggregate stockpile consists of both fine and coarse aggregate in which either
component is greater than 15% by mass of the total, both the fine aggregate and coarse
aggregate shall meet the respective physical property requirements of this specification.
When the grading of the aggregate prevents a fine or coarse aggregate sample from being
prepared to meet the requirements of a specific test method, a letter of explanation shall be
provided to the QAU describing how the quality of the fine or coarse aggregate is to be
assured and evaluated in the absence of testing. Such a letter is not required when the
blending method option has been selected.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 10 of 21
For Superpave 12.5FC 1, a minimum of 85% of the total combined aggregate in the mix
retained on the 2.36 mm sieve shall be produced from crushed bedrock or gravel material
supplied from a source named on the DSM #3.05.25.
For Superpave 12.5FC 2, both the coarse and fine aggregates in the mix shall be produced
from crushed bedrock material supplied from sources named on the DSM #3.05.25. Coarse
aggregate for Superpave 12.5FC 2 may be obtained from a different source than the fine
aggregate. Blending of coarse aggregates for Superpave 12.5FC 2 from different sources
shall not be permitted. Blending of fine aggregates for Superpave 12.5FC 2 from different
sources is permitted provided that aggregate particles retained on the 4.75 mm sieve as
part of the blended fine aggregate comprise less than 20% by mass of the total amount of
coarse aggregate.

05.02.02 Fine Aggregate

05.02.02.01 Grading

Fine aggregates shall be graded so that when combined with other aggregates, they
consistently meet the overall grading of the HMA specified in the Contract Documents.

05.02.02.02 Physical Property Requirements

Each fine aggregate component of the mix shall be composed of clean, hard, durable
particles.
Excluding fine aggregate derived from RAP or RST, each fine aggregate component of the
mix shall meet the applicable physical property requirements shown in Table 7, unless the
blending method option has been selected.
When City’s Quality Assurance Unit has received a written request from the Contractor to
use the blending method option, acceptance for physical properties shall be based on the
total combined fine aggregate from samples taken according to the Sampling for Blending
Method clause. In this case, the total combined fine aggregate shall meet the requirements
shown in Table 7. In addition, for each individual fine aggregate component of the blend, the
maximum loss shall not exceed 35%, when tested according to LS-619.
Regardless of whether or not the Contractor has requested to use the blending method
option, when RAP or RST is used in the mix, the fine aggregate fraction of the combined
aggregates extracted from samples of HMA shall meet the applicable physical property
requirements shown in Table 11.

05.02.02.03 Consensus Property Requirements


The fine aggregate portion of the combined HMA aggregate including aggregate derived
from RAP or RST that have been properly fractionated and proportioned according to LS-
312 and the mix design, shall meet the consensus property requirements for AASHTO
T176-08 and LS-629 shown in Table 8 for the traffic category specified elsewhere in the
F\ Roads \Paving\ F-3106 – March 1, 2017
S.P. No: F-3106
Date March 2017
Page 11 of 21
Contract Documents. However, for AASHTO T176-08 only, the combined fine aggregate
portion shall exclude any fine aggregate that is derived from RAP or RST.
05.02.03 Coarse Aggregate
05.02.03.01 Grading

Coarse aggregates shall be graded so that when combined with other aggregates they
consistently meet the overall grading of the HMA specified in the Contract Documents.

05.02.03.02 Physical Property Requirements


Except when the blending method option has been selected, each coarse aggregate
component shall respectively meet the physical property requirements shown in Table 9 for
surface course mixes and Table 10 for binder or levelling course mixes.
A chip product shall also met the appropriate physical property requirements of this
specification, unless
a) The chip product is derived from one of the following:
i) For Superpave 12.5FC 2 from the same source as the primary coarse
aggregate used in the mix.
ii) For Superpave 12.5FC 1 from an aggregate source listed on the
DSM#3.05.25.
iii) For Superpave 12.5FC 1, from an aggregate source listed on the DSM
#3.05.25 or from a coarse aggregate in the mix that meets all the applicable
physical property requirements, and
b) According to the gradation determined from the mix design, the retained 4.75 mm
fraction of the chip product does not exceed 15% by mass of the total cumulative
combined coarse aggregate fraction of the mix including any aggregate derived from
RAP.
When the blending method option has been selected, acceptance of physical properties
shall be based on the total combined coarse aggregate fraction from samples obtained
according to the Sampling for Blending Method clause. In this case, the coarse aggregate
fraction of the blended samples excluding RAP, shall respectively meet the requirements
shown in Table 9 for surface course mixes or in Table 10 for binder or levelling course
mixes.
Regardless of the method selected for QA acceptance, when RAP is used in the mix, the
coarse aggregate fraction of the combined aggregates extracted from samples of HMA shall
meet the applicable physical property requirements shown in Table 11.

05.02.03.03 Consensus Property Requirements


The coarse aggregate portion of the combined HMA aggregate, including any coarse
aggregate derived from RAP that has been properly fractionated and proportioned

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 12 of 21
according to LS-312 and the mix design, shall meet the consensus property requirements
according to ASTM D 4791 and ASTM D 5821 shown in Table 8, for the traffic category
specified elsewhere in the Contract Documents.

05.02.04 Filler
Filler shall consist of mineral filler, hydrated lime, Portland cement, or other material as
specified and currently approved by the Owner for use in HMA.
Mineral Filler shall be produced from rock sources acceptable for coarse aggregates
meeting the physical property requirements shown in Table 9. Mineral filler shall be
sufficiently dry that it flows freely, be free from agglomerations, be non-plastic according to
LS-631, as well as inert. Mineral filler shall also meet the following gradation requirements
according to LS-601 and LS-602:
a) 100% passing the 600 µm sieve.
b) Not less than 70% passing the 75 µm sieve.

05.02.05 Production

05.02.05.01 Aggregate Processing, Handling and Stockpiling


Aggregates separated during processing, aggregates secured from different sources, and
aggregates from the same source, but of different gradings, shall be stockpiled separately.
When screenings from primary and secondary crushers are produced separately, they shall
be stockpiled separately.
Aggregates that have become mixed with foreign material of any description, or aggregates
from different stockpiles that have become mixed with each other, shall not be used and
shall be removed from the stockpile immediately.
Aggregates shall be retained in stockpiles for at least 24 hours prior to use. Suitable
stockpile locations are the site of mixing of the HMA, the aggregate source, or any location
acceptable to City’s QAU.

05.03 Reclaimed Asphalt Pavement and Roof Shingle Tabs


RAP or RST, when permitted in HMA shall be according to the requirements under section
5.2 (and the subsections within section 5.2) and for the mix type specified in the Contract
documents. Absorption, freeze thaw and magnesium sulphate requirements do not apply to
RAP. Furthermore, RST incorporated in the mix shall meet the requirements of Table 6.
RAP and RST that are contaminated with deleterious material shall be removed from the
work. RAP and RST shall be stockpiled conforming to the stockpiling requirements for
coarse aggregates according to OPSS 1001 ,except that when the material is stockpiled on
a compacted granular pad, the top 75 mm of the pad shall be coarse aggregate that is
required for new (virgin) mixture of the tendered hot mix item.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 13 of 21
The use of RAP and RST that are obtained from existing stockpiles that do not have
foundation conforming to the above paragraph shall be permitted provided that the bottom
0.3 m of the stockpile is not incorporated into the work.
Asphalt cement recovered from the RST shall have a minimum penetration of 18 dmm
according to LS-200 and LS-284.
Process control sampling and testing of the RAP and RST shall be as specified in the
Contract Documents.

06 Production
06.01 Anti-Stripping Additives
06.01.01 Liquid Anti-Stripping Additives
If the liquid anti-stripping additive is added by the asphalt cement supplier at the refinery
depot, for each tanker of asphalt cement, the Contractor shall provide the Contract
Administrator with the anti-stripping additive and PGAC Document and documentation from
the asphalt cement supplier, in the form of a weighbill or bill of lading, confirming the type
and concentration of the liquid anti-stripping agent.
If the liquid anti-stripping additive is added at the HMA plant, the Contractor shall provide
the City’s QAU with documentation from the HMA plant confirming the type and
concentration of the liquid anti-stripping additive, accompanied by an approved statement of
calibration for the metering device and a continuous record of the process prior to
placement of mix containing liquid anti-stripping additive for each batch of asphalt cement
with the liquid anti-stripping agent added.

06.01.02 Hydrated Lime


When hydrated lime is added to the mix, it shall be added to all aggregates requiring an
anti-stripping additive by any of the following methods:
a) Lime Slurry Method:
Hydrated lime shall be homogeneously mixed with aggregate prior to entering the dryer at
the HMA plant. The hydrated lime slurry shall consist of approximately one part hydrated
lime and three parts water, by mass. The HMA plant shall be equipped with suitable pumps
or mixers to maintain the suspension of hydrated lime in the slurry and shall have adequate
spray bars for introducing the required quantity of slurry into the aggregates. Mixing shall be
accomplished with a pugmill or drum-type mixer, which has a mixing chamber and the
capability of retaining material during the mixing process. The aggregates and slurry shall
be retained in the mixing chamber until a uniform and homogeneous mixture of slurry and
aggregate has been obtained.
b) Wetted Aggregate Method:
Dry hydrated lime shall be homogeneously mixed with wetted aggregate prior to entering
the dryer at the HMA plant. The wetted coarse and fine aggregate shall be sufficiently wet to
F\ Roads \Paving\ F-3106 – March 1, 2017
S.P. No: F-3106
Date March 2017
Page 14 of 21
ensure uniform and complete adhesion of lime to the aggregate. Mixing shall be
accomplished with a pugmill, a drum-type mixer, or other mixing device approved by the
Owner, which has a continuous or batch mixing chamber that retains material during the
mixing process until a uniform and homogeneous coating of lime on the aggregate has
been obtained. The Contractor shall submit a written request to the QAU asking for approval
of a mixing device at least 15 Days prior to the start of mix production. Processes or mixing
devices that do not provide retention time of materials in a mixing chamber shall not be
used.
c) Blending During Aggregate Production:
Hydrated lime shall be mixed with wetted aggregate at the pit or quarry prior to delivery of
the aggregate to the HMA plant, by a method approved by the Owner prior to the start of
any mix production. The blending process shall produce aggregates that are uniformly and
homogeneously coated with the quantity of hydrated lime specified in the Contract
Documents. The Contractor or the aggregate supplier or both shall implement and maintain
a quality control system and records that demonstrate compliance with the Contract. The
Owner may reject Materials if they fail to meet the quality control or blending requirements
or both.
Regardless of the method or mixing equipment used, the Contractor shall ensure through
regular quality control sampling and inspection that the specified quantity of lime is being
incorporated into the mixture and that the aggregates possess a uniform and homogeneous
coating of hydrated lime free of clumps and balls prior to entering the dryer at the HMA
plant.
Aggregate which was treated and stored from a previous season may be used only after the
Contract Administrator agrees to a written proposal from the Contractor that verifies the
effectiveness of the stored aggregate, including the sampling protocol used, and test results
from those samples that indicate that the aggregates meet the moisture sensitivity
requirements specified in this specification.

06.02 Preparation of the Mixture

Proportioning and mixing of materials shall be of sufficient accuracy and duration to produce
a uniform homogeneous mixture in which all particles of the aggregate are thoroughly and
uniformly coated.
The temperature of the mixture as it is discharged from the mixing chamber shall be
controlled within the temperature range that corresponds to a viscosity range of 170
2 2
mm /sec ± 20 mm /sec for the incorporated asphalt cement, except for modified asphalt
cement the maximum discharge temperature shall be according to the asphalt cement
suppliers recommendations.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 15 of 21
Table 1
City of Ottawa Standard Hot Mix Asphalt Mixes
Mix Name (Note 1) Mix Description (Note 1)
SP 4.75 Level B PG 58-34 SP 4.75 mm Traffic Category B mix with PGAC 58-34
SP 12.5 Level B PG 58-34 SP 12.5 mm Traffic Category B mix with PGAC 58-34
SP 19.0 Level B PG 58-34 SP 19.0 mm Traffic Category B mix with PGAC 58-34
SP 4.75 Level D PG 64-34 SP 4.75 mm Traffic Category D mix with PGAC 64-34
SP 12.5 Level D PG 64-34 SP 12.5 mm Traffic Category D mix with PGAC 64-34
SP 12.5FC 1 Level D PG 64-34 SP 12.5 mm Traffic Category D FC1 mix with PGAC 64-34
SP 12.5FC 2 Level D PG 64-34 SP 12.5 mm Traffic Category D FC2 mix with PGAC 64-34
SP 19.0 Level D PG 64-34 SP 19.0 mm Traffic Category D mix with PGAC 64-34
SP 12.5FC 2 Level E PG 70-34 SP 12.5 mm Traffic Category E FC2 mix with PGAC 70-34
SP 19.0 Level E PG 70-34 SP 19.0 mm Traffic Category E mix with PGAC 70-34
Notes
1. SP means Superpave

Table 2
Aggregate Gradation
Hot Mix Asphalt Type Percentage Passing by Dry Mass of Aggregates
Sieve Size (mm)
25.0 19.0 12.5 9.5 4.75 2.36 1.18 0.075
Superpave 4.75 - - 100 95-100 90-100 - 30-60 6-12
Superpave 12.5, SP - 100 90-100 45-90 45-65 39-58 - 2-10
12.5FC 1 and 12.5FC 2
Superpave 19.0 100 90-100 47-90 (Note 23-49 2-8
1)
Notes:
1. For Superpave 19.0 mm mix, the minimum percent passing 4.75 mm sieve shall be 47%

Table 3
Superpave Gradation Primary Control Sieve Points
Hot Mix Asphalt Type Primary PCS Control Point
Control Sieve at % Passing
Superpave 4.75 - -
Superpave 12.5, 12.5FC 1 and 12.5FC 2 2.36 39
Superpave 19.0 4.75 47

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 16 of 21
Table 4
Superpave Hot Mix Asphalt Properties
% of Theoretical Voids in Mineral Voids
Maximum Specific Aggregates (VMA) Filled Dust to Minimum
Traffic Gravity % minimum with Binder Tensile
Category Nominal Maximum Asphalt Ratio Strength
(Note 1) Aggregate Size, mm (VFA) (Note Ratio
Ninitial Ndesign Nmax
(Note 2) 3) %
19.0 12.5 4.75
%
B < 90.5 65-78
D 96 < 98 13% 14% 16% 0.6-1.2 83
< 89.0 65-75
E
Notes:
1. Traffic Category as specified in the Contract Document
2. Superpave 4.75 mixes shall have a VFA range of 75-78%.
3. For Superpave 4.75 mixes, the dust-to-binder ratio shall be 0.9 to 2.0. Superpave
mixes with gradations that pass beneath the PCS Control Point in Table 3, the dust to
binder ratio shall be 0.8-1.6
Table 5
Maximum Reclaimed Asphalt Pavement Proportions by Mass
Surface Course Excluding Superpave 12.5FC 2,
Traffic Binder
12.5FC 2, Superpave Superpave 12.5FC 1
Category Course
12.5FC 1 Surface Course
B 20% 15%
D 15% 15% 0%
E 0% 0%
Table 6
Requirements for Roof Shingle Tabs
Contents Requirement
Percent Cellulose or Mineral Fibres by Mass of RST 15-25
Percent Asphalt Cement Content by Mass of RST 20-30
Percent Passing by Dry mass of Aggregate 9.5 mm sieve 100
(Note 1) 4.75 mm sieve 90-100
600 µm 45-60
75 µm 15-25
Notes:
1. As determined according to LS-282 or LS-292.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 17 of 21
Table 7
Physical Property Requirements for HMA Fine Aggregates
MTO MTO Laboratory Test Superpave Superpave Superpave
Laboratory 12.5FC 2 12.5FC 1 4.75, 12.5,
Test Number and 19.0
LS-619 Micro-Deval Abrasion, % 15 20 25
maximum loss (Note 1)
LS-631 Plastic Fines NP NP NP
Notes:
1. When the blending method option has been selected, this requirement applies to
the total fine aggregate blend. In addition, when blending method option has been
selected, the Micro-Deval abrasion loss of each individual fine aggregate in
stockpile, prior to bleeding shall not exceed 35%

Table 8
Consensus Property Requirements for HMA Coarse and Fine aggregates, Including
RAP or RST
Fine Aggregate Coarse Aggregate
AASHTO ASTM D ASTM D 5821
T176 Sand LS-629 4791 Flat Fractured Particles
Traffic Equivalent Uncompacted Void and in Coarse
Category Method 1, Content % Minimum Elongated Aggregate, %
% particles, % Minimum (Note 3)
minimum <100 mm >100 mm maximum <100 mm >100 mm
(Note 1) (Note 2) (Note 2) at 5:1 (Note 2) (Note 2)
B 40 40 40 75/- 50/-
D 45 45 (Note 4) 40 10 95/90 80/75
E 50 45 (Note 4) 45 (Note 4) 100/100 100/100
Notes:
1. When the total combined fine aggregate includes aggregate derived from RAP or RST,
this requirement shall be met prior to blending with RAP or RST.
2. Denotes the depth of the top or lift below the final pavement surface. If less than 25%
of a layer is within 100 mm of the surface, they layer may be considered to be below
100 mm.
3. 95/90 denotes that 95% of the coarse aggregate has one fractured face and 90% has
two or more fractured face.
4. An uncompacted void content of 43% is acceptable provided that the selected mix
satisfies the mix volumetrics specified elsewhere in the Contract Documents.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 18 of 21
Table 9
Physical Property Requirements for HMA Coarse Aggregate for Surface Courses,
Superpave (SP) 12.5, 12.5FC 1 and 12.5FC 2
Aggregate Type
Quarried Rock (SP 12.5FC 1 and
Gravel 12.5FC 2)
Lab. SP 4.75
Laboratory Test (SP Meta-arkose,
Test # and 12.5 Traprock,
12.5FC Dolomitic Meta-gabbro,
Diabase,
1 only) Sandstone Gneiss,
Andesite
Granite
Wash Pass 75µm sieve,
1.3
LS-601 Guideline B, 1.0 1.0 1.0 1.0
(Note 1)
%maximum loss
LS-604 Absorption, %maximum 2.0 1.0 1.0 1.0 1.0
LS-608 Flat and Elongated
(Note Particles 20 15 15 15 15
2) % maximum (4:1)
LS-609 Petrographic Number
- 120 145 120 145
Part A (HL),maximum
Acid Insoluble Residue
45
LS-613 retained 75µm sieve, - - - -
% minimum
Unconfined Freeze-
6
LS-614 Thaw, 6 7 6 6
(Note 3)
% maximum loss
Micro-Deval Abrasion,
LS-618 17 10 15 10 15
%maximum loss
Alternative Requirement for LS-614
Magnesium Sulphate
12
LS-606 Soundness, -
(Note 3)
% maximum loss
Notes:
1. When quarried rock is used as a source of coarse aggregate, a maximum of 2.0% passing
the 75 µm sieve shall be permitted.
2. These requirements shall be waived if RAP is included in the surface course and LS-608 is
being carried out on the fraction of the combined aggregates retained on the 4.75 mm sieve,
as required in Table 11.
3. For SP 4.75 and 12.5, the owner shall waive the requirement of LS-614, Unconfined Freeze-
Thaw, provided the Contractor has submitted a written request that the coarse aggregate
meet the alternative requirements for LS-606, Magnesium Sulphate Soundness.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 19 of 21
Table 10
Physical Property Requirements for HMA Coarse Aggregates for Binder Courses,
Superpave 12.5 and 19.0
MTO Test Superpave
Laboratory Test
Number 12.5 and 19.0
LS-601 Wash Pass 75µm sieve, Guideline B, % maximum 1.3 (Note 1)
LS-604 Absorption, % maximum 2.0
LS-608 Flat and Elongated Particles, % maximum (4:1) 20 (Note 2)
LS-614 Unconfined Freeze-Thaw, % maximum loss (Note 3) 15
LS-618 Micro-Deval Abrasion, % maximum loss 21
Alternative Requirement for LS-614
LS-606 Magnesium Sulphate Soundness, % Maximum loss (Note 3) 15
Notes:
1. When quarried rock is used as a source of coarse aggregate, a maximum of 2.0%
passing the 75 µm sieve shall be permitted.
2. This requirement shall be waived if RAP is included in the binder course and LS 608
is being carried out on the fraction of the combined aggregates retained on the 4.75
mm sieve, as required in Table 11.
3. The Owner shall waive the requirements for LS-614, Unconfined Freeze-Thaw,
provided the Contractor has submitted a written request that the coarse aggregate
meet the alternative requirements for LS-606, Magnesium Sulphate Soundness.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 20 of 21
Table 11
Physical Property Requirements for Coarse and Fine Aggregates
When RAP or RST is Incorporated in HMA
MTO Laboratory Test Surface Course Binder Course
Test Superpave 4.75 Superpave
Number and 12.5 12.5 and 19.0
(Note 1) (Note 1)
Bulk RAP/RST Sample Contamination Assessment
LS-630 Contamination, 0.5 0.5
(Note 2) % maximum
Aggregates Extracted from Samples of HMA (Note 3)
Combined Aggregates Retained on the 4.75 mm Sieve
LS-608 Flat and Elongated Particles, % Maximum 20 20
(4:1)
Notes:
1. RAP is not allowed in 12.5FC 1, 12.5FC 2 and Superpave Traffic Category E mixes.
2. LS-630 shall be carried out with the following modifications:
a) A minimum 5 kg test sample of RAP, inclusive of any fine aggregate fractions, shall
be obtained by splitting a representative sample that was obtained according to LS-625;
b) The RAP sample shall not be immersed in water but, instead, shall be dried at 40 °C
for 24 hours;
c) The dry RAP test sample (coarse and fine fractions) shall be visually examined as a
whole, any contaminants manually removed, if present, and the total and percentage by
mass of the contaminants that are present shall be reported.
3. All of the aggregates used for the following tests shall be extracted from hot mix using
LS-282 and then split on the 4.75 mm sieve, prior to testing.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3106
Date March 2017
Page 21 of 21
Appendix A
Commentary
The following Hot Mix Asphalt (HMA) mixes are considered standard City mixes. Designers
shall consider the following guidelines in selecting the appropriate mix.
20 Year Design
Traffic Mix
ESAL (million) and Typical Use
Category Description
Design AADT
SP 12.5 mm Surface Course mix for Local roads
PG 58-34 Design ESAL< 3.0 and minor collectors.
And Design AADT Surface Course mix for Local roads
SP 4.75 mm
B <5000 and minor collector over existing
PG 58-34
pavement or milled HMA surface
SP 19.0 mm Binder Course mix for Local Roads
Design ESAL< 3.0
PG 58-34 and Minor/Major Collectors
Surface Course mix for Minor/Major
3.0 < Design ESAL
SP 4.75 mm Collectors and Arterial Roads over
<30.0 and Design
PG 64-34 existing pavement or milled HMA
AADT <5000
surface
3.0 < Design ESAL
SP 12.5 mm Surface Course mix for Minor/Major
<30.0 and Design
PG 64-34 Collectors and Arterial Roads
AADT <5000
5000 <Design
D SP 12.5 mm Surface Course mix for Major
AADT <10000; and
FC1 PG 64-34 Collectors and Arterial Roads
Design ESAL< 30.0
Design AADT
SP 12.5 mm Surface Course mix for Arterial
>10000 and Design
FC2 PG 64-34 Roads
ESAL<30.0
Superpave
3.0 < Design ESAL Binder Course mix for Minor/Major
19.0 mm PG
<30.0 Collectors and Arterial Roads
64-34
Surface Course mix for Transitway
SP 12.5 mm
Design ESAL>30.0 (e.g. Lincoln Fields to Hurdman
FC2 PG 70-34
Station)
E
Binder Course mix for Transitway
SP 19 mm PG
Design ESAL>30.0 (e.g. Lincoln Fields to Hurdman
70-34
Station)

Selection of the mix shall be based on 20 year Design ESAL calculation and/or Design
AADT on the design lane and not based on the typical use. Designers recommending mixes
other than these mixes are required to advise City’s project manager of the use of non-
standard mixes and provide justification for doing so.
HL3F Mix is recommended for driveways, pathways and sidewalks with HMA.

F\ Roads \Paving\ F-3106 – March 1, 2017


S.P. No: F-3110
Date: March 2017
Page: 1 of 1
ASPHALT SIDEWALK, MEDIANS, BOULEVARDS, ISLANDS, PRIVATE WALKS AND
DRIVEWAYS

Amendments to OPSS 311

OPSS 311 shall apply except as amended and extended herein.

Scope

Section 311.01 of OPSS 311 is extended to include construction of asphalt medians,


islands, private walks and driveways.

Granular

Section 311.05 of OPSS 311 shall be amended by the addition of subsection 311.05.03
which requires Granular 'A' as bedding material for asphalt sidewalks, medians,
boulevards, islands and private walks to be 100mm deep and for driveways to be
150mm deep unless specified otherwise in the contract.

Measurement for Payment

Subsection 311.09.01 of OPSS 311 is deleted and replaced by the following:

Actual Measurement

Measurement of the item "Asphalt Sidewalk, Medians, Boulevards, and Islands”, “HL3F
mix with PGAC 58-34 for Residential Driveways/ Private Walks/ Commercial Driveway”,
“HL3F mix with PGAC 64-34 for Industrial Driveway”, “HL3F mix with PGAC 58-34 for
Residential Driveways/ Private Walks/Commercial Driveway”, and/or “HL3F mix with
PGAC 64-34 for Industrial Driveway” shall be as per the unit noted in the Schedule of
Items and Unit Prices and will be paid as the area placed in square metres or by tonnes
conforming to OPSS 102.

Basis of Payment

Subsections 311.10.01 and 311.10.02 of OPSS 311 are deleted in their entirety and
replaced by the following:
Payment at the Contract price for the item "Asphalt Sidewalk, Medians, Boulevards, and
Islands”, “HL3F mix with PGAC 58-34 for Residential Driveways/ Private Walks/
Commercial Driveway”, “HL3F mix with PGAC 64-34 for Industrial Driveway”, “HL3F mix
with PGAC 58-34 for Residential Driveways/ Private Walks/Commercial Driveway”,
and/or “HL3F mix with PGAC 64-34 for Industrial Driveway” shall be full compensation
for all labour, equipment and material required to do the work including the excavation
and grading required to match or blend to the existing/proposed grades, asphalt removal,
sawcutting, and supplying, hauling, placing and compacting the hot mix.

The Granular 'A' used as bedding shall be paid for under the Granular 'A' item in this
contract.

Section F\Road\Paving\F-3110.doc – March 1, 2017


S.P. No. F-3111
Date: March 2006
Page: 1 of 2
MATERIAL TRANSFER VEHICLE

Amendments to OPSS 310

Scope

This specification covers the requirements for the placement of hot mix asphalt using a Material Transfer
Vehicle (MTV).

310.06 Equipment

Section 310.06 of OPSS 310 is amended by the addition of the following:

310.06.03 Material Transfer Vehicle

A Material Transfer Vehicle (MTV) will have the following minimum characteristics:

•A system to independently deliver asphalt mixtures from the hauling equipment to the paving
equipment;
•A high capacity truck unloading system, capable of 500 tonnes per hour, that will receive asphalt
mixtures from the hauling equipment;
•A storage bin with a minimum capacity of 20 tonnes of asphalt mixture;
•An auger system in the storage bin to continuously blend the asphalt mixture prior to discharge to the
conveyor system; and
•A discharge conveyor, with the ability to swivel, to deliver the mixture to the paving spreader while
allowing the MTV to operate from an adjacent lane.

310.07.07 Use of Paving Equipment

Section 310.07.07 of OPSS 310 is amended by the addition of the following

A Material Transfer Vehicle (MTV) shall be used for the placement of all bituminous mixtures on
continuous surface courses to be placed on the traveled way. The Contract Administrator may waive the
requirement for the MTV for portions of the project where it is not practical for use.

The MTV shall deliver a uniform mixture to the paver and shall not be used as a haul unit between the
plant and paver. The MTV shall be a unit specifically designed to accept, store, remix and transfer
mixture from haul units to the paver without depositing the mixture on the roadway. Remixing of the
HMA shall be sufficient to obtain a uniform temperature throughout the mixture.

The placement of mixture shall be discontinued in the event of failure of the MTV, except placement will
be permitted of mixture already produced at the time of the failure.

Use of the MTV will not be considered cause to violate load limits on structures or the roadway. If a
windrow elevator is used, the length of the windrow may be limited in urban areas or through
intersections, at the discretion of the Contract Administrator.

Section F\Road\Paving\F-3111 – March 31, 2006


S.P. No. F-3111
Date: March 2006
Page: 2 of 2
MATERIAL TRANSFER VEHICLE

310.10 Basis of Payment

Section 310.10 of OPSS 310 is amended by the addition of the following:

310.10.03 Material Transfer Vehicle

Measurement for payment shall be of the quantity in tonnes of asphalt mixture placed with the Material
Transfer Vehicle. Payment of the contract price for the MTV item shall be full compensation for all
labour, equipment and material associated with the use of the MTV.

Warrant: On recommendation of Senior Pavement Engineer

Section F\Road\Paving\F-3111 – March 31, 2006


S.P. No: F-3112
Date: March 2015
Page: 1 of 2

PERFORMANCE GRADED WARM MIX ASPHALT – SUPERPAVE DESIGN METHOD

Amendments to City of Ottawa F-3106

City of Ottawa Special Provision F-3106 shall apply except as may be amended and extended herein.

1151.04 SUBMISSION AND DESIGN REQUIREMENTS

1151.04.01 Mix Requirements for Design Purposes

Section 1151.04.01 of OPSS 1151 is amended by the addition of the following:

When an approved viscosity-lowering additive is incorporated into the mix to allow lower mixing and
compaction temperatures, the resulting product shall be referred to as “Warm Mix Asphalt (WMA).” The name
and quantity of additive will be clearly indicated on the mix design documents.

The WMA must meet the requirements of OPSS 1151 as amended by City of Ottawa Special Provision F-3106
for the respective Superpave mixture specified in the Contract Documents. Notwithstanding, a complete mix
design will be conducted without the viscosity-lowering additive (i.e. as a hot mix asphalt mix design), followed
by a 1 or 2-point verification of volumetric properties with the additive. Both sets of mix design data will be
submitted to the Contract Administrator, including the mixing and compaction temperatures with and without the
additive.

1151.05 MATERIALS

1151.05.06 Warm Mix Asphalt Additive

Section 1151.05 of OPSS 1151 is amended by the addition of the following:

The Warm Mix Asphalt shall incorporate one of the following approved additives:

1. EvothermTM produced by MeadWestvaco. 11013 West Broad Street, Glen Allen, Virginia 23060 USA
using the Dispersed Asphalt Technology (DAT) delivery system.
2. Sasobit® produced by Sasol Wax Americas, Inc. Two Corporate Drive, Suite 434 Shelton, Connecticut
06484 USA.
3. HyperTherm produced by Lafarge Canada Inc. 7880 Keele Street, Concord, Ontario, Canada L4K 3Y5

310.09 MEASUREMENT FOR PAYMENT

310.09.01.04 Warm Mix Asphalt Additive

Section 310.09.01 of OPSS 310 is amended by the addition of the following:

The WMA additive shall be paid for as a separate item in addition to the Hot Mix Asphalt item. The unit of
measurement for WMA additive shall be by mass in tonnes per tonne of hot mix.

Section F\Road\Paving\F-3112 – March 2, 2015


S.P. No: F-3112
Date: March 2015
Page: 2 of 2

PERFORMANCE GRADED WARM MIX ASPHALT – SUPERPAVE DESIGN METHOD

310.10 BASIS OF PAYMENT

Section 310.10 of OPSS 310 is amended by the addition of the following:

310.10.01 Warm Mix Asphalt Additive – Item

Payment at the Contract price for the above item shall be full compensation for all labour, equipment and
material to do the work.

Section F\Road\Paving\F-3112 – March 2, 2015


S.P. No: F-3130
Date March 2017
Page 1 of 40

CONSTRUCTION SPECIFICATION FOR HOT MIX ASPHALT - END RESULT

TABLE OF CONTENTS

01 SCOPE

02 REFERENCES

03 DEFINITIONS

04 DESIGN AND SUBMISSION REQUIREMENTS

05 MATERIALS

06 EQUIPMENT

07 CONSTRUCTION

08 QUALITY ASSURANCE

09 OTHER REQUIREMENTS

10 MEASUREMENT FOR PAYMENT

11 BASIS OF PAYMENT

01 SCOPE

This end result specification covers the requirements for the placement, compaction,
and acceptance of hot mix asphalt. The email address for City’s Quality Assurance Unit
(QAU) indicated in this specification is qasection@ottawa.ca.
01.01 Specification Significance and Use
Use of this specification or any other specifications shall be according to Contract
Documents.
02 REFERENCES
This specification refers to the following standards, specifications, or publications:
Ontario Provincial Standard Specifications, Construction
OPSS 308 Tack Coat (Provincial Oriented, April 2012 Revision)
OPSS 1101 Performance Graded Asphalt Cement

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 2 of 40
City of Ottawa Specifications/Special Provisions
F-3106 Material Specification for Superpave Hot Mix Asphalt Mixes
F-3104 Performance Graded Hot Mix Asphalt – Marshall Design Method
F-3111 Material Transfer Vehicle
D-018 Requirements for Concrete, Hot Mix Asphalt and Granular Materials
Ministry of Transportation Publications
MTO Field Guide for the Acceptance of Hot Mix and Bridge Deck Water Proofing (July
2015)
MTO Laboratory Testing Manual:
LS-100 Rounding - off of Test Data and Other Numbers
LS-101 Calculation of Per Cent Within Limits
LS-227 Determination of Ash Content
LS-262 Method of Test for Bulk Relative Density of Compacted Bituminous
Mixture
LS-264 Theoretical Maximum Relative Density of Bituminous Paving Mixtures
LS-265 Determination of percent air voids in compacted dense bituminous paving
mixture
LS-282 Quantitative Extraction of Asphalt Cement and Analysis of Extracted
Aggregate from Bituminous Paving Mixtures
LS-287 Determination of percent compaction of compacted bituminous paving
mixture (MRD Method)
LS-313 Preparing and determining the density of Hot Mix Asphalt (HMA)
Specimens by means of the Superpave Gyratory Compactor
LS-299 Method of Test for Determining Asphalt Cement’s Resistance to Ductile
Fracture Using Double-Edge-Notched Tension Test (DENT)

LS-308 Determination of Performance Grade of Physically Aged Asphalt Cement


Using Extended Bending Rheometer (BBR) Method

ASTM International
E 178-08 Standard Practice for Dealing With Outlying Observations
American Association of State Highway and Transportation Officials (AASHTO)
M320-10 Standard Specification for Performance Graded Asphalt Binder
T-350-14 Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test
of Asphalt Binder Using a Dynamic Shear Rheometer (DSR)
T40-02-(2012) Sampling of Bituminous Materials
R29-15 Grading or Verifying the Performance Grade of an Asphalt Binder

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 3 of 40
03 DEFINITIONS
For the purpose of this specification, the following definitions apply:
Ambient Air Temperature means the air temperature measured in the shade and
away from the paving operations.
AMRL means the AASHTO Materials Reference Laboratory.
Attribute means one of the following: designated large sieve (DLS), 4.75 mm sieve,
600 μm sieve, 75 μm sieve, asphalt cement content, air voids, or compaction.
Binder Course means a HMA course between a surface course and either a granular
base course or stabilized base course, an existing pavement, or another HMA binder
course.
CCIL means the Canadian Council of Independent Laboratories.
Class R Roller means self-propelled pneumatic-tired rollers.
Class S Roller means self-propelled steel-drum, tandem, or three-wheel rollers.
Class V Roller means self-propelled vibratory rollers specifically designed for HMA
compaction having either dual vibratory rolls or a combination of vibratory roll and
pneumatic tires with a contact area equal to or greater than 70% of the roll width.
CTOD means Critical Crack Tip Opening Displacement also referred to as t..The Crack Tip
Opening Displacement or CTOD Test measures the resistance of a material to the propagation
of a crack
Designated Large Sieve (DLS) means a sieve size specifically designated for each
mix type for gradation testing. The designated sieve for the following mix types is as
follows:
12.5 mm for Superpave 19.0
9.5 mm for Superpave 12.5, 12.5FC 1 and 12.5FC 2
4.75 mm for Superpave 9.5
Fat Spot means an area of pavement substantially blacker than the surrounding
pavement.
Field Adjustment to the JMF means a change in the target gradation, asphalt cement
content, or both of a mix, within limits specified without a redesign of the HMA, resulting
in a revised JMF.
Hot Mix Asphalt (HMA) means hot mixed, hot laid asphaltic concrete. The terms are
used interchangeably. HMA may include recycled or specialty mixes.
Hot Mix Asphalt Miscellaneous means HMA that is placed in areas other than the
roadway, as specified in the Contract Documents.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 4 of 40
Hot Mix Asphalt Padding means a HMA layer used for correcting crossfall and profile
deficiencies in the existing pavement before placing the levelling, binder, or surface
course.
Hot Mix Asphalt Patching means a HMA surface course placed over localized areas
of distressed pavement, generally for the purpose of improving strength, rideability, or
safety.
Independent Laboratory means a third party laboratory that is not owned or
corporately affiliated with the laboratory that prepared the mix design or with the
Contractor.
Job-Mix Formula (JMF) means the percentage passing on each designated sieve of
the total mass of aggregate and the amount of asphalt cement as a percentage by mass
of the mixture that are based on specified mix design procedures.
Joint means a vertical contact between a HMA pavement course and any HMA
pavement or any rigid object that exists at the time the HMA is laid.
Levelling Course means a HMA course of variable thickness used to eliminate
transverse and longitudinal irregularities on an existing surface prior to placing an HMA
binder or surface course.
Loose Mix means a sample of HMA obtained using plates or other approved means for
testing mix properties.
Lot means a specific quantity of Material or a specific amount of construction.
Low Temperature Limiting Grade (LTLG) means the warmest of the Limiting Grades,
TL obtained for 1 hour, 24 hours, 72 hours and the two conditioning temperatures
according to LS-308, and Form B of LS-308.
Low Temperature Performance Grade (-YY) means the low temperature performance
grade specified elsewhere in the Contract Documents and also referred to as the -YY
specified for the performance graded asphalt cement where the PGAC Grade specified
is PG XX-YY, and the minimum design pavement temperature
Mean means the arithmetic average of the test results within a lot.
Medium Segregation means the pavement has significantly more coarse aggregate
particles than the surrounding acceptable mat and usually exhibits some lack of surface
matrix.
Micromilling means the use of a milling machine to restore the riding characteristics of
a HMA pavement.
Mid-Lane Segregation means a continuous or discontinuous longitudinal “streak”,
typically no greater than 300 mm in width located anywhere across the width of the
lane.
Mix Properties means the percent passing the DLS, 4.75 mm sieve, 600 μm sieve, and
75 μm sieve; the asphalt cement content; and the voids.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 5 of 40
MSCR means Multiple Stress Creep Recovery test to determine the percent recovery
and nonrecoverable creep compliance of asphalt binders. The percent recovery value
is intended to provide a means for determining the elastic response and stress
dependence of polymer modifed and unmodified asphalt binders.
Other Segregation means discrete areas or patches of regular, irregular or chevron
shape.
Outlier means a test result that for a specific significance level is determined by
statistical analysis not to be part of the test result population.
Paving in Echelon means two or more pavers are used to pave multiple adjacent lanes
simultaneously.
Payment Adjustment Sieves means the DLS, 4.75 mm, 600 μm, and 75 μm
aggregate gradation sieves.
Per Cent Within Limits (PWL) means an estimate of the percentage of the lot that is
within specification limits, determined by using the mean and standard deviation of the
lot.
Performance Graded Asphalt Cement (PGAC) means an asphalt binder that is
produced from petroleum residue, either with or without the addition of non-particulate
modifiers, according to AASHTO M 320.
Quality Assurance (QA) means a system or series of activities carried out by the
Owner to increase the confidence that Materials received from the Contractor meet the
requirements specified in the Contract Documents
Quality Control (QC) means a system or series of activities carried out by the
Contractor to ensure that Materials supplied to the Owner meet the requirements
specified in the Contract Documents.
Random Sample means a sample from a location chosen by the Contract
Administrator based on random numbers such that any portion of a lot or sublot has an
equal probability of being selected.
Range means the numerical difference between the maximum and minimum test
results within a lot.
Reclaimed Asphalt Pavement (RAP) means the processed HMA material that is
recovered by partial or full depth removal.
RAP Content means the amount of RAP expressed as percentage by mass of the mix.
Recycled Hot Mix Asphalt (RHM) means an HMA that contains RAP or RST or both.
Roof Shingle Tabs (RST) means ground roof shingle scrap generated when new
shingles are trimmed during production.
Screed means the unit of the paver that strikes off and imparts initial compaction to the
HMA.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 6 of 40
Segregation means a condition of the pavement characterized by areas with
comparatively coarser or finer texture than that of the surrounding pavement.
Severe Segregation means the pavement appears very coarse, with coarse aggregate
particle against coarse aggregate particle and the pavement has little or no matrix.
Slight Segregation means the pavement matrix is in place between the coarse
aggregate particles; however, there are slightly more coarse aggregate particles in
comparison with the surrounding acceptable mix.
Standard Deviation means the square root of the value determined by summing the
squares of the difference between each test result and the mean of the test results
divided by the number of test results minus one.
Straight Edge means a straight edge made of metal with a level recessed in its upper
surface parallel to the lower edge.
Superpave means the method for specifying material components and asphalt mixture
design using the Superpave gyratory compactor (SGC).
Surface Course means the HMA wearing course of any flexible or composite
pavement.
Through Lane means a traffic lane not intended for entering or exiting the roadway and
does not include shoulders. Where there is more than one roadway, through lane refers
to the traffic lane for the higher-class roadway.
Vertical Surface means all edges of concrete curbs, catch basins, appurtenances,
longitudinal joints, and transverse joints for application of joint painting material.
Voids means air voids and voids in mineral aggregate (VMA).
Voids in Mineral Aggregate (VMA) means the inter granular void space between the
aggregate particles in a compacted paving mixture that includes the air voids and the
effective asphalt cement content, expressed as a percent of the total volume.

04 DESIGN AND SUBMISSION REQUIREMENTS

04.01 Submission Requirements


Submission requirements shall be as per City of Ottawa Special Provision D-018.
Prior to the start of paving on bridge desks, the Contractor shall provide to the Contract
Administrator the mass of the rollers, except for Class V rollers, used on bridge decks in
writing.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 7 of 40
05 MATERIALS

05.01 Hot Mix Asphalt


The Materials used in the production of HMA shall be according to OPSS 1101, City of
Ottawa Specification F-3106 for Superpave mixes and City of Ottawa Specification F-
3104 for Marshall mixes.
05.02 Tack Coat
The Materials shall be according to OPSS 308 (Provincial Oriented, April 2012
Revision).

06 EQUIPMENT
06.01 General
A 3 m straight edge that has been approved by the Contract Administrator shall be
provided on each paver.
06.02 Rollers
The Contract Administrator may require that rollers used on bridge decks be weighed in
his presence.
Petroleum based release agents, excess water, or excess release agents shall not be
permitted.
06.03 Diamond Grinder
A diamond grinder shall be power-driven, self-propelled, and designed for grinding
HMA. It shall be equipped with a grinding head with at least 50 diamond blades per 300
mm of shaft. The grinding head shall be at least 0.9 m wide. The grinder shall be
equipped with the capability to adjust the depth, slope and crossfall to ensure that the
HMA is removed to the desired dimensions and shall also include a slurry pick-up
system.
06.04 Milling Machine
A milling machine shall be equipped with a specialized milling drum fitted with 450 to
500 carbide bits spaced approximately 5 mm apart.

07 CONSTRUCTION
07.01 Quality Control
QC procedures shall be conducted to ensure HMA meets the requirements of the
Contract Documents. The Contractor shall be responsible for the interpretation of the
QC inspections, test results, and measurements and the determination of any action to
be taken to ensure that all Materials and Work are according to the requirements of the
Contract Documents.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 8 of 40
All QC testing shall be performed in a laboratory that has current CCIL Type B
Certification for Superpave mixes.
07.02 Preparation of Foundation and Existing Pavement
Prior to placing any course of HMA on:
a) a granular grade, a Class S roller with a minimum mass of 7 tonnes and minimum
mass of 3.5 kg per mm total roll width or an equivalent Class V roller with a drum width
of at least 1.2 m shall be used to finish roll the grade ahead of the paver to ensure a
compacted, smooth, float-free surface free from contamination of foreign materials. This
roller shall operate within 300 m of the paver.
b) HMA or concrete surfaces, the HMA and concrete surfaces shall be cleaned of all
loose, broken, and foreign materials.
c) milled surfaces, the milled surface shall be cleaned of all loose, broken, and foreign
materials and shall be swept with a power broom.
07.03 Tack Coat
Tack coat shall be applied to surfaces according to OPSS 308 (Provincial Oriented,
April 2012 Revision) prior to placing HMA.
Tack coat shall also be applied on binder course prior to the placement of surface
course.
Tack coat shall also be applied on binder course prior to the placement of another layer
of binder course, if the upper binder course is paved on a different day.
07.04 Transportation of Hot Mix Asphalt
Truck boxes used to transport HMA shall be clean and, if required, lightly coated with a
uniform application of a non-petroleum based release agent. Truck boxes must be
drained after each application and before loading. No release agents shall be used that
may adversely affect the quality or performance of the HMA. Release agents shall be
used according to the proprietary requirements.
07.05 Placing Hot Mix Asphalt
07.05.01 Operational Constraints
Paving shall not be carried out if the roadbed is frozen. When placing the mixture on a
granular grade, the granular grade shall not be saturated and shall be free of standing
water. The surface of a pavement upon which HMA is to be placed shall be clean and
dry at the time of HMA placement.
An HMA course shall not be placed upon a previously laid course until a minimum 4
hours have elapsed, following final compaction of the previous course and the
temperature of the previous course is 50 °C or less. HMA binder courses shall be not
placed unless the ambient air temperature is at least 2 °C.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 9 of 40
For surface course, the ambient air temperature shall be at least 7 °C except for
Superpave 12.5FC 2 the ambient air temperature shall be at least 12 °C.
The Contractor shall not allow traffic to travel between pavers operating within 300 m of
each other.
07.05.02 Paving
Levelling, binder, and surface courses shall be laid by means of mechanical self-
propelled pavers. Prior to roller compaction, obvious defects in the HMA Material placed
shall be corrected. Irregularities in the alignment and grade along the outside edges
shall be corrected.
After final compaction of each course the surface shall be smooth and true to the
established crown and grade, uniform in texture and shall be free of any defects
including segregation, fat spots, oil spills, and roller marks.
All through lane paving courses shall be completed prior to the placement of adjacent
sideroads, speed change lanes, and other paved areas.
At the end of each completed portion of the lanes and prior to opening them to traffic,
the ends of completed sections of HMA course shall be temporarily ramped down to the
existing pavement at a slope of 120H:1V transversely. Longitudinal ramp downs shall
only be permitted if specified in the Contract Documents. Transverse and longitudinal
ramps downs shall not form part of the permanent pavement and shall be removed prior
to paving of the adjacent section.
If paving is being carried out under lane closures, paving shall be completed to the
same station for the full pavement width, including paved shoulders, prior to the
roadway being reopened to traffic. If, due to unforeseen circumstances such as
equipment breakdown occurring during paving, the Contractor can not complete paving
to the same station across the full pavement width, the Contractor shall construct a
temporary longitudinal ramp down at 10H: 1V. The temporary ramp down shall be
removed and the adjacent lane paved within 1 Day or as agreed to by the Contract
Administrator in the event of weather or access restrictions.

07.06 Paving in Echelon

Paving in echelon shall be as specified in the Contract Documents.


The pavers shall be operated at the same time within 60 m of the next paver so that a
hot joint is obtained between the lanes of HMA being placed. Should one paver break
down while placing levelling, binder, or surface course, the Contract Administrator may
permit the day’s work to be completed with the remaining paver only.
07.07 Widenings and Irregular Sections
The HMA shall be placed in widenings such that the top of the compacted HMA is flush
with the top of the existing pavement. When stepped joints are specified, the layers
placed in the widening shall be placed to the top of each step in separate operations.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 10 of 40
HMA shall be placed in the widening using equipment specially designed for this
purpose.
In turnouts, driveways, and other irregular sections, the Contractor may use other
methods to spread and finish the HMA.
07.08 Longitudinal and Transverse Joints
07.08.01 General
All joints shall be made to ensure a complete bond is obtained between the two
pavement edges and that the riding surface is smooth. Longitudinal and transverse
joints between the new HMA pavement and the existing pavement shall be butt or
stepped joints as specified in the Contract Documents. The existing or previously placed
pavement edge shall be a straight clean vertical surface for the full depth of the course.
Where ramping or damage has occurred, trimming shall be required.
All dirt or other foreign material and all loose Material shall be removed from all vertical
surfaces.
When matching a compacted joint, the depth of the uncompacted mat shall be set to
allow for compaction.
The paver screed shall overlap the adjoining mat by at least 50 mm.
07.08.02 Longitudinal Joints
Longitudinal joints shall be properly set up, with the back of a rake or lute, at proper
height and grade prior to rolling. Excess Material shall not be cast onto the surface of
the freshly laid mat.
The width of subsequent courses shall be staggered to an offset of 150 to 300 mm so
that longitudinal joints do not coincide. The longitudinal joints in the surface course shall
correspond to the demarcation between the lanes specified in the Contract Documents.
When resurfacing against a rigid object, a butt joint shall be constructed by milling the
existing pavement to provide an exposed vertical surface of at least 25 mm at the face
of the rigid object. The milling shall be feathered out to zero over a minimum length of
1.25 m from and parallel to the exposed face of the rigid object, providing a minimum of
40 mm of resurfacing material over the area of removal.
07.08.03 Transverse Joints at Limits of Paving
Joints between HMA pavement laid under this Contract and existing HMA courses not
laid under the Contract shall be constructed as follows:

a) Where a binder course is placed flush against an existing HMA pavement and a butt
joint is to be made, the existing pavement shall be trimmed back to form a straight
vertical surface.
b) Where a surface course is placed flush against an existing HMA pavement, a butt
joint shall be prepared by removing the existing pavement to the full depth of the

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 11 of 40
existing surface course, to form a straight vertical face, and for a longitudinal distance
not less than 5.0 m so that the surface course placed has a thickness equal to the full
depth of the existing surface course over the 5 m section.
c) Where a binder course and surface course are not placed flush against an existing
HMA pavement, the binder course shall be feathered out removing the existing surface
course to a minimum depth of not less than 40 mm, to form a straight vertical face, and
for a longitudinal distance not less than 5 m so that the surface course placed has a
minimum thickness of 40 mm over the 5 m section.
07.09 Paving on Bridge Decks
The temperature of the HMA immediately after spreading shall not be less than 115 °C.
The temperature of the HMA mat ahead of initial rolling shall be measured and
recorded. Compaction shall be accomplished using, as a minimum,
a) a Class S roller with a minimum mass of 9 tonnes and minimum mass of 4.5 kg per
mm total roll width, and
b) a Class R roller with a minimum mass of 18 tonnes and minimum mass of 2,500 kg
per tire.
The operating speed of Class S rollers shall not exceed 5 km/h and shall be operated in
a manner to avoid undue displacement of the HMA. If Class V rollers are used, they
shall be used in static mode. Rollers shall operate with the drive wheel forward in the
direction of paving.
The mixture shall be uniformly compacted as soon after placing as it can support the
rollers without checking or undue displacement. Rolling shall start longitudinally at the
lower edge and proceed towards the higher edge of the course, overlapping on
successive passes. Alternate passes of the roller shall be staggered.
Passes by the Class R roller shall overlap previous passes. The roller shall be operated
to prevent pick-up of the HMA on the tires.
07.10 Compaction
Compaction of the HMA shall be conducted using appropriate methods and equipment
to provide a uniformly compacted mat according to the requirements of this Contract.
At all places not accessible to rollers, the HMA shall be compacted by mechanical self-
powered gas-, electric-, or air-powered equipment.
07.11 Review of Work
07.11.01 Surface Appearance
The Contractor shall review each course after final compaction and identify any visual
deficiencies.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 12 of 40
If the Contractor’s actions fail to prevent continued medium or severe segregation
regardless of cause, the Contract Administrator may instruct the Contractor to cease
paving until the problem has been corrected.
From the time that the Contractor receives notification of midlane segregation, the
Contractor shall be allowed a maximum of 500 tonnes of mix to be placed on the
Contract, in order to demonstrate the effectiveness of any repairs and adjustments that
have been made to a defective paver. The Contractor shall demonstrate his repairs or
adjustments or both to the Contract Administrator. If the Contractor is unable to
eliminate midlane segregation to the satisfaction of the Contract Administrator by
making repairs or adjustments to the paver within the allowable 500 tonnes of HMA,
then the Contractor shall discontinue the use of that paver.
07.12 Sampling
07.12.01 Asphalt Cement
When requested by the Contract Administrator or City’s QAU, the Contractor shall
provide samples of the asphalt cement for QA testing and Referee testing. The
minimum quantity of PGAC to be sampled for each of the QA and Referee samples
shall be 2 liters, provided in 2 suitable one-liter cans.
The Contractor shall provide access to the QAU’s representative or CA’s representative
to witness the sampling of Asphalt Cement. Both the QA and Referee samples shall be
taken at the same time at the Hot Mix Asphalt plant. The Contract Administrator or
City’s QAU shall supply the random number information pertaining to the HMA tonnage
at which the PGAC is required to be sampled. The Asphalt Cement samples shall be
obtained in accordance with AASHTO T 40.
The contractor shall provide a sample information sheet for each of the samples that
should include the Contract Number, Contract description, Name and location of HMA
plant, the PG grade of the asphalt being sampled, Supplier of PGAC, Additives added in
the PGAC (if applicable), Date and time of sampling, Name and Initial of the
Contractor’s representative conducting the sampling, name and initial of the City’s
representative witnessing the sampling. Additionally the sample container shall be
clearly marked with date of sampling, Contract Number and PG grade of the sample.
The sample shall be bagged at the time of sampling.
07.12.02 Hot Mix Asphalt Mix Properties
A set of three samples shall be taken as per Table 1 for every sublot. The locations of
the sampling shall be as per the Sample Locations submitted by the Contractor prior to
the paving. One of these samples shall be for the Contractor’s QC testing and the other
two shall be designated for QA and referee testing. The Contractor shall conduct
sampling and identification of sampling locations as per the principles set out in the
latest version of the MTO Field Guide for the acceptance of Hot Mix and Bridge Deck
waterproofing.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 13 of 40
Samples shall be obtained on site from the same truckload and at the same transverse
offset. When the mass of the sample does not meet the requirements of Table 1, the
sample shall be discarded and a new one taken immediately. The transverse location of
the new sample shall be the same as that of the discarded one.
Samples shall be placed into a suitable container that will protect the sample
characteristics and integrity during transportation and until testing. Each sample shall be
accompanied with a sample information sheet that shall include all information relevant
to the sample including the Contract Number, Contract Description, Street name, lot
number, sublot number, unique mix design number, mix type, lift number, station/civic
address, offset from the centerline of the road, weigh ticket number, date of paving, and
date and time of sampling. In addition, the lot and sublot number, mix type and Contract
number shall be clearly marked with a permanent marker on all sample containers.
Contractor shall deliver the QA and Referee samples within one working day of
sampling to QA laboratory designated by City’s QAU.
City’s QAU or the QA laboratory designated by City’s QAU shall maintain a record that
contains the date, time of delivery and the name and signature of the authorized
receiving individual. At the time of delivery of each sample, the Contractor shall sign the
record to confirm the date and time of delivery.
07.12.03 Compaction
The Contractor shall obtain pavement core samples in triplicate, from each sublot, no
later than the next three working Days after the completion of the sublot. One of these
samples shall be for Contractor’s QC testing and the other shall be designated for QA
and Referee testing. The Contractor may use nuclear gauge for QC testing of
compaction. In case when the Contractor chooses to use nuclear gauge for QC testing
of compaction, a set of two samples shall be taken from each sublot for QA and Referee
testing.
The location of sampling shall be as per the Sample Locations submitted by the
Contractor prior to paving. Each core shall have a minimum nominal diameter of 150
mm and a maximum nominal diameter of 200 mm and shall consist of the full layer
being sampled and at least one underlying layer, if one is present. Cores shall not be
taken within 250 mm of a longitudinal or transverse joint or the edge of pavement. Each
set of samples shall be taken from the same lane, same transverse offset, and at a
spacing of 1.0 m ± 0.1 m between each individual core edge.
The Contractor shall conduct sampling and identification of sampling locations as per
the principles set out in the latest version of the MTO Field Guide for the acceptance of
Hot Mix and Bridge Deck waterproofing.
Care shall be taken to ensure that cores are not damaged during coring operations or in
transit. If a core is damaged, a replacement core shall be extracted at a location
adjacent to the original core.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 14 of 40
When the lift thickness of the pavement core is less than 35 mm, the core shall be
submitted to the Contract Administrator and a replacement core shall be extracted at a
location within the same sublot selected by the Contract Administrator. If the thickness
of the replacement core is also less than 35 mm, the Contractor shall submit the core to
the Contract Administrator and review the situation with the Contract Administrator prior
to any further coring of the sublot.
HMA and compaction requirements for filling the sample holes shall be the same as the
adjacent undisturbed pavement. Sample holes shall be cleaned, dried, and filled and
then compacted using a mechanical self powered gas-, electric-, or air-powered
compactor immediately after sampling.
Samples shall be placed into a suitable container that will protect the sample
characteristics and integrity during transportation and until testing. Each compaction
core samples shall be accompanied with a sample information sheet that shall include
all information relevant to the sample including the Contract Number, Contract
Description, Street name, lot number, sublot number, unique mix design number, mix
type, lift number, station/civic address, offset from the centerline of the road, date of
paving and date and time of sampling. In addition, the lot and sublot number shall be
clearly marked with a permanent marker on all compaction cores.
Contractor shall deliver the QA and Referee samples within one working day of
sampling to the QA laboratory designated by City’s QAU.
City’s QAU or the QA laboratory designated by City’s QAU shall maintain a record that
contains the date, time of delivery and the name and signature of the authorized
receiving individual. At the time of delivery of each sample, the Contractor shall sign the
record to confirm the date and time of delivery.
If requested in writing by the Contract Administrator, the Contractor shall ensure that
core samples are located so as not to damage driveways or other specific locations
within the Contract limits. In the event that it is not possible to take the required number
of core samples from a sublot due to this request, then the sublot shall be assigned a
payment factor of 1.000 for compaction.
07.13 QC Testing
Contractor shall conduct QC testing of HMA Mix Properties samples and field
compaction to ensure quality requirements are being met as per Contract Documents.
07.14 Management of Excess Material
Management of excess material shall be according to the Contract Documents.

08 QUALITY ASSURANCE

08.01 Acceptance Criteria


Acceptance of hot mix asphalt shall be based on the following criteria:

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 15 of 40
a) Asphalt cement physical requirements
b) Mix properties, and compaction
c) Surface tolerance
d) Surface appearance
08.01.01 Asphalt Cement Physical Requirements
08.01.01.01 General
Material acceptance of asphalt cement for performance grading and the properties and
attributes specified in Table 2-A shall be based on quality assurance test results
conducted by the Owner’s designated laboratory, unless superseded by referee test
results, subject to the conditions specified herein. When no QA testing of Asphalt
Cement is conducted by owner, the PGAC used in the HMA is considered acceptable to
the Owner and no Payment Adjustment for Asphalt Cement is applied.
The Contractor may request that an allowance be made for the impact of the anti-
stripping additive on a PGAC grade for QA or referee purposes provided that when
production begins the Contractor submits to City’s Quality Assurance Unit complete
AASHTO M320 test results for the following:
a) Asphalt cement with anti-stripping additive at the percentage identified in the
mix design.
b) Asphalt cement without the anti-stripping additive.
Test results for lots that do not comply with the performance grading requirements shall
be categorized as minor borderline, major borderline, or rejectable. PGAC shall be
categorized based on its test result’s deviation from the individual design maximum or
minimum pavement temperature and the sum of the deviations from the design
maximum or minimum pavement temperatures defined as follows. The actual
performance grading that is either higher than the maximum design pavement
temperature or lower than the minimum design pavement temperature is not considered
a deviation.
Borderline: Individual deviations are less than or equal to 3 °C and the sum of
deviations is less than or equal to 3 °C.
Rejectable: Not complying with either of the above.
Test results for lots that do not comply with asphalt cement acceptance requirements
shown in Table 2-A shall be categorized according to Table 2-A. When a Lot does not
comply with more than one property, attribute, and PG grading, acceptance of the HMA
shall be dealt with using the property, attribute, and PG grading selected by the owner.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 16 of 40
The owner may conduct elemental testing according to ASTM D7343 or other tests to
determine if the asphalt cement meets the material requirements as specified in the
Materials section of F-3106.
08.01.01.02 Lot Sizes
When the total HMA tender quantity for each grade of PGAC is less than 10,000 tonnes,
the quantity of PGAC incorporated into the HMA shall be considered as one lot.
When the total HMA tender quantity for each grade of PGAC is 10,000 tonnes or more,
the quantity of PGAC incorporated into each 10,000 tonne quantity of HMA shall be
treated as a separate lot. When a lot is terminated and represents less than 5000
tonnes of HMA, the quantity of PGAC shall be considered as part of the previous lot
instead of as a separate lot. When a lot is terminated and represents more than 5,000
tonnes and less than 10,000 tonnes of HMA, the quantity of PGAC represented shall be
a separate lot.
A lot shall be terminated when the source of PGAC is changed. A lot may be terminated
at the Contract Administrator’s option, when HMA production ceases for a period of 20
days.
08.01.01.03 Referee Testing
Referee testing by an independent laboratory may be invoked either by the Contractor
or the Contract Administrator for any lot of PGAC within 14 days of the respective party
receiving all QA test results.
Referee testing may only be invoked if the cost of the impact of non-compliance, as
determined by the Contract Administrator, exceeds the cost of referee testing.
When tested for Performance Grading requirements, the referee testing shall determine
the actual Performance Grading (AASHTO R29) high and low temperatures, rounded to
the nearest 0.5°C of the PGAC and the properties and attributes shown in Table 2-A.
Test results generated by the referee laboratory shall be used to evaluate the PGAC to
determine whether the product conforms to the Contract Documents and the disposition
of the HMA represented by the sample tested.
The cost of referee testing, including the sample delivery, shall be the responsibility of
the Contractor unless the testing confirms the total conformance of the Material sample
to the Contract Documents, in which case the referee testing costs (laboratory testing
costs and sample delivery costs only) shall be borne by the Owner.
08.01.01.04 Disposition of HMA Produced with Borderline and
Rejectable Lots
City’s QAU shall review the test results and determine the disposition of the HMA
produced using any PGAC that does not conform to the Contract Documents. This shall
also include the identification of any trend(s) evident through the analysis of the
additional testing. HMA produced using PGAC, for which test results indicate that the
product did not conform to the Contract Documents shall be dealt with as follows:

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 17 of 40
Borderline: HMA shall be accepted at full payment.
Rejectable: The HMA shall not be accepted into the Work. The Contract Administrator
shall notify the Contractor in writing within 3 Business Days of non-conforming data.
HMA produced using the PGAC for which test results are rejectable shall be subject to
repair or payment adjustment. The CA in consultation with City’s QAU shall determine if
a rejectable lot may remain in work without repairs, with an appropriate payment
reduction.
When a HMA with rejectable PGAC is allowed to remain in work without repairs, the
Payment Reduction shall be calculated as follows:
Payment Reduction = PFPGAC/R x HMA Contract Price x quantity of HMA in the lot
Where, the payment factor for rejectable PGAC, PFPGAC/R, shall be a value between
0.00 and 0.65.

08.01.02 Mix Properties, and Compaction


08.01.02.01 Lot Size
No sublot shall contain more than 500 tonnes of HMA. The number of lots for a tender
quantity shall be as per Table 6. Prior to placing a lot, the lot or sublot sizes may be
reduced at the discretion of the Contract Administrator.
The Contractor shall notify the Contract Administrator and City’s QAU prior to mix
placement. This notification shall include:
a) Mix Design Number
b) Mix Type (e.g. SP 12. 5 Level D PG 64-34)
c) Declaration that the mix design has been previously approved by City’s QAU
d) Lot/Sublot structure for the tender quantity
e) Sampling and testing locations for each sublot in the lot for both mix properties and
compaction cores and
f) Anticipated start and end of paving for each lot.
The Contract Administrator may revise the sample tonnage or sample locations prior to
sampling.
The lot is considered closed under the following circumstances and shall consist of the
sublots completed before shall:
a) End of Calendar year.
b) Mix design change.
c) Agreed by Contractor and Contract Administrator.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 18 of 40
The remaining sublots in the lot shall be treated as a new lot.
08.01.02.02 Acceptance Based on Owner Testing
Acceptance of Mix Properties and Compaction shall be based on the QA test results.
The Owner will conduct tests, carry out calculations and report results according to
Table 2. For Superpave mixes, QA testing for Mix Properties and Compaction shall be
conducted in a laboratory that has current CCIL Type B Certification for Superpave
mixes. The QA test results shall be provided to the Contractor or HMA supplier. City’s
QAU or the laboratory designated for QA testing by City’s QAU will provide the
Contractor or HMA Supplier with a copy of the test results.
The compaction payment factor and the mix properties payment factor for the lot will be
calculated as specified elsewhere in the Contract, based on the QA test results, unless
the Contractor invokes referee testing, in which case payment factors will be calculated
using referee results.
08.01.02.03 Basis of Acceptance
08.01.02.03.01 Acceptance of Lots with one or two sublots
The HMA shall be accepted based on the criteria provided in Table 5 of this
specification. Where gradation, Asphalt Content, Air Voids, or Compaction test values
deviate from the acceptable range provided in Table 5, the mix shall be subject to the
following pay factor calculations:
PFAC = 1 – DeviationAC x Pay Factor AdjustmentAC
PFAV=1-DeviationAV x Pay Factor AdjustmentAV
PFC=1-DeviationC x Pay Factor AdjustmentC
For Superpave 4.75 mixes:
PFG = 1- (Deviation4.75 x Pay Factor Adjustment4.75 + Deviation600 x Pay Factor
Adjustment600 + Deviation75 x Pay Factor Adjustment75 )/3
For Superpave 12.5, Superpave 12.5FC 1, Superpave 12.5FC 2 and Superpave 19
mixes
PFG = 1- (DeviationDLS x Pay Factor AdjustmentDLS + Deviation4.75 x Pay Factor
Adjustment4.75 + Deviation600 x Pay Factor Adjustment600 + Deviation75 x Pay Factor
Adjustment75 )/4
Where,
PFG = Payment factor for gradation.
PFAC = Payment factor for asphalt content
PFAV = Payment factor for air void
PFC = Payment factor for compaction

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 19 of 40
Deviation is the deviation from the acceptable upper or lower specification limits
provided in Table 5.
Pay factor adjustment is the applicable pay factor adjustment provided in Table 5.
Where the attribute Pay factor is less than zero, the attribute shall be assigned a value
of zero and the sublot shall be considered rejectable.
Where two samples have been evaluated for attribute acceptance purposes, the
attribute pay factors for each sublot shall be assessed independently. Where both
sublots have Pay Factors greater than zero, the lot Pay Factor shall be the average of
the two sublot Pay Factors. Where one or both the sublots are rejectable the lot is
considered rejectable.
The payfactor for each sublot for mix properties and compaction, PFMC shall be
calculated as follows:
PFMC=0.125PFG+0.125PFAC+0.25PFAV+0.50 PFC
The Total payment factor for mix properties and compaction, TPFMC, for the lot shall be
calculated as follows:
a) If any sublot in the lot is rejectable, the TPFMC shall be rejectable.
b) If condition (a) is not met and the Lot has only 1 sublot the value of TPF MC shall be
the value of PFMC for the sublot.
c) if condition (a) is not met and the Lot has 2 sublots the value of TPFMC shall be the
mean of PFMC calculated for each sublots.
The Contract Administrator in consultation with City’s QAU shall determine if a
rejectable lot may remain in the work without repairs. When the Contract Administrator
has determined that a rejectable lot may remain in the work without repair, the lot shall
be subjected to a payment adjustment. If the Contractor elects to repair the lot in lieu of
a payment adjustment or if the Contract Administrator determines that a rejectable lot
requires repair, the lot shall be repaired and re-evaluated as detailed under repairing
and re-evaluating.
08.01.02.03.02 Acceptance of Lots with three or more sublots
08.01.02.03.02.01 General
Acceptance for all mixes for mix properties and compaction is based on the lot PWL for
each attribute. PWL shall be determined using lot test results, LS-101, and lower and
upper limits specified in Table 4.
The PWL of the lot for each criteria shall be used to determine the payment adjustment
factor from Table 3, based on PWL. If the PWL is less than 50% for asphalt cement
content, air voids or compaction, or less than 25% for any payment adjustment sieve,
the lot is rejectable and shall be subject to repair or payment adjustment.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 20 of 40
The Contract Administrator in consultation with City’s QAU shall determine if a
rejectable lot may remain in the work without repairs. When the Contract Administrator
has determined that a rejectable lot may remain in the work without repair, the lot shall
be subjected to a payment adjustment. If the Contractor elects to repair the lot in lieu of
a payment adjustment or if the Contract Administrator determines that a rejectable lot
requires repair, the lot shall be repaired and re-evaluated as detailed under repairing
and re-evaluating.
08.01.02.03.02.02 Calculations
08.01.02.03.02.02.01 General
The pay factor for mix properties and compaction, PFMC, shall be based on the
individual payment factors obtained from Table 3, based on PWL, determined for
gradation, asphalt cement content, voids, and compaction using LS-101 and the
formulae in the Payment Factor for Gradation clause, the Payment Factor for Combined
Gradation and Asphalt Cement Content clause, the Payment Factor for Combined Mix
Properties clause, and the Payment Factor for Mix Properties and Compaction clause.
When there is no sampling or testing specified for an attribute or when the requirement
for sampling or testing for an attribute is waived by the Owner, the payment factor for
that attribute shall be equal to either:
a) the payment factor it is added to in Formulae 8, 11, or 14, if that payment factor is
less than 1.0; or,
b) 1.0, if the payment factor it is added to in Formulae 8, 11 or 14 is equal to or greater
than 1.0.
08.01.02.03.02.02.02 Payment Factor for Gradation
To obtain the gradation payment factor use the following formulae:
For all Superpave 19.0, Superpave 12.5, Superpave 12.5FC 1, and Superpave 12.5FC
2 mixes:
PFG(SUB)= PFDLS + PF4.75 + PF600+PF75 (Formula 2)
If PFG(SUB) is greater than or equal to 4, the equation for PFG is:
PFG = PFG(SUB) - 3 (Formula 3)
If PFG(SUB) is less than 4, the equation for PFG is:
PFG = PFG(SUB) / 4 (Formula 4)
For Superpave 4.75 mm mix:
PFG(SUB) = PF4.75 + PF600 + PF75 (Formula 5)
If PFG(SUB) is greater than or equal to 3, the equation for PFG is:
PFG = PFG(SUB) - 2 (Formula 6)

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 21 of 40
If PFG(SUB) is less than 3, the equation for PFG is:
PFG = PFG(SUB) / 3 (Formula 7)
Where ,
PFG(SUB) = sub factor for calculating purposes
PFG = payment factor for gradation
PFDLS= payment factor for designated large sieve
PF4.75 = payment factor for 4.75 mm sieve
PF600 = payment factor for 600 µm sieve
And PF75 = payment factor for 75 µm sieve
08.01.02.03.02.02.03 Payment Factor for Combined Gradation and Asphalt
Cement Content
To obtain the combined gradation and asphalt cement content payment factor use the
following formulae:
PFGAC(SUB) = PFG +PFAC (Formula 8)
If PFGAC(SUB) is greater than or equal to 2 then:
PFGAC = PFGAC(SUB) - 1 (Formula 9)
IF PFGAC(SUB) is less than 2 then:
PFGAC = PFGAC(SUB) /2 (Formula 10)
Where,
PFGAC(SUB) = Sub factor for calculating purposes
PFGAC= Combined Payment Factor for Gradation and Asphalt Cement Content
PFAC = Payment factor for Asphalt Cement Content
08.01.02.03.02.02.04 Payment Factor for Mix Properties
To obtain the payment factor for mix properties:
PFM(SUB) = PFGAC + PFAV (Formula 11)
If PFM(SUB) is greater than or equal to 2 then:
PFM = PFM(SUB) – 1 (Formula 12)
If PFM(SUB) is less than 2 then:
PFM = PFM(SUB)/2 (Formula 13)
Where,
PFM(SUB) = Sub factor for calculating purposes

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 22 of 40
PFAV = Payment factor for Air Voids
PFM = Payment Factor for Mix Properties
08.01.02.03.02.02.05 Payment Factor for Mix Properties and Compaction
To obtain the payment factor for mix properties and compaction use the following
formulae:
PFMC (SUB) = PFC+ PFM (Formula 14)
If PFMC (SUB) is greater than or equal to 2 then:
PFMC = PFMC (SUB) – 1 (Formula 15)
If PFMC (SUB) is less than 2 then:
PFMC = PFMC (SUB) /2 (Formula 16)
Where,
PFMC (SUB) = sub factor for calculating purpose
PFMC =Payfactor for Combined Gradation, Asphalt Cement Content, Air Voids
and Compaction
PFC= Pay factor for Compaction
08.01.02.03.02.02.06 Total Pay Factor for Mix Properties and Compaction
The Total Pay Factor for Mix Properties and Compaction (TPFMC ) shall be per (a), (b)
and (c) below:
a) If the PWL is less than 50% for asphalt cement content, air voids or compaction, or
less than 25% for any payment adjustment sieve, TPFMC shall be rejectable, and
therefore the lot is Rejectable.
b) TPFMC shall be equal to 1 when all three conditions below are met
 Condition under (a) is not satisfied.
 PFMC is greater than or equal to 1.
 The actual HMA quantity paved in that lot is less than 1250 tonnes or the number
of sublot in that lot is less than 3.
c) TPFMC shall be equal to the value of PFMC when the conditions under (a) and (b) are
not met.
The Contractor Administrator shall provide City’s QAU, via email, the actual quantity of
HMA paved within a lot once the lot is complete and/or closed.
When a lot is not rejectable, the TPFMC shall be reported to four decimal places with
rounding in accordance with LS-100.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 23 of 40
08.01.02.03.03 Acceptance of Smaller Quantities - amendments
As a reminder and notwithstanding the following amendments, the Contractor must still
meet the sampling requirements of clause 07.12.02 Hot Mix Asphalt Mix Properties.
For areas within the Contract limits with contiguous hot mix asphalt placement of 35
tonnes or less of one asphalt mix type, payment factor calculations shall not apply and
acceptance shall be based on visual inspection by the Contract Administrator. If visual
deficiencies are present then the Contract Administrator shall notify the Contractor in
writing of the action required in accordance with clause 08.01.04 Surface Appearance.
For areas within the Contract limits with contiguous hot mix asphalt placement greater
than 35 tonnes but less than 100 tonnes of one asphalt mix type, payment factor
calculations and acceptance shall be based on asphalt cement content and aggregate
gradation QA testing using Table 5 for acceptance parameters. If the hot mix asphalt is
deemed rejectable then the associated clauses shall apply.
For areas within the Contract limits with contiguous hot mix asphalt placement from 100
tonnes to less than 500 tonnes of one asphalt mix type, payment factor calculations and
acceptance shall be based on: asphalt cement content and aggregate gradation QA
testing using Table 5 for acceptance parameters; and air voids QA testing using the
following acceptance parameters:
Air Voids 2.0 to 6.0% = acceptable
Air Voids 1.9% or 6.1%: Payment Factor for air voids = 0.85
Air Voids 1.8% and less, or 6.2% and more = rejectable
If the hot mix asphalt is deemed rejectable then the associated clauses shall apply.
These amendments do not apply to areas within the Contract limits with contiguous hot
mix asphalt placement of 500 tonnes or greater of one asphalt mix type.
For the purpose of these amendments, contiguous is defined as sharing an edge or
boundary; touching.
Note to designer: Review these amendments for acceptance of smaller quantities to
determine if there are any project-specific issues to address.
08.01.02.04 Referee Testing
08.01.02.04.01 General
The Contractor or City’s QAU or Contract Administrator may request testing by an
independent third party referee laboratory for one sublot or the entire lot for any
completed lot. Request for referee testing, by the Contractor, shall be made to City’s
QAU. The contractor shall also copy the Contract Administrator on its correspondence

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 24 of 40
to QAU requesting referee testing. All referee testing shall fall into one of the three
categories indentified in Table 7 and meet the conditions specified in Table 7.
Referee testing for a given lot can only be invoked by the Contractor within 10 Business
Days of the Contractor receiving the Contract Administrator’s calculated QA payment
factors for that lot.
The referee laboratory shall use the same test method as the QA laboratory. For
Superpave mixes, the independent laboratory conducting the referee testing shall have
a current CCIL Type B Certification for Superpave mixes. It is the responsibility of the
Contractor to arrange for an independent laboratory, agreeable to both parties, to
conduct the referee testing.
The results generated by the referee laboratory shall be used to re-evaluate the lot to
determine the payment factors for the acceptance of the disputed properties for the
disputed lots of HMA. The referee test results are binding on both the Owner and the
Contractor.
The independent laboratory conducting the referee testing shall provide the test results
to both the Contractor and City’s QAU (by email) at the same time and within 2 business
days of completing the referee testing.
08.01.02.04.02 Cost of Referee testing
All costs associated with referee testing shall be the responsibility of the Contractor. The
Contractor shall however be reimbursed the cost of referee testing, as per Table 10, if
all four (4) conditions below are met:
a) Where the Contractor has conducted QC testing for all the sublots within the lot in
questions for all the attributes evaluated by referee testing.
b) The contractor has included the QC result in their request for referee testing.
c) If the Pay factor for Mix Properties and Compaction, PFMC, calculated after referee
testing (i.e. replacing all the QA test results for which referee test were conducted with
referee test results) for the complete lot, is greater than, the Pay factor for Mix
Properties and Compaction, PFMC calculated with original QA test results for the
complete lot, by more than 0.035.
d) The Total pay factor for Mix Properties and Compaction, TPFMC after referee testing
is not Rejectable.
PFMC and TPFMC calculation procedures are explained elsewhere in this specification.
The reimbursement for cost of referee testing applies for all the attributes tested within a
lot and not for individual attributes.
08.01.02.05 Outliers
08.01.02.05.01 Determination of Outliers in Test Results

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 25 of 40
For lots with three or more than 3 sublots, the Contractor or the Contract Administrator
may question an individual value for any attribute of a sublot’s test result. The request
shall be made within 5 Business Days of the Contractor and Contract Administrator
receiving all of the test results for the lot and only when the payment factor for the
attribute with an outlier is less than 1.0. The validity of the questioned attribute shall be
ascertained in accordance with ASTM E 178 using a T test at a 10% significance level.
If the T test procedure shows that the questioned value of the attribute is not an outlier,
then the test result shall be used in the calculations. If the T test procedure shows that
the questioned value of the attribute is an outlier, then the test result for the sublot shall
be checked for mathematical errors.
For QA test results, if there are no mathematical errors, the test result for the sublot is
considered an outlier and will be discarded and replaced. For referee test results, if
there are no mathematical errors, the sublot with the outlier is treated as a lot with one
sublot and the remaining sublots will form a separate lot as detailed in Outlier in Referee
Results clause.
08.01.02.05.02 Quality Assurance Outlier Replacement Testing
When requested by the applicable party as specified in the Outlier in Quality Assurance
Results clause an independent lab, acceptable to both parties, will perform outlier
replacement testing for QA test results to replace the discarded test result using the
referee sample. Outlier replacement testing will be performed for a sublot for all mix
properties or compaction or both (i.e. if one mix attribute is an outlier, all mix property
results for that sublot will be replaced, not just the attribute identified as an outlier).
Regardless of the presence of outliers in the replacement test result for the sublot and
remaining original results, the replacement test result shall be binding on both the
Contractor and the Owner and further outlier replacement testing will not be performed
on the lot.
08.01.02.05.03 Outlier in Quality Assurance Results
For an outlier in the QA results, the Contractor or the Contract Administrator may
request that a replacement result for the outlier be obtained by testing of the referee
sample for the subject sublot. If the Contractor or Owner subsequently requested
referee testing on the full lot, the same laboratory that performed the outlier replacement
testing shall be assigned as the referee laboratory, and the results of the replacement
testing already completed for the subject sublot shall also become the referee results for
that sublot. The cost of the outlier replacement testing shall be borne by the party
requesting the outlier replacement testing, unless the entire lot subsequently undergoes
referee testing, in which case, the referee testing for the entire lot shall be paid
according to the referee testing procedure specified in this specification.
08.01.02.05.04 Outlier in Referee Results
When an outlier in the referee results is identified, the sublot with the outlier shall be
treated as a lot with one sublot for both mix properties and compaction.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 26 of 40
When the sublot with the outlier is treated as a lot with one sublot, the remaining sublots
shall form a separate lot.
The lot with one sublot shall be evaluated as follows:
A single test result for each attribute shall be used to evaluate the lot.
If the outlier value and the other attributes for the sublot are within the specification
limits listed in Table 4, then the payment factor shall be 1.00 for the lot.
If the outlier value or any of the attributes used to evaluate the lot is rejectable (i.e.,
outside the specification limits listed in Table 4) or the outlier value and any of the
attributes used to evaluate the lot is rejectable, then the lot is rejectable. The Contract
Administrator may assess a payment reduction or require that the lot be repaired at the
Contractor’s expense as specified in the Repairing and Re-evaluating clause.
The lot formed by the remaining sublots shall:
a) be accepted, subjected to a payment adjustment or rejected as detailed elsewhere in
the Contract Documents for lots with 3 or more sublots, and
b) not be checked for further outliers.
If only two sublots remain, the lot shall be assessed as per 08.01.02.03.01 Acceptance
of Lots with one or two sublots clause.
08.01.02.06 Repairing and Re-Evaluating
The Contract Administrator may require any rejectable lot to be repaired. When the
Contract Administrator has determined that a rejectable lot may remain in the work
without repair, the lot shall be subjected to a payment adjustment.
When the Contract Administrator requires a rejectable lot to be repaired the Contractor
shall submit a remedial action plan indicating what areas of hot mix in a lot are to be
repaired. The Contract Administrator may reject Contractor’s remedial action plan and
require the Contractor to remove and replace the entire limits of the rejectable lot. The
Contractor shall not proceed with the removal and replacement until a written
permission to do so is granted by the Contract Administrator.
Repair shall consist of the removal and replacement of the full thickness of the hot mix
lift or the placement of an overlay when permitted by the Contract Administrator. The
minimum width of repair shall be the width of the lane or shoulder or both being
repaired. A paver shall be used in carrying out the repair.
When repairs are made to all or part of a lot, the lot shall be re-evaluated. The
unrepaired sublots combined with the remainder of any repaired sublots shall comprise
one lot and shall be assessed on the basis of the loose mix or core or both samples
representing the unrepaired sublots. If there are only one or two sublots in a lot that are
not repaired, the Contract Administrator shall include those sublots as part of the
previous or next lot. When the referee laboratory has tested the lot, the referee test

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 27 of 40
results shall be used to determine the payment factors instead of the original test
results.
The mix used for the repair shall comprise a separate lot or the Contract Administrator
in conjunction with the Contractor may decide to include it as part of the current lot
being produced. The repaired area shall be tested for all criteria.
The 2 reconfigured lots shall be accepted at the full Contract price, subjected to a
payment adjustment or rejected according to the Payment Adjustment for Mix
Properties and Compaction clause.
08.01.03 Surface Tolerance
The surface tolerances of any pavement surface shall be such that when tested with a 3
m straight edge placed anywhere, including the edge of the pavement, in any direction
on the surface, except across the crown or drainage gutters, there shall not be a gap
between the bottom of the straightedge and the surface of the pavement:
a) greater than 6 mm for all binder courses and padding, or
b) greater than 3 mm for all surface courses.
All areas not meeting the surface tolerance requirements shall be repaired by diamond
grinding or removed and replaced. Slurry produced from diamond grinding shall be
removed from the site by the Contractor and managed as specified in the Contract
Documents.
08.01.04 Surface Appearance
HMA deemed by visual appearance to have flushing, bleeding, segregation, fat spot,
surface damage, and surface contamination but not limited to these, shall all be
considered deficient Material or work. Deficient material, mixture, and work shall be
removed and replaced or repaired or assessed a payment reduction as directed by the
Contract Administrator.
08.01.04.01 Repairs for Surface Appearance
All repairs shall be subject to the approval of the Contract Administrator. Repairs shall
consist of removal and replacement with new HMA that meets the contract
requirements for the tender item. All repaired areas shall be tack-coated and all
transverse joints in surface course repairs shall butt up to a vertical face. A paver shall
be used for all repairs except those where localized repairs are allowed. Repairs for
segregated HMA shall be full lane or full shoulder width. Where the Contract
Administrator permits localized repairs for mid-lane segregation in binder courses, these
repairs shall be:
a) less than or equal to 300 mm in width;
b) to the full depth of the subject lift; and
c) tack-coated.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 28 of 40
09 OTHER REQUIREMENTS

09.01 Notification prior to Paving


In the event when a mix is placed without proper notification as per Clause 08.01.02.01,
a deduction of $500 per lot, shall be made from the Contractor by the Contract
Administrator, for every lot paved without proper notification.
09.02 Inadequate Sampling for Mix Properties
In the event the mix is placed with inadequate samples or no samples, for mix
properties (Aggregate Gradation, Asphalt Content and Air Voids):

a) A deduction of $2000 per sublot placed without samples or where sampling is


inadequate shall be made from the Contractor. This deduction is independent of and
additional to any other set-off, price reductions or deductions, and

b) When requested by Contract Administrator, the Contractor shall be responsible for


taking the samples after placement for testing at no additional cost to the Owner. The
samples shall be treated as referee sample. Contractor shall be responsible for the cost
of testing the referee samples at no additional cost to the Owner. Contractor shall repair
the portion of pavement damaged during sampling using a paver at no additional cost to
the owner. The repair shall include the full lane width. All other repair limits are at the
discretion of the Contract Administrator.

09.03 Sample Information for HMA properties and Compaction Samples


A deduction of $200 per sample information sheet shall be made from the Contractor by
the Contract Administrator for every sample information sheet with the following
information missing, incomplete or incorrect:

a) Contract Number
b) Lot and Sublot Number
c) Sample Location
d) Mix Type
e) Unique Mix Number
f) Date of Paving

g) Date of Sampling

This deduction is independent of and additional to any other set-off, price reductions or
deductions.

09.04 Late Delivery of QA/Referee samples for HMA properties and Compaction

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 29 of 40
The Contract Administrator shall deduct $500 per sample from Contractor for failure to
deliver the samples to the QA laboratory designated by City’s QAU within one working
day of sampling. An additional $500 shall be deducted for each sample for each
additional working day of delay. This deduction is independent of and additional to any
other set-off, price reductions or deductions.

09.05 Other Non-Conformances

Depending on the severity of the Non-Conformance related to QA and referee samples,


Contract Administrator may apply a deduction of up to $5,000 per non-conformances for
other non-conformances related that are not covered under clause 9.01,9.02, 9.03 and
9.04.

This deduction is independent of and additional to any other set-off, price reductions or
deductions.

09.06 Mixes with Low AC Content


For mixes which has been designed at AC content at or below 4.5% AC for base course
and 4.7% AC for surface course mixes, the Contractor shall supply a Material Transfer
Vehicle (MTV). All costs associated with this requirement shall be the sole responsibility
of the Contractor. The use of MTV shall be as per City Specification F-3111 except for
the clause under Basis of Payment.

10 MEASUREMENT FOR PAYMENT

10.01 Actual Measurement


10.01.01 Superpave 4.75
Superpave 12.5
Superpave 12.5FC 1
Superpave 12.5FC 2
Superpave 19.0
HL 3F
10.01.01.01 By Area
Measurement of HMA shall be the horizontal area in square metres in place.
10.01.01.02 By Mass
Measurement of HMA shall be by mass in tonnes according to the requirements of the
Contract Documents.
Measurement of HMA used for temporary ramping specified in the Contract Documents
shall be measured in tonnes. Removal of temporary ramping specified in the Contract
Documents shall not be measured for payment.
10.01.02 Hot Mix Asphalt Miscellaneous

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 30 of 40
Measurement of HMA Miscellaneous shall be by area in square metres, regardless of
the number of lifts placed.
10.02 Plan Quantity Measurement
When measurement is by Plan Quantity, such measurement is based on the units
shown in the clauses under Actual Measurement.

11 BASIS OF PAYMENT

11.01 Hot Mix


11.01.01 Superpave 4.75 - Item
Superpave 12.5 - Item
Superpave 12.5FC 1 - Item
Superpave 12.5FC 2 - Item
Superpave 19.0 - Item
HL3 F - Item
Payment at the Contract price for the above tender items, including the applicable
payment adjustments, shall be full compensation for all labour, Equipment, and
Materials to do the work.
When repairing HMA, the Contractor shall be responsible for and shall carry out all
associated work and replace or restore all associated damage and removals at no cost
to the Owner.
When the Contract Administrator instructs the Contractor to cease paving due to
continued medium or severe segregation regardless of cause, the Owner shall not be
held responsible for any additional costs that the Contractor may incur.
11.01.02 Payment Adjustment for Asphalt Cement
For all mixes, where applicable, a payment reduction shall be applied as per the
08.01.01.04 Disposition of HMA Produced with Borderline and Rejectable Lots clause of
this specification.
11.01.03 Payment Adjustment for Mix Properties and Compaction
For all mixes, where the lot is not rejectable and, when the Contractor is not required to
or does not elect to repair a lot, the payment adjustment for that lot due to mix
properties and compaction requirements shall be:

PAMC = lot quantity x price x [TPFMC - 1.000]

For all mixes, when the TPFMC is:


a) less than 1.000, there shall be a reduction in payment;
b) equal to 1.000 there shall be no adjustment; and
c) greater than 1.000 there shall be an increase in payment for the lot.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 31 of 40
Where:
PAMC is the payment adjustment for mix properties and compaction.
Lot Quantity shall be the quantity of the mix in the lot.
Price for the purposes of payment adjustment due to mix properties and compaction
means the contract price of the hot mix tender item.
TPFMC is as defined elsewhere in this specification.
When a rejectable lot is allowed to remain in place without repair, the payment
adjustment for that lot due to mix properties and compaction requirements shall be:
PAMC=lot quantity x price x [TPFMC/R - 1.000]
Where, TPFMC/R shall be a value between 0 and 0.65. The Contract Administrator shall
determine the value of TPFMC/R in consultation with City’s QAU. Negative value of PAMC
represents payment to the City.
11.02 Payment Adjustment for variation in Asphalt Cement Provided in HMA (Bid
AC)
11.02.01 General
Superpave mixes shall be bid based on the AC content as per Table 8.
11.02.02 Price Adjustments
The Contractor shall submit to the Contract Administrator a contemplated change order
specifying the payment adjustment based on the criteria set forth in this specification.
The supporting information shall include a schedule of mix placement by month.
The Price used to calculate the payment adjustment shall be based on the mix design
% AC, the applicable AC bid % and the AC Price provided in the Table 9. The price
adjustment shall be adjusted to reflect the use of recycled materials. The price
adjustment shall be calculated as follows:
Payment Adjustment = HMA Quantity x (Actual AC – Bid AC) x AC Price x (Virgin
AC/Total AC), for HMA Quantity that is not deemed rejectable due to Asphalt Cement,
HMA mix properties or Compaction.
Payment Adjustment = 0, for HMA quantity that is deemed rejectable as per clause
08.01.01.01 and 08.01.02.03.
Negative value of payment adjustment indicates payment to the City while positive
value indicates payment to the Contractor. In cases where the Contract Administrator
has approved contractors request to use an upper category mix and/or higher grade PG
AC (e.g. Contractor uses SP 12.5 Level D PG 64-34 instead of SP 12.5 Level B PG 58-
34 that was originally tendered), AC price and Bid AC used in calculation shall be based
on AC type and Traffic category that was originally tendered (e.g. When Contractor
uses SP 12.5 Level D PG 64-34 instead of SP 12.5 Level B PG 58-34 originally

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 32 of 40
tendered, the AC Price shall be based on PG 58-34, PI+81, and Bid AC shall be based
on 12.5 Level B, 4.9%.)
The price corrections shall be deemed to include all costs including taxes associated
with the difference in AC content between the bid and actual mix design.
Contractor shall submit documentation on the City of Ottawa Bid AC Calculation Form.
Blank digital copies of Bid AC Calculation Form are available when requested to City’s
QAU (via email qasection@ottawa.ca.
11.03 Anti-Stripping Additives
Payment at Contract price for the applicable HMA tender item shall be full
compensation for all Labour, Equipment, and Materials required to test, supply, and
incorporate the anti-stripping additives.
11.04 Hot Mix Asphalt Miscellaneous - Item
Payment at the Contract price for the above tender item shall be full compensation for
all labour, Equipment and Materials to do the work except that the HMA Material shall
be paid for under the appropriate HMA tender item.
11.05 Tack Coat
Where there is no separate tender item for tack coat, payment at the Contract price for
the applicable HMA tender item to be placed on the tack coat shall be full compensation
for all labour, Equipment, and Materials for the tack coating.
11.06 Repair
No payment shall be made for the:
a) quantity of HMA that is removed and replaced, overlaid, or otherwise repaired; or
b) for additional shouldering, traffic control and other work such as zone painting or
bridge deck waterproofing,
when:
a) the Contract Administrator has determined that a rejectable lot or sublot requires
repair.
The Contractor shall be responsible for all costs associated with the repair. Contractor
shall be charged for all additional QA testing resulting from a repair to a lot.
11.07 Outlier
11.07.02 Outlier in Quality Assurance Results
The party requesting outlier replacement testing shall bear the cost of the outlier in QA
results replacement testing, unless the entire lot subsequently undergoes referee
testing, in which case the referee testing for the entire lot shall be paid according to the
referee testing procedure specified in the Contract Documents.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 33 of 40
Table 1
Sample Size and Frequency
Material Mass of Production Samples Frequency of
(kg) (Note 1) Sampling (Note 2)
Superpave 4.75, 12.5 12.5FC 20 to 30 Every sublot
1 12.5FC 2 and 19.0
Notes
1. Each material sample receptacle shall have a maximum mass of 25 kg. Once
delivered to the testing laboratories, combining of material from the two receptacle is
mandatory if a single receptacle contains insufficient material to carry out the full suite of
the tests required.
2. One set of cores, with each core a minimum thickness of 35 mm.

Table 2
Testing Requirements
Test Method Reported Results
Description
(MTO)
%AC
% passing DLS sieve
Asphalt Content and Aggregate
LS-282 4.75 mm sieve
Gradation 600 µm sieve
75 µm sieve
Air Void Determination Using LS-313 , LS-262,
Percent Air Void
Superpave Gyratory Specimen LS264, LS-265
Percent Compaction of Field Percent Compaction
LS-287
samples

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 34 of 40
Table 2-A

Additional Testing Requirements and Acceptance Criteria for All PGAC Grades
used at the city of Ottawa
PGAC Property and Attributes Test Results Acceptance Rejectable
Grade Method Reported Criteria
(Unit)
Rounded to
the Nearest

Ash
PGAC Content, %
PG XX-34 LS-227 0.1 ≤ 0.6 > 0.6
Grades by mass of
residue (%)

Low temperature
limiting grade (LTLG) LS-308 0.5 ≤ (-YY +3) > (-YY +3)
(°C)

Grade Loss (°C) LS-308 0.5 ≤ 6.0 > 6.0

Non-recoverable creep
All PGAC compliance at 3.2 kPa 0.01 ≤ 4.5 > 4.5
Grades AASHTO
(Jnr-3.2) (kPa-1) T 350 for
except
PG58-28 testing
≥ the < the
and Average percent temperatu
lesser of lesser of
PG52-34 recovery at 3.2 kPa re see
0.1 [(29.371) [(29.371)
note 1 -0.2633
(R3.2) (%) (Jnr-3.2) ] (Jnr-3.2)-0.2633
or 50 -10] or 50

CTOD, t
PG XX-34 LS-299 0.1 ≥ 12.0 < 12.0
(mm)

Notes:
1. The testing temperature shall be 52 °C for PGAC Zone 1 and 58°C for PGAC Zones 2 and 3.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 35 of 40
Table 3
Payment Factors Based on Per Cent Within Limits (PWL)
PWL DLS 4.75 mm 600 m 75 m AC % Air Compaction
Sieve Sieve Sieve Content Voids
100 1.0025 1.0025 1.0025 1.0025 1.01 1.01 1.02
99 1.002 1.002 1.002 1.002 1.008 1.005 1.016
98 1.0015 1.0015 1.0015 1.0015 1.006 1.002 1.012
5
97 1.001 1.001 1.001 1.001 1.004 1.000 1.008
96 1.0005 1.0005 1.0005 1.0005 1.002 1.000 1.004
95 1.000 1.000 1.000 1.000 1.000 1.000 1.000
94 1.000 1.000 1.000 1.000 1.000 1.000 1.000
93 1.000 1.000 1.000 1.000 1.000 1.000 1.000
92 1.000 1.000 1.000 1.000 1.000 1.000 1.000
91 1.000 1.000 1.000 1.000 1.000 1.000 1.000
90 1.000 1.000 1.000 1.000 1.000 1.000 1.000
89 1.000 1.000 1.000 1.000 1.000 1.000 0.991
88 1.000 1.000 1.000 1.000 1.000 1.000 0.983
87 1.000 1.000 1.000 1.000 1.000 1.000 0.974
86 1.000 1.000 1.000 1.000 1.000 1.000 0.965
85 1.000 1.000 1.000 1.000 1.000 1.000 0.956
84 0.977 0.977 0.977 0.977 0.992 1.000 0.948
83 0.994 0.994 0.994 0.994 0.984 1.000 0.939
82 0.992 0.992 0.992 0.992 0.976 1.000 0.930
81 0.989 0.989 0.989 0.989 0.968 1.000 0.921
80 0.986 0.986 0.986 0.986 0.960 1.000 0.913
79 0.983 0.983 0.983 0.983 0.952 0.984 0.904
78 0.980 0.980 0.980 0.980 0.944 0.968 0.895
77 0.977 0.977 0.977 0.977 0.936 0.952 0.886
76 0.974 0.974 0.974 0.974 0.928 0.936 0.878
75 0.972 0.972 0.972 0.972 0.920 0.920 0.869
74 0.969 0.969 0.969 0.969 0.912 0.904 0.860
73 0.966 0.966 0.966 0.966 0.904 0.888 0.851
72 0.963 0.963 0.963 0.963 0.896 0.872 0.843
71 0.960 0.960 0.960 0.960 0.888 0.856 0.834
70 0.957 0.957 0.957 0.957 0.880 0.840 0.825
69 0.954 0.954 0.954 0.954 0.872 0.823 0.816
68 0.951 0.951 0.951 0.951 0.864 0.806 0.808
67 0.949 0.949 0.949 0.949 0.856 0.789 0.799
66 0.946 0.946 0.946 0.946 0.848 0.772 0.790
65 0.943 0.943 0.943 0.943 0.840 0.755 0.781
64 0.940 0.940 0.940 0.940 0.832 0.738 0.773

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 36 of 40
PWL DLS 4.75 mm 600 m 75 m AC % Air Compaction
Sieve Sieve Sieve Content Voids
63 0.937 0.937 0.937 0.937 0.824 0.721 0.764
62 0.934 0.934 0.934 0.934 0.816 0.704 0.755
61 0.931 0.931 0.931 0.931 0.808 0.687 0.746
60 0.929 0.929 0.929 0.929 0.800 0.670 0.738
59 0.926 0.926 0.926 0.926 0.790 0.653 0.729
58 0.923 0.923 0.923 0.923 0.780 0.636 0.720
57 0.920 0.920 0.920 0.920 0.770 0.619 0.711
56 0.917 0.917 0.917 0.917 0.760 0.602 0.703
55 0.914 0.914 0.914 0.914 0.750 0.585 0.694
54 0.911 0.911 0.911 0.911 0.740 0.568 0.685
53 0.909 0.909 0.909 0.909 0.730 0.551 0.676
52 0.906 0.906 0.906 0.906 0.720 0.534 0.668
51 0.903 0.903 0.903 0.903 0.710 0.517 0.659
50 0.900 0.900 0.900 0.900 0.700 0.500 0.650
49 0.882 0.882 0.882 0.882 0.686 0.490 0.637
48 0.864 0.864 0.864 0.864 0.672 0.480 0.624
47 0.846 0.846 0.846 0.846 0.658 0.470 0.611
46 0.828 0.828 0.828 0.828 0.644 0.460 0.598
45 0.810 0.810 0.810 0.810 0.630 0.450 0.585
44 0.792 0.792 0.792 0.792 0.616 0.440 0.572
43 0.774 0.774 0.774 0.774 0.602 0.430 0.559
42 0.756 0.756 0.756 0.756 0.588 0.420 0.546
41 0.738 0.738 0.738 0.738 0.574 0.410 0.533
40 0.720 0.720 0.720 0.720 0.560 0.400 0.520
39 0.702 0.702 0.702 0.702 0.546 0.390 0.507
38 0.684 0.684 0.684 0.684 0.532 0.380 0.494
37 0.666 0.666 0.666 0.666 0.518 0.370 0.481
36 0.648 0.648 0.648 0.648 0.504 0.360 0.468
35 0.630 0.630 0.630 0.630 0.490 0.350 0.455
34 0.612 0.612 0.612 0.612 0.476 0.340 0.442
33 0.594 0.594 0.594 0.594 0.462 0.330 0.429
32 0.576 0.576 0.576 0.576 0.448 0.320 0.416
31 0.558 0.558 0.558 0.558 0.434 0.310 0.403
30 0.540 0.540 0.540 0.540 0.420 0.300 0.390
29 0.522 0.522 0.522 0.522 0.406 0.290 0.377
28 0.504 0.504 0.504 0.504 0.392 0.280 0.364
27 0.486 0.486 0.486 0.486 0.378 0.270 0.351
26 0.468 0.468 0.468 0.468 0.364 0.260 0.338
25 0.450 0.450 0.450 0.450 0.350 0.250 0.325

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 37 of 40
PWL DLS 4.75 mm 600 m 75 m AC % Air Compaction
Sieve Sieve Sieve Content Voids
24 0.432 0.432 0.432 0.432 0.336 0.240 0.312
23 0.414 0.414 0.414 0.414 0.322 0.230 0.299
22 0.396 0.396 0.396 0.396 0.308 0.220 0.286
21 0.378 0.378 0.378 0.378 0.294 0.210 0.273
20 0.360 0.360 0.360 0.360 0.280 0.200 0.260
19 0.342 0.342 0.342 0.342 0.266 0.190 0.247
18 0.324 0.324 0.324 0.324 0.252 0.180 0.234
17 0.306 0.306 0.306 0.306 0.238 0.170 0.221
16 0.288 0.288 0.288 0.288 0.224 0.160 0.208
15 0.270 0.270 0.270 0.270 0.210 0.150 0.195
14 0.252 0.252 0.252 0.252 0.196 0.140 0.182
13 0.234 0.234 0.234 0.234 0.182 0.130 0.169
12 0.216 0.216 0.216 0.216 0.168 0.120 0.156
11 0.198 0.198 0.198 0.198 0.154 0.110 0.143
10 0.180 0.180 0.180 0.180 0.140 0.100 0.130
9 0.162 0.162 0.162 0.162 0.126 0.090 0.117
8 0.144 0.144 0.144 0.144 0.112 0.080 0.104
7 0.126 0.126 0.126 0.126 0.098 0.070 0.091
6 0.108 0.108 0.108 0.108 0.084 0.060 0.078
5 0.090 0.090 0.090 0.090 0.070 0.050 0.065
4 0.072 0.072 0.072 0.072 0.056 0.040 0.052
3 0.054 0.054 0.054 0.054 0.042 0.030 0.039
2 0.036 0.036 0.036 0.036 0.028 0.020 0.026
1 0.018 0.018 0.018 0.018 0.014 0.010 0.013
0 0.000 0.000 0.000 0.000 0.000 0.000 0.000

Table 4
Specification Limits for HMA Acceptance Attributes - Three Samples or greater
Three sublots or greater
Attributes HMA Type
LL (%) UL (%)
AC Content All HMA Types JMF - 0.40 JMF + 0.50
DLS All HMA Types JMF - 5 JMF + 5
4.75 mm sieve All HMA Types JMF - 5 JMF + 5
600 µm sieve All HMA Types JMF – 3.5 JMF + 3.5
All HMA Types except SP
JMF-2 JMF+2
75 µm sieve 4.75 mm
SP 4.75 mm JMF-3 JMF+4
Air Voids All HMA types 2.5 5.5

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 38 of 40
All HMA except SP Traffic
Pavement 91.5 97
Category D and E
Compaction
SP Traffic Category D and E 90.5 97

Table 5
Specification Limits for HMA Acceptance Attributes - One or two samples
Pay Factor
Adjustment per
Attributes HMA Types Specification Limit (%) Deviation (in %)
from Acceptable
Limits
AC Content All HMA Types JMF - 0.40/+0.50 10.00
JMF + 6 for Surface Course
DLS All HMAMixes 0.20
JMF + 8 for Binder Course
4.75 mm JMF + 6 for Surface Course
All HMA Types 0.40
sieve JMF + 8 for Binder Course
600 µm sieve All HMA Types JMF + 6 0.20
All HMA Types
JMF + 3 0.20
75 µm sieve except SP 4.75 mm
SP 4.75 mm JMF + 4 0.20
Air Voids All HMA Types 2.5 to 5.5 1.5
All HMA except SP
Traffic Category D 91 to 98 0.325
Pavement
and E
Compaction
SP Traffic Category
90 to 97 0.325
D and E

Table 6
Breakdown of the Tender Item Quantity into Lots
HMA Quantity (tons) Minimum number of Lots
<5000 1
5001-10000 2
10001-15000 3
15001-20000 4
>20,000 4+

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 39 of 40
Table 7
Referee Testing Categories for Mix Properties and Compaction
Referee Categories Conditions for Referee Testing
AC Content and Gradation with or May be carried out on any mix. If air voids
without Air Voids, with or without referee testing is not to be included, its PF
compaction shall be at least 1.000.
Air Voids Only, with or without May only be carried out on Superpave Mixes
Compaction and provided that the PF for AC, the 4.75
mm, 600 µm, and 75 µm sieves are each at
least 1.000.
Compaction Only None

Table 8
Asphalt Content for Bid Purposes
Mix Type AC For Bid Purposes
Superpave 12.5 for all Traffic Category except Traffic 4.7
Category B
Superpave 12.5 Traffic Category B 4.9
Superpave 19 for all Traffic Category except Traffic Category 4.6
B
Superpave 19 Traffic Category B 4.8

Table 9
AC Price to be used for Calculation Purposes
PG Type AC Price to be used for Calculation Purposes (Note
1)
PG 58-34 PI+81
PG 64-34 PI+146
PG 70-34 PI+200
Note:
1. PI shall be the Price Index listed by Ontario Hot Mix Producers Association (OHMPA)
for the month in which the work was tendered.

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3130
Date March 2017
Page 40 of 40
Table 10: Cost of Referee testing to be reimbursed to Contractor when results are
favorable to the Contractor

Test Description Test Procedure Cost per sublot


sample ($)
Air Voids for Superpave Mixes MTO LS 313, LS 262, $ 250
LS 264 and LS 265
Compaction Testing MTO LS 287 $ 125
Aggregate Gradation and Asphalt Cement MTO LS 282 $ 250
Content
Continuous Grading the Performance AASHTO R29-15 & $1,200
Grade (PG) of an asphalt binder and Ash LS-227
Content (AASSHTO R29, LS-227)
Determination of Performance Grade of LS-308 $ 1,250
Physically Aged Asphalt Cement Using
Extended Bending Rheometer
Test for Determining Asphalt Cement’s LS-299 $ 750
Resistance to Ductile Fracture Using
Double-Edge-Notched Tension Test

Section F\ Road\Paving\F-3130 – March 1, 2017


S.P. No: F-3142
Date: March 2006
Page: 1 of 2

RECLAIMED ASPHALT PAVEMENT (RAP) FOR ROAD BASE

OPSS 314, OPSS 501, OPSS 1001, OPSS 1003 and OPSS 1010 shall apply except as may be amended and
extended herein.

314.07.05.02 Compaction Requirements

Clause 314.07.05.02 of OPSS 314 is amended in that compaction requirements shall conform to OPSS 501 for
Reclaimed Asphalt Pavement (RAP) except as follows:

501.08 Quality Assurance

Section 501.08 of OPSS 501 is amended in that for the purposes of compaction testing of the RAP, either Method
A or Method B will be used to determine the acceptability of compaction as directed by the Contract Administrator.

1001.07.05 Stockpiling

Stockpiles containing RAP must be produced prior to the material being used for this Contract. The Contract
Administrator may waive this requirement in writing and allow RAP to be directly obtained from milling operations
on another roadway.

The Contractor shall supply samples of RAP proposed for use in this contract to the City of Ottawa Quality
Assurance Laboratory at 735 Industrial Avenue. If RAP material is obtained from stockpile, samples shall be
provided a minimum of 10 business days prior to placing any RAP material. If RAP material is obtained from
milling operations, samples shall be provided from the first 1000 square metres of milling.

1010.05.01 General

Section 1010.05.01 is deleted in its entirety and replaced with the following:

The requirements of OPSS 1001 shall apply to this specification. Materials shall conform to this specification
when tested according to the MTO Laboratory Testing Manual.

All RAP source materials shall be a mixture of homogeneously blended clean hard durable particles relatively free
of earth, humus and clay, eg. coatings, lumps and fragments to the satisfaction of the Contract Administrator.
Where RAP containing steel slag aggregates are used, site-specific notification shall be given by the Contractor to
the Ontario Ministry of the Environment (MOE).

One hundred percent of the RAP materials shall pass the 37.5mm sieve and generally conform to the gradation
requirements of Table 2 in OPSS 1010 for Granular O. Physical properties of aggregate particles should generally
conform to the requirements of Tables 1 and 3 in OPSS 1003 for an HL3 hot mix asphalt.

Section F\Road\Paving\F-3142 – March 31, 2006


S.P. No: F-3142
Date: March 2006
Page: 2 of 2

RECLAIMED ASPHALT PAVEMENT (RAP) FOR ROAD BASE

314.09 Measurement for Payment

314.09.01 Actual Measurement

RAP material obtained from stockpile or milling operations shall be measured and paid by the tonne.

314.10 Basis of Payment

Section 314.10 of OPSS 314 is amended by the addition of the following:

Payment at the Contract price(s) for RAP material specified shall include full compensation for all labour,
equipment and materials.

Section F\Road\Paving\F-3142 – March 31, 2006


S.P. No: F-3145

Date: March 2015

Page: 1 of 1
CLEAR STONE

Amendments to OPSS 314

OPSS 314, shall apply except as may be amended and extended herein.

Material Requirements
Material requirement for Clear Stone shall conform to the requirements of OPSS 1004.

Placement
Clear stone shall be placed in accordance with the requirements of OPSS 314 as amended to
include clear stone, excluding the compaction requirements of OPSS 501.

Measurement for Payment


Section 314.09 of OPSS is amended by the addition of the following:

Measurement of clear stone will be in tonnes, conforming to OPSS 102.

Basis of Payment
Section 314.10 of OPSS 314 is amended by the addition of the following:

Payment at the Contract price for the tender item “Clear Stone” shall be full compensation for
all labour, equipment, and material required to do the work.

Section F\Road\Granular Base\F-3145 – March 2, 2015


S.P. No: F-3147
Date: March 2014
Page: 1 of 6
GRANULAR MATERIAL

Amendments to OPSS 1010

OPSS 1010 shall apply except as may be extended and amended herein.

1010 Table 2 Gradation Requirements

OPSS 1010 Table 2 Gradation Requirements – Percent Passing shall be deleted and replaced
with the following:

TABLE 2 – Specified Limits (Revised)


Production and Acceptance Requirements

lab Test MTO Granular Granular Granular B Granular Select


Test
Number O A (Note 2) M Subgrade
Material
(Note 1)
Sieve LS-602 Type I Type II
Analysis (sieve
percent size)
passing
150 mm - - 100 - - 100
106 mm 100 - -
37.5 mm 100 - - - - -
26.5 mm 96.0-100 100 50.0- 50.0- - 50.0-100
100 100
19.0 mm 80.0-96.0 85.0-100 - - 100 -
90.0-100*
13.2 mm 65.0-85.0 65.0-90.0 - - 75.0-95.0 -
75.0-90.0*
9.5 mm 55.0-70.0 50.0-73.0 - - 55.0-80.0 -
55.0-80.0*
4.75 mm 25.0-50.0 35.0-55.0 20.0- 20.0- 40.0-60.0 20.0-100
40.0-60* 100 55.0
1.18 mm 6-20.0 15.0-40.0 10.0- 10.0- 15.0-40.0 10.0-100
100 40.0
300 µm - 5.0-22.0 2.0- 5.0- 10.0-22.0 5.0-95.0
65.0 22.0

Section F\Road\Granular Base\F-3147 – March, 2014


S.P. No: F-3147
Date: March 2014
Page: 2 of 6
GRANULAR MATERIAL

lab Test MTO Granular Granular Granular B Granular Select


Test
Number O A (Note 2) M Subgrade
Material
(Note 1)

150 µm - - - - - 2.0-65.0
75 µm 0-6 2.0-8.0 0-8.0 0-10 2.0-8.0 0-25.0
2.0-10.0** 0-10** 2.0-
10.0**
Percent LS-607 100 60 - 100 60 -
Crushed
(virgin
materials)
minimum
Particles LS-617 85 - - - - -
with 2 or
more
crushed
faces,
minimum,
percent

* where the aggregate is to be utilized as a permanent gravel surface.


** where the aggregate is obtained from a quarry.

Note 1:

1. Aggregates derived from slag are not permitted


2. Where Granular B is used for granular backfill for pipe subdrains and culverts, 100
percent of the material shall pass the 37.5 mm sieve.

Unless otherwise specified in the Contract Documents, Granular B shall meet the requirements
of Granular B Type 2.

1010.08.04 Acceptance and Price Reduction

OPSS 1010.08.04 Acceptance shall be removed and replaced with the following:

Complete or incomplete QA lots which do not meet the gradation or percent crushed
requirements, and which have not been designated as requiring removal shall be subject to a
reduced payment. The contractor may repair the lot in lieu accepting a payment reduction.

The material shall be subject to removal under the following situations:


Section F\Road\Granular Base\F-3147 – March, 2014
S.P. No: F-3147
Date: March 2014
Page: 3 of 6
GRANULAR MATERIAL

• The combined payment adjustment factor exceeds 25%


• The materials do not meet the specified requirements of Table 2 and in the opinion of the
Contract Administrator, the materials are unacceptable for the intended works.

The price reduction will be calculated by the following formula.

Payment adjustment = lot quantity (tonnes) x item price ($/tonne) x payment adjustment factor
(%)

where:

The lot quantity shall be expressed in tonnes as determined according to the actual quantity as
measured by weighing where available: otherwise the theoretical mass of the material shall be
used.

The item price shall be:

i) the tender price for the items having the tender quantity in tonnes, or otherwise:
ii) $17.00 per tonne for items Granular O, A, and M; $15.00 per tonne for Granular B; and
$12.00 per tonne for SSM

The payment adjustment factor, in percent, shall be equal to the sum of the adjustment points
determined as follows:

i) adjustment points shall be applied for each 0.1 percent that the mean gradation falls
outside the gradation specification limits for each sieve, according to Table 5 of this
Special Provision
ii) adjustment points shall be applied for each 0.1 percent that the range exceeds the
maximum acceptable range for each sieve; according to Table 6 of this Special
Provision
iii) adjustment shall be applied for Granular A or M for each 0.1 percent that the lot mean
falls below the applicable limits for percent crushed.

Each sublot shall consist of one test result and shall be considered to represent half the
material placed since the previous and subsequent tests conducted. Where a sublot test
represents the last production sample obtained for the Lot, the remaining tonnage placed shall
be deemed to be include in that lot. Where deficient materials are identified, it shall be the
responsibility of the contractor to delineate the location and tonnage associated with the
deficiency.

The values used for price reduction purposes shall be applied to the Lot being evaluated. A lot
shall not exceed 10,000 tonnes and the adjustment shall be based on the average and range
for the test values for the Lot. Where less than three tests are conducted for the Lot,
adjustment points for range shall not apply. The Contractor may request, in writing, that any
Lot with more than 3 sublots be terminated and a new Lot be created.

Section F\Road\Granular Base\F-3147 – March, 2014


S.P. No: F-3147
Date: March 2014
Page: 4 of 6
GRANULAR MATERIAL

TABLE 5
Adjustment Points for Gradation (LS-602)

MTO Sieve Adjustment Points Per 0.1% Deviation from Specified Limit
Designation
Granular Granular Granular Granular SSM
O A B M
150 mm - - 0.1 - 0.1
37.5 mm 0.1 - - - -
26.5 mm 0.1 0.1 0.1 - 0.1
19.0 mm 0.1 0.1 - 0.1 -
13.2 mm 0.1 0.1 - 0.1 -
9.5 mm 0.1 0.1 - 0.1 -
4.75 mm Excess Passing 0.5/Insufficient Passing 0.2 0.1
1.18 mm 0.1 0.1 0.1 0.1 0.1
300 µm - 0.1 0.1 0.1 0.1
150 µm - - - - 0.1
75 µm 1.0 1.0 1.0 1.0 0.5

TABLE 6
Range Requirements For Gradation

Maximum Acceptable Range


MTO Sieve Granular SSM
Designation O A B, Type I B, Type II M
150 mm - - 0 0 - 0
37.5 mm 0 - - - - -
26.5 mm 5 0 - 30.0 - -
19.0 mm 8.0 8.0 - - 0 -
13.2 mm 17.0 20.0 - - 16.0 -
9.5 mm 17.0 20.0 - - 18.0 -
4.75 mm 18.0 18.0 - 22.0 18.0 -

Section F\Road\Granular Base\F-3147 – March, 2014


S.P. No: F-3147
Date: March 2014
Page: 5 of 6
GRANULAR MATERIAL

Maximum Acceptable Range


MTO Sieve Granular SSM
Designation O A B, Type I B, Type II M
1.18 mm 12.0 18.0 - 18.0 18.0 -
300 µm - 12.0 50.0 12.0 12.0 -
75 µm 4.0 5.0 7.0 5.0 5.0 15.0

The Contractor shall be responsible for acquiring all samples and delivery of samples to the
designated QA laboratory. Acceptance will be based on samples obtained from the work. The
Contractor shall supply production QC verification test information for all granular materials
prior to use.

Limitations on the Use of Recycled Materials

The limitations on the use of recycled materials provided in OPSS 1010 shall be amended or
extended herein.

Recycled materials shall be limited to reclaimed concrete material (RCM), reclaimed asphalt
pavement (RAP), glass and ceramic.

The use of recycled materials shall be limited to the following:

Recycled Material Traffic level A and Traffic Level C and Traffic Level D and
Type B as per OPSS Marshall Mixes as E as per OPSS
1151 (less than 3 per OPSS 1151 1151 (exceeds 10
million ESALs) (between 3 million million ESALs)
and 10 million
ESALs)
Granular A Concrete up to 100% Combination of Recycled materials
Asphalt and are not permitted
Asphalt up to 30% Concrete not to
exceed 15%
Granular B Type I Concrete up to 100% Recycled materials Recycled materials
are not permitted are not permitted
Asphalt up to 30%
Granular B Type II Combination of Combination of Recycled materials
Asphalt and Asphalt and are not permitted
Concrete not to Concrete not to
exceed 30% exceed 15%
Glass up to 15% Glass up to 15%
SSM Concrete up to 100% Concrete up to Concrete up to

Section F\Road\Granular Base\F-3147 – March, 2014


S.P. No: F-3147
Date: March 2014
Page: 6 of 6
GRANULAR MATERIAL

Recycled Material Traffic level A and Traffic Level C and Traffic Level D and
Type B as per OPSS Marshall Mixes as E as per OPSS
1151 (less than 3 per OPSS 1151 1151 (exceeds 10
million ESALs) (between 3 million million ESALs)
and 10 million
ESALs)
Asphalt not permitted 100% 100%
Asphalt not Asphalt not
permitted permitted
Notes regarding the use of recycled materials:

1) Glass shall only be permitted in Granular B Type II materials and only as per the
restrictions provided above. The use of glass shall be approved by the CA prior to
use. Only glass generated from the City of Ottawa and processed under City of
Ottawa recycling contracts shall be permitted for use within aggregates.

2) Asphalt (RAP) shall be restricted to use within road base and subbase and shall
not to be incorporated into trench backfill/bedding materials.

3) The combined material selections shall meet the quality requirements of OPSS
1010 and other requirements.

4) Granular A may contain up to 50% RAP for shouldering purposes where specified
in the contract or when permitted by the Contract Administrator.

Section F\Road\Granular Base\F-3147 – March, 2014


S.P. No: F-3160
Date: March 2009
Page: 1 of 1

EXTRUDED EXPANDED POLYSTYRENE TREATMENT

Amendments to OPSS 316

OPSS 316, shall apply except as may be amended and extended herein.

Materials

Subsection 316.05.01, Extruded Expanded Polystyrene, of OPSS 316 is amended by the addition of the following:

See MW-19.15 for approved extruded expanded polystyrene insulation products.

Measurement for Payment

Subsections 316.09.01, Actual Measurement, and 316.09.02, Plan Quantity Measurement, of OPSS 316 are
deleted and replaced by the following:

Actual Measurement

Measurement of extruded expanded polystyrene treatment will be made in square metres of the area treated, to the
depth specified in the contract, including tack coat.

Plan Quantity Measurement

Measurement of extruded expanded polystyrene treatment is by Plan Quantity, as may be revised by Adjusted
Plan Quantity, of the area in square metres, regardless of the thickness of the sheets or the number of layers.

Section F\Road\Granular\F-3160– March 31, 2009


S.P. No: F-3360
Date: March 2011
Page: 1 of 1

MICROSURFACING

Amendments to OPSS 336

OPSS 336 shall apply except as may be further amended and extended

336.05.02 Aggregates
Section 336.05.02 of OPSS 336 shall apply except as amended herein:

Aggregates used in microsurfacing shall be in accordance to OPSS 1001 and OPSS 1003. The aggregates
shall meet the physical requirements of a FC1 aggregate and shall meet the gradation requirements for a
Type II Microsurfacing as provided in Table 4 of OPSS 336.

336.05.03 Mineral Filler


Section 336.05.03 of OPSS 336 shall apply except as amended herein:

Mineral filler shall be hydrated lime or shall be Portland cement, type GU, according to OPSS 1301

336.05.04 Water
Section 336.05.03 of OPSS 336 is deleted and replaced with the following:

Water shall be potable

336.07.03 Surface Preparation


Section 336.07.03 of OPSS 336 shall apply except as amended herein:

In addition to power brooming and manual cleaning, a flusher truck shall be used to clean the surface.
All vegetation shall be removed and existing crack sealing material that is visibly dislodging from the
pavement shall be removed prior to placement. The cost of the removals shall be the responsibility of the
Contractor.

Tack coat is not a specific requirement, however, the contractor shall provide a product which does not
debond from the underlying pavement and meets all such requirements at the end of the warranty period.
Where tack coat is a specific requirement of the contract, the tack coating shall be provided under
separate item.

336.07.04 Mix Application


Section 336.07.04 of OPSS 336 is deleted and replaced with the following:

Micro-surfacing shall be placed as a scratch coat followed by a surface coat.


Table 5 of OPSS 336 shall not apply and microsurfacing shall be placed with a minimum application rate
of 8 kg.m3

Section F\Road\Paving\F-3360 – March 31, 2011


S.P. No: F-3399
Date: March 2017
Page: 1 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS

Scope
This special provision outlines the mix design submission and Quality Control/Quality
Assurance (QC/QA) requirements for in-place asphalt recycling processes (either partial
or full depth) involving either emulsion stabilization (commonly referred to as “Cold-In-
Place Recycling” or CIP) or Expanded Asphalt (EA) stabilization, as well as plant-
produced recycled asphalt material referred to as Cold Recycled Mix (CRM), which may
be stabilized with either emulsion or EA.
Amendments to OPSS 331, 333, 334 and 335
SUBMISSION AND DESIGN REQUIREMENTS
Subsections 331.04, 333.04, 334.04 and 335.04 are deleted in their entirety and replaced
with the following:
The Contractor shall be responsible for all costs associated with engaging a competent
asphalt laboratory service to obtain samples of existing material proposed for recycling,
to prepare a mix design and to carry out all QC testing on the final mix.
For roads identified for in-place recycling, limited information regarding existing hot mix
asphalt depths may be included in the tender documents. This information should be
considered approximate only and has been provided for tendering purposes. The
selected asphalt laboratory shall obtain a minimum of one sample for each 300 metres of
road section. The sample obtained shall include the full depth of existing asphalt plus the
underlying granular base to the depth specified in the Contract Documents. The
Contractor shall notify the Contract Administrator of the timing to obtain the material
samples. This will allow the Contract Administrator to review the selected locations in the
field and recommend any changes or additions to the sampling process.
For plant-produced recycled materials, one or more representative samples of the
Reclaimed Asphalt Pavement (RAP) stockpile will be used for mix design.
Upon initial inspection of the samples by the mix design laboratory, the Contract
Administrator must be notified of any significant variations in the samples obtained. If
significant variations exist, additional sampling may be required to delimit road sections
(or stockpile locations) of similar material. Also, these variations may require different mix
designs for the different sections. All costs for additional sampling and mix designs will
be borne by the Contractor.
Mix designs shall be completed as per the requirements of Tables 1 and 2 of this
specification by a laboratory that holds a current certificate from CCIL as Type A. A
minimum of four trial batches shall be used to determine the design rate of bituminous
stabilizer.
The design rate of stabilizer shall be selected as the rate equal to or above the minimum
value listed in Table 1 that maximizes the wet tensile strength and meets all other
requirements of Table 1.
\Section F\Road\ Paving\F-3399 – March 1, 2017
S.P. No: F-3399
Date: March 2017
Page: 2 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
A new mix design shall be submitted when the injected residual asphalt cement content
in the stabilizer is adjusted by more than 0.2% for partial depth reclamation or 0.4% for
full depth reclamation.
The mix design shall identify the design rate of bitumen stabilizer (asphalt emulsion or
expanded asphalt), cementitous additive (Portland cement or hydrated lime if required to
meet the mix design criteria or specified in the Contract Documents), total asphalt
cement content in the recycled mix, aggregate gradation, bulk specific gravity, dry
density, dry tensile strength, wet tensile strength and tensile strength ratio. The mix
design shall include a copy of all calculations performed to determine the design rate of
bitumen stabilizer. In addition to the mix proportions, the mix design must specify the
amount of tolerable variation from the specified design. The mix design must clearly
state the process depth, pre-pulverizing depth (if required), and amount of corrective
aggregate required to meet the requirements of Table 2.
Field modifications in excess of the amount of tolerable variation from the specified
design are not allowed and constitute a mix design change. All mix design changes must
be prepared and submitted to the Contract Administrator by the Contractor’s selected
laboratory. These changes must be approved by the Contract Administrator prior to
implementation in the field. The Contractor shall be responsible for all costs associated
with the development of revised mix designs.
A minimum of seven (7) calendar days prior to the start of operations, the Contractor
shall submit to the Contract Administrator information on the type, manufacturer and
supplier of the PGAC or emulsion and a copy of all calculations that were completed to
determine the design rate. The submitted results shall document conformance with
AASHTO R29 Section 7 (for PGAC) or OPSS 1103 (for emulsion).
The mix design shall also list the type, source, gradation and quantity of corrective
aggregate in the mix. Corrective aggregate may include virgin aggregate, RAP or a
combination of both. For full depth reclamation, the Contractor shall strive to minimize
the amount of corrective aggregate required for the mix by utilizing as much of the
underlying base material as possible.
The mix design shall be submitted by the Contractor to the Contract Administrator at
least seven (7) working days prior to the start of the work. Where more than one mix
design is required, the area for which each mix design is to be used shall be clearly
identified.
Table 1: Recycled Mix Design Requirements
Minimum Tensile Strength
Minimum Criteria as Tested Using
Bituminous Type of Stabilizer Mix Design LS-297 (Note 2)
Stabilizer Processing Design Rate Procedure Tensile
(Note 1) Dry Wet Strength
Ratio
\Section F\Road\ Paving\F-3399 – March 1, 2017
S.P. No: F-3399
Date: March 2017
Page: 3 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
In-Place,
2.5 %
Full Depth
Wirtgen Cold
In-Place,
1.0 % Recycling
Expanded Partial Depth
Manual
Asphalt Plant
Appendix A
Produced
1.0 % 2.3
from
Stockpile
300 200 66%
In-Place,
2.5 %
Full Depth Specimen
In-Place, Preparation
0.8 %
Asphalt Partial Depth as per LS-300
Emulsion Plant at selected
Produced trial emulsion
1.0 %
from rates
Stockpile
Note 1: The minimum stabilizer design rate shall be calculated as the percentage of
residual asphalt cement to the unstabilized reclaimed or stockpiled material
(including corrective aggregates), by weight. As an example, for an emulsion with
50% water and 50% asphalt cement, the minimum blended emulsion rate for in-
place partial depth reclamation would therefore be 1.6% (0.8% water and 0.8%
asphalt cement).
Note 2: For emulsion stabilized recycled mixes, the specimen preparation, curing and
density testing shall be conducted according to LS-300 with the tensile strength
testing conducted as per Section 8 of LS-297.

Table 2: Mix Design and Field Mix Gradation Requirements for Recycled Mixes
Percent Passing by Mass
MTO Sieve Designation
Full Depth Reclamation Partial Depth Reclamation
37.5 mm 98 – 100 100
26.5 mm 95 – 100
4.75 mm 35 – 65
600 µm 15 – 40
Min. 5 for Expanded
75 µm 7 – 15
Asphalt
331.06 Equipment
Subsection 331.06.02 is extended with the following:
(this information is already included in section 331.06.02 “Placing Equipment” of OPSS
331)Unless otherwise directed by the Contract Administrator, the automatic grade control

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 4 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
system shall incorporate a sonic sensor or mechanical ski with a minimum span of 10
meters.
CONSTRUCTION
Subsections 331.07, 333.07, 334.07 and 335.07 are deleted in their entirety and replaced
with the following:
Operational Constraints
The work shall be carried out when the roadway is clean and free of standing water. The
work shall not proceed during periods of rain.
Traffic, including construction traffic, shall be kept off the freshly placed material until
such time as it is able to carry traffic without damage.
Specific operational constraints are provided in Table 3.
Table 3: Operational Constraints
Operational Minimum Requirements Prior to
Bituminous Type of Constraints During Placement of Wearing Surface
Stabilizer Processing Work (Note 1) (Note 2)
In-Place,
Full Depth
In-Place,
Expanded Partial Depth
Asphalt Plant 1. Minimum 2 days of curing (Note
Produced 3),
from 10°C during the 2. Material acceptance criteria listed
Stockpile work with a in Table 4 of this specification,
In-Place, minimum overnight 3. Repair of all defective areas as
Full Depth forecast low of 2°C per Table 5 of this specification to
In-Place, the satisfaction of the Contract
Asphalt Partial Depth Administrator,
Emulsion Plant
Produced
from
Stockpile
Note 1: Written approval must be obtained from the Contract Administrator when the
Contractor proposes to carry out the work after October 1st (September 1st for
emulsion stabilization without cementitous additives).
Note 2: Placement of the wearing surface prior to submission of documented test results
meeting the requirements of this specification is at the sole discretion of the
Contractor. In such cases, the Contractor will be fully responsible for premature
damage imposed upon the wearing surface.

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 5 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Note 3: For emulsion-stabilized material without cementitous additives, the minimum
curing time is 14 days unless all other minimum requirements have been met and
submitted to the Contract Administrator.
In-Place Reclamation and Stabilization
When specified in the Contract Documents, all existing crack sealant shall be removed
prior to reclaiming operations.
The existing asphalt pavement (and underlying granular base if applicable) shall be
reclaimed, stabilized and placed to the depths, grades and crossfalls specified in the
Contract Documents.
All deleterious and loose milled material shall be removed from the milled surfaces at
longitudinal and transverse joints after reclaiming operations are completed and before
placing the stabilized material.
Overlap between successive passes of the reclaimer-stabilizer shall be a minimum of
100 mm.
The Contractor will be required to recycle the entire road asphalt area, including tapers,
radii, widenings, etc. This may require modifications or specially adapted equipment to
complete the work. At the discretion of the Contract Administrator, the Contractor may
elect to mill small and/or difficult to access areas and replace with stockpiled stabilized
material meeting the requirements of this specification produced from the milling
operations all at the unit price bid for the stabilized material. All areas not recycled must
have the existing asphalt excavated and replaced with a minimum of 100 mm of binder
course hot mix placed flush with the adjacent compacted stabilized surface, all at the unit
price bid for the stabilized material.
Plant-Produced Recycled Material
The material from the RAP stockpile shall be processed, stabilized and placed to the
depths, grades and crossfalls specified in the Contract Documents.
General
The Contractor shall supply the necessary traffic controllers and signage to protect the
work zone and to provide for the safe movement of traffic, all in conformance with the
Ontario Traffic Manual Book 7.
The stabilized material shall be compacted according to OPSS 501. The surface of the
compacted stabilized material shall be uniform in texture, free of surface defects and
conform to the surface tolerances of OPSS 310.
Stabilized material exceeding 50 mm in size shall be removed from the surface of the
work.
The compacted recycled mix shall be 40 to 50 mm lower at adjoining asphalt left intact,
so as to provide for a butt joint for the subsequent placement of surface asphalt.
\Section F\Road\ Paving\F-3399 – March 1, 2017
S.P. No: F-3399
Date: March 2017
Page: 6 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Distribution of Bituminous Stabilizer
The bituminous stabilizer shall be added at the design rate. The maximum allowable
field adjustment to the design rate is 0.2% for partial depth reclamation or 0.4% for full
depth reclamation.
The Contractor shall be responsible for calculating the distribution of stabilizer within the
recycled material for each tanker of stabilizer used. The mean injected residual asphalt
cement content for a lot shall not be less than the established mix design and individual
results shall not be more than 0.6% or less than 0.4% by mass of the established mix
design.
Quality Control
The Contractor shall be responsible for all QC sampling and testing of the recycled
material as presented in Table 4 of this specification. Holes resulting from sampling shall
be repaired in accordance with the Sampling subsection of OPSS 310.
Certified conformance with AASHTO R29 Section 7 (for PGAC) or OPSS 1103 (for
emulsion) for each tanker used in the recycling process will be provided to the Contract
Administrator by the Contractor.
Table 4: Quality Control Sampling and Testing Requirements
Minimum Sampling and Testing Requirements
Bituminous Type of Lot/Sublot for Recycled Material (Note 2)
Stabilizer Processing Size Tensile Field Compaction (Note 3) /
Strength Moisture Content

In-Place, Minimum of 10 nuclear density


Full Depth 1 loose gauge compaction tests per
sample of 15 sublot as per OPSS 501
In-Place, 1 Lot =
Expanded kg per sublot
Partial Single day Sampling of 1 (minimum) intact
Asphalt (Note 3)
Depth of dry cut slab (150 x 150 mm)
Plant production Specimen per lot delivered to City’s
Produced preparation, Quality Assurance Test
1 Sublot = Laboratory within 24 hours
from curing and
Maximum
Stockpile testing as per
of 7000 m2
In-Place, Table 1 of
(Note 1) Sampling of 2 (minimum) intact
Full Depth this
Asphalt specification dry cut slab (150 x 150 mm)
Emulsion In-Place, per lot. One slab delivered to
Partial City’s Quality Assurance Test
Depth

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 7 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Laboratory within 24 hours.
Plant
Testing of Compaction as per
Produced
LS-306
from
Stockpile Moisture Content as per LS-
701
Note 1: The size of the sublots may be changed at the discretion of the Contract
Administrator.
Note 2: Samples shall be packaged in non-absorptive materials to protect sample
integrity, sealed in waterproof containers appropriately labeled and delivered to
the Contractors designated Quality Control laboratory within 48 hours of sampling.
If a sample condition is found to be unsuitable for testing by the laboratory, the
Contractor will immediately resample that location and notify the Contract
Administrator.
Note 3: Samples shall be taken at random locations as directed by the Contract
Administrator. The maximum depth of sampling shall be 100 mm.
QUALITY ASSURANCE
Subsections 331.08 (Quality Assurance), 333.08 (Quality Assurance), 334.08 (Quality
Assurance), and 335. 08 (Quality Assurance) are deleted in their entirety and replaced
with the following:
General
The Contractor shall collect one sample of the bituminous stabilizer per tanker in the
presence of the Contract Administrator and deliver the sample to the City of Ottawa
Quality Assurance Test Laboratory at 735 Industrial Avenue within 1 working day of
sampling.
Additional QA testing may be carried out by the Owner at the discretion of the Contract
Administrator. If requested, QA samples shall be obtained by the Contractor in the
presence of the Contract Administrator, labeled and delivered to the Quality Assurance
Test Laboratory at 735 Industrial Avenue, Ottawa within 2 working days of sampling.
The Contractor is responsible for transporting the samples in a manner to avoid damage
to the samples.
Acceptance and Charges
The Contract Administrator shall accept, reject or require remedial action for materials,
mixtures or work according to Table 5 of this specification.
The acceptance criteria for Tensile Strength, Compaction, and Moisture Content will be
based upon the Contractor’s QC results. Where Owner QA results do not meet the
requirements of Table 5 or demonstrate errors in QC reporting, an investigation shall
take place to determine and resolve the discrepancies.
\Section F\Road\ Paving\F-3399 – March 1, 2017
S.P. No: F-3399
Date: March 2017
Page: 8 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Payment at the Contract price for any sublot shall not be made in the event that QC tests
are not received from the Contractor.

In the event that QC results are not received within 10 business days from the
completion of a sublot, the Contractor will be charged a fee of $1000 per day until
received by the Contract Administrator.
MEASUREMENT FOR PAYMENT
Subsections 331.09, 333.09, 334.09 and 335.09 are deleted in their entirety and replaced
with the following:
In-Place Recycled Mixtures
In-place recycled mixes shall be measured for payment by horizontal area in square
metres.
Plant-Produced Recycled Mixtures
Cold Recycled Mixes (CRM) produced at a plant shall be measured for payment in
tonnes.
Performance Graded Asphalt Cement
PGAC shall be measured for payment in kilograms according to OPSS 102.
Emulsified Asphalt
Emulsified asphalt shall be measured for payment in litres according to OPSS 102.
Cementitous Additives (Portland Cement, Hydrated Lime, etc.)
Cementitous additives shall be measured for payment in kilograms.

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 9 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
BASIS OF PAYMENT
Subsections 331.10, 333.10, 334.10 and 335.10 are deleted in their entirety and replaced
with the following:
Full Depth Reclamation of Asphalt Pavement with Expanded Asphalt - Item
Full Depth Reclamation of Asphalt Pavement with Emulsion Stabilization – Item
Partial Depth Reclamation of Asphalt Pavement with Emulsion Stabilization – Item
Partial Depth Reclamation of Asphalt Pavement with Expanded Asphalt - Item
Cold Recycled Mix (CRM) with Expanded Asphalt Stabilization – Item
Cold Recycled Mix (CRM) with Emulsion Stabilization – Item
Performance Graded Asphalt Cement – Item
Emulsified Asphalt – Item
Cementitous Additive – Item
Payment at the unit price bid for the recycled mix shall be full compensation for all labour,
equipment, and material including the supply, hauling and incorporation, as well as
required sampling and testing.
No payment will be made for the replacement of unacceptable materials due to the
Contractor’s workmanship.

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 10 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Table 5: Acceptance Requirements and Required Repairs
Acceptance Severity or Result Action (Notes 2 and 3)
Criterion
Deviations less than or equal to 6 mm as
measured in any direction along a 3 m straight Acceptable
Surface
edge
Tolerance
Reprocessing of
Deviations greater than 6 mm
affected area
Ravelling /
Very Slight to Moderate Acceptable
Coarse
Aggregate
Reprocessing of
Loss Severe to Very Severe
affected area
(Note 1)
Slight to Medium Acceptable
Segregation
(Note 1) Reprocessing of
Severe
affected area
Minimum mean of 96% of the mix design bulk
Acceptable
relative density with no result falling below 95%
Compaction
Mean less than 95% of mix design bulk relative Reprocessing of
density or individual result below 95% affected sublot
Mean moisture content of 2.0% or less with no
Acceptable
Moisture individual result above 3.0%
Content Mean moisture content above 2.0% or less or Additional cure time
individual result above 3.0% required (Note 4)
At least 90% of all tensile strength
measurements (Dry or Wet) equal or exceed
Dry Tensile
the requirements of Table 1 of this
Strength,
specification.
Wet Tensile
Strength or All individual tensile strength measurements Acceptable
Tensile (Dry or Wet) are greater than 85% of the
Strength requirements of Table 1.
Ratio All tensile strength ratio values are greater than
the requirements of Table 1.

\Section F\Road\ Paving\F-3399 – March 1, 2017


S.P. No: F-3399
Date: March 2017
Page: 11 of 11
MIX DESIGN SUBMISSION, CONSTRUCTION AND QUALITY
CONTROL/ASSURANCE REQUIREMENTS FOR ASPHALT RECYCLING
PROCESSES AND MATERIALS
Less than 90% of all tensile strength
measurements (Dry or Wet) equal or exceed
the requirements of Table 1 of this
specification.
Reprocessing of
Individual tensile strength measurement (Dry or
affected sublot
Wet) is less than 85% of the requirements of
Table 1.
A tensile strength ratio value is greater than the
requirements of Table 1.
Note 1: Distress and severity definitions according to Ontario Ministry of Transportation
SP-024.
Note 2: Repairs and/or removals shall be for the lane width of the recycling to the
specified depth.
Note 3: If reprocessing of the failed sections does not result in a product meeting the
contract requirements, the affected product shall be removed and replaced with
acceptable hot mix asphalt.
Note 4: If the moisture content criteria cannot be met after 30 days of curing time, the
sublot shall be removed and replaced with acceptable hot mix asphalt.

\Section F\Road\ Paving\F-3399 – March 1, 2017


SP NO: F-3500
Date: March 2003
Page 1 of 9

ULTRA THIN WHITE TOPPING (UTW)

UTW is constructed with fixed forms or by slip form pavers in the same way as conventional white topping.
The steps are; preparing the asphalt surface, placing the concrete, finishing, surface texturing, curing and
sawing the joints. The key to UTW is in the bond to the underlying flexible pavement. This bond provides a
composite structure maximizing the strengths of each material.

The full width of the road lane will be ground out to a specified depth and overlaid with the same thickness
of Portland cement UTW.

Scope

This specification describes the requirements for repair of asphalt pavement using portland cement concrete
ultra thin white topping to permit opening to traffic within 24 hours. Ultra thin white topping is typically
used where asphalt pavements experience excessive rutting. Note that ultra thin white topping requires a
sound base or foundation and should not be used where base settlement is the cause of rutting.

References

This specification refers to the following standards, specifications or publications:

OPSS 350 Construction Specification for Concrete Pavement, Concrete Base and Lean
Concrete Base
OPSS 351 Construction Specification for Concrete Sidewalk
OPSS 408 Construction Specification for Adjusting or Rebuilding manholes, Catch Basins,
Ditch Inlets and valve Chambers
OPSS 919 Construction Specification for Formwork and Falsework
OPSS 1002 Aggregates – Concrete
OPSS 1305 Moisture Vapour Barriers
OPSS 1315 White Pigmented Membrane Curing Compounds for Concrete
OPSS 1350 Concrete (Materials and Production)
CSA A23.1 94
CSA A23.2 94
ACI 309

Definitions

For the purpose of this specification, the following definitions shall apply:

Concrete: for the terms of this SP concrete refers to fast-track concrete mix.

Submission and Design Requirements

Concrete Mix

The Contractor shall be responsible for designing a mix for fast track white topping. At least one week prior
to the placement of concrete, the Contractor shall submit to the Contract Administrator for review, a
calibration chart for the mix design indicating strength versus temperature, a calibration chart the for the mix

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 2 of 9

ULTRA THIN WHITE TOPPING (UTW)

design indicating temperature versus time, and a copy of the mix design together with all supporting
technical data sealed and signed by a Professional Engineer.

Cold Weather Protection

The contractor shall submit a plan one week prior to the placement of concrete to the Contract Administrator,
for review, detailing plans to protect the concrete from cold weather.

Materials

Concrete

Concrete shall conform to OPSS 350 and OPSS 1350 with the following exceptions and/or additions:

a. The nominal maximum size of coarse aggregate shall be 19 mm according to OPSS 1002.
b. The class of concrete shall be Class C-2, 32 MPa.
c. The repair areas shall not be opened to traffic until the concrete has attained a compressive strength
of 20 MPa.
d. The use of concrete superplasticizer, Type 30 Portland Cement and non-chloride accelerators shall
be permitted.
e. The slump as determined on samples shall be 70 mm  20 mm prior to the addition of
superplasticizer. The maximum slump after the addition of superplasticizer shall be 150 mm.
f. A minimum of 1.6 kg/m3 of 20 mm synthetic fibre, or equivalent, shall be added at the plant.
g. The minimum in-place air content shall be 7+/- 1.5%.

Moisture Vapour Barrier for Curing

Moisture vapour barrier for curing shall conform to OPSS 1305.

Curing Compound

White pigmented membrane curing compounds for concrete shall conform to OPSS 1315.

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 3 of 9

ULTRA THIN WHITE TOPPING (UTW)

Equipment

Compacting

Concrete shall be consolidated by means of surface truss or “A” frame screed with surface vibrators, internal
vibrators, or combinations of both. Vibration equipment shall conform to the guidelines outlined in ACI
309.

Forms

Forms shall conform to OPSS 919.

Slip Forming

The equipment used for slip forming shall have automatic horizontal and vertical alignment controls to be
used in conjunction with at least one string line.

Sawcutting Equipment

Both transverse and longitudinal joints shall be cut with a concrete saw designed to cut green concrete soon
after placement with no ravelling or tearing of the concrete.

Operational Constraints

The Contractor shall complete the white topping concrete within the time frames as defined elsewhere in the
Contract.

If the white topping is not progressing at a rate that will permit the restoration of traffic within the specified
time period, the Contractor shall remove the unacceptable concrete and replace it with a hot mix acceptable
to the Contract Administrator in order to open the road to traffic. These temporary measures shall be at the
Contractor’s expense.

Any temporary hot mix repairs shall be removed and replaced with white topping during the next scheduled
closure.

Construction

Asphalt Removal

The existing asphalt surface shall be milled full lane width to the required depth ensuring that all edges are
cut vertical and square. The milled asphalt surface must be inspected to ensure the surface is completely
bonded to the underlying asphalt lifts. If thin bonded lifts are observed, they must be removed by additional
milling.

All removed asphalt pavement material remains the property of the City of Ottawa. The removed millings
shall stockpiled according to the direction of the Contract Administrator.

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 4 of 9

ULTRA THIN WHITE TOPPING (UTW)

Preparation Work

The surface shall be swept clean and flushed, and then air blasted and approved by the Contract
Administrator or their representative.

Joints

Transverse and longitudinal joint spacing shall not exceed ten (10) times the UTW thickness. Transverse
joint locations shall match existing curb joints.

Longitudinal and transverse contraction joints shall be sawed, while the concrete is still green, without
excessive raveling and before uncontrolled cracking occurs. These joints shall be a minimum of one-third
the depth of concrete deep and 3 mm wide. Joints do not need to be sealed. Contract Administrator or
representative will assist the contractor in location of these joints.

Joints in adjacent lanes of pavement shall align with joints in previously placed lanes.

Conventional heavy saw cutting equipment will not be permitted.

Isolation joints shall be constructed at locations specified in the Contract and typically include structures
such as manholes and catchbasins. The isolation joint filler shall be a minimum thickness of 6 mm of felt
material that is continuous with no gaps or offsets in adjacent pieces.

Concreting

Placing Concrete

No construction equipment shall be permitted to operate on the prepared asphalt surface.

The maximum concrete placing temperature shall be 30C.

Concrete shall be placed at a depth specified in the tender items. The joint at the asphalt pavement will be a
vertical, butt joint.

Concrete shall be placed at or near its permanent location, at a steady rate and in such a manner to avoid
segregation of the materials. Any concrete placed beyond the outer limits of the pavement edge shall be
removed immediately.

When an interruption in placing concrete of more than 30 minutes occurs, a transverse construction joint
shall be formed immediately.
Concrete shall not be placed against any material which is at a temperature above 35 C, or below 0C.
Consolidating

Concrete shall be thoroughly consolidated against and along the face of all forms and in the face of
previously placed concrete.

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 5 of 9

ULTRA THIN WHITE TOPPING (UTW)

For fixed form pavers with vibrating screeds, handheld vibrators shall be used to supplement consolidation
adjacent and along the full length of the form. They shall also be inserted at regularly spaced intervals along
both sides of down assemblies. The vibrators shall not come in contact with the sub-grade, sub-base and
forms. Vibrators shall never be operated longer than 15 seconds in any one location.

For slip form pavers, the concrete shall be consolidated by interval vibrators of sufficient number, spacing
and frequency to provide uniform consolidation to the entire pavement width and depth. The vibrators shall
not come in contact with the sub-grade, sub-base. The vibrators shall not operate while the paver is stopped.

Vibration procedures shall conform to ACI 309.

Finishing

Following consolidation and strike-off, the concrete pavement shall be floated with an aluminum or
magnesium float 3m long, equipped with a handle to permit operation from the edge of the pavement. Any
excess water or laitence shall be removed from the surface before floating commences. Working of the
concrete surface shall take place while it is sufficiently plastic to achieve the desired grades, elevations and
texture.

Water shall not be added to the surface of the concrete.

Where fixed forms are being used or where concrete is being placed against an existing pavement, the edge
of the pavement shall be carefully finished after texturing with an edge tool. The edge tool shall have a
radius of not more than 6 mm. The finished pavement edge shall be left smooth, true to line and grade.

Texturing of Surface

After all finishing operations are completed and before initial curing and protection of the concrete, the
plastic surface of the concrete shall receive a texture. Texturing shall be performed with a stiff broom then a
tined rake having 3 mm tines at 18 mm spacing (or an approved equal) with a groove depth of 3-5 mm, both
drawn in a transverse direction. The surface shall be free in all cases from displaced aggregate particles and
local projections.

Surface Tolerance

The surface of the concrete is to be such that when tested with a 3 m long straight edge placed anywhere in
any direction on the surface (except across the crown or drainage gutters) there shall not be a gap greater
than 6 mm between the bottom portion of the straight edge and the surface of the pavement.

Grinding of the pavement may be required to provide conformity to the surface tolerance. Where this is
required, the concrete shall be diamond ground with no additional compensation.

Curing

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 6 of 9

ULTRA THIN WHITE TOPPING (UTW)

Curing shall be applied to each area of surface as soon after the finishing operation can be achieved without
damaging or marring the surface.

The curing procedure for the work shall comprise of one or more of the following:

a. Burlap and water;


b. Moisture vapor barrier;
c. White pigmented membrane compound.

When placing concrete in ambient temperatures between 30C and 35C only the burlap and water procedure
is permitted.

The maximum ambient air temperature for placing concrete pavement is 35C.

The curing of freshly sawn initial joint cuts shall be by procedure a or b. Procedure c may be used provided
the joint is re-sawn for the reservoir cut.

Curing with Burlap and Water

Two layers of damp burlap shall be carefully laid on the surface of the concrete. Strips shall overlap by 75
mm and shall be held down to prevent displacement. The burlap shall be maintained in place and kept
thoroughly wet for a minimum period of 24 hrs.

Curing with Moisture Vapour Barrier

A vapor barrier shall be installed such that any flow of air between it and the concrete surface is prevented.
The vapor barrier shall be held down at the edges and all laps, 100 mm min. to prevent displacement. The
material shall be kept in place for a minimum period of 24 hrs.

Where polyethylene sheet is used, it shall be opaque white pigmented and 100 m thick.

Curing with Membrane Compound

The membrane compound shall be applied to the concrete surface by means of mechanical spraying
equipment that includes provision for agitation of the material so that it shall be homogeneous at the time of
application.

As soon as the surface is free of any bleed water, the compound shall be applied to completely cover the
surface such that the membrane formed on it is of satisfactory uniformity in thickness and color, and free of
breaks or pinholes. The surface shall be maintained in this condition for a minimum period of 24 hrs.

One application will be required for non-grooved surfaces and two applications will be required for coarse
textured surfaces. The rate per application shall be a minimum 0.2 L/m2.

When two applications are necessary, the second shall follow the first within 30 minutes.

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 7 of 9

ULTRA THIN WHITE TOPPING (UTW)

As soon as the sides of the concrete slab are exposed, they shall be sprayed with the membrane curing
compound at the specified rate of application. Membrane curing compound shall not be applied to joint
faces receiving sealant or to concrete surfaces in which concrete is to be bonded.

Removal of Forms

Forms where used shall be in place at least 8 hours after the concrete has been placed against them. Where
the air temperature drops below 10C at any time during the 8 hour period the forms shall be left for such
additional time as to prevent damage to the pavement edges. Curing of the exposed concrete shall begin
immediately upon removal of the forms. All honeycombed areas in the edges of the pavement shall be filled
with mortar composed of one part cement and two parts fine aggregate with 12% of entrained air.

Miscellaneous Protection

Rain

Concrete shall not be placed when it is raining or when rain is imminent. Concrete already placed shall be
protected against the effects of rain until the concrete is sufficiently hardened.

Traffic

Traffic, other than foot traffic, rubber-tire sawing equipment and rubber-tired side wheels of form mounted
placing and finishing equipment necessary to construct adjacent lanes, shall not be permitted on the concrete
until it has attained a minimum nominal compressive strength of 20 MPa.

The concrete pavement shall be protected from damage to the surface at all times when steel tracked
equipment is used.

Samples required for early strength determination shall be taken by the Contractor and transported to the
City of Ottawa testing laboratory for compressive strength testing. A minimum of one set of cylinders per
100 m3 for compressive strength testing shall be required for early opening determination.

Quality Assurance

Sampling and Testing – Slump, Air Content, Temperature and Compressive Strength

Field sampling and testing of plastic concrete for conformance to tolerance, slump, air content, temperature
and compressive strength (with the exception of testing the 28-day cylinders) shall be in accordance with
OPSS 1350 except as amended herein:

Slump and air content testing shall be carried out by the Contract Administrator’s representative at a
frequency as detailed below:

The minimum frequency for sampling and testing shall be as follows:

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 8 of 9

ULTRA THIN WHITE TOPPING (UTW)

Slump
 1 test prior to the addition of superplasticizer each load
 1 test after the addition of superplasticizer each load
Air
 1 test each load
Temperature
 1 test each load
Compressive Strength
 1 set of 28 day cylinders for each load (Contractor shall deliver cylinders to the Contract Administrator’s
laboratory)
 Plus a minimum of three sets of two autogenous test cylinders from the last m3 of concrete placed for
each area closed to traffic. These cylinders shall be tested at times and temperatures which correlate
insitu and design strengths with relation to the calibration chart. Test results shall be submitted
immediately, on site to the Contract Administrator.
 The Contractor shall install thermocouples and provide potentiometers at a minimum of two test
locations per every 10 m of concrete placed full width, be responsible for the timing and frequency of
testing, and determine when the concrete pavement has attained a minimum compressive strength of 20
MPa based on the calibration chart.

For every third set of compressive strength cylinders (laboratory cured), there shall be one extra set taken.
This extra set will be field cured.

Removal of Unacceptable Concrete

Concrete found to be unacceptable shall be removed and replaced with new material at the contractor’s
expense. The minimum length of removal shall be to the nearest transverse and longitudinal joint in all
directions.

Section F\Road\Paving\F-3500 – March 31, 2003


SP NO: F-3500
Date: March 2003
Page 9 of 9

ULTRA THIN WHITE TOPPING (UTW)

Criteria for Determining Unacceptable Concrete

Unacceptable concrete includes:

 concrete which does not meet the minimum 20 MPa prior to opening to traffic
 concrete which does not meet the minimum 32 MPa at 28 days
 concrete which is cracked
 concrete which does not meet surface tolerance
 concrete which does not meet the air content requirements.

Measurement for Payment

Actual Measurement

Section 351.09, Measurement for Payment, from OPSS 351 is amended as follows:

White Topping

Measurement will be of the surface area of the white topping placed in square metres.

Basis of Payment

White Topping

Payment at the contract price for the above item shall be full compensation for all labour, equipment and
material required to complete the work.

Section F\Road\Paving\F-3500 – March 31, 2003


S.P. No: F-3510

Date: March 2016

Page: 1 of 2

CONCRETE SIDEWALK, MEDIANS, BOULEVARDS AND ISLANDS

Amendments to OPSS 351

OPSS 351, shall apply except as amended and extended herein.

Scope

Section 351.01 of OPSS 351 is extended to include construction of concrete medians,


boulevards and islands.

Materials

Concrete

Section 351.05.01 of OPSS 351 shall be amended in that the Class of Concrete shall be CSA
32 MPa, Class C-2, the air entrainment shall be 5% to 8% prior to placement and the slump
shall be less than 60mm for extruded concrete curbs and less than 90mm for placed concrete
curbs and sidewalk.

Granular

Subsection 351.05.04 of OPSS 351 shall be amended in that bedding material for sidewalks
shall be Granular 'A' conforming to OPSS 1010, unless specified otherwise in the Contract.

Construction

Subsection 351.07 of OPSS 351 is amended by the addition of the following:

Where specified on the contract drawings, approved Tactile Walking Surface Indicators
(TWSI’s) shall be supplied and installed in accordance with S.P. F-3512.

When monolithic construction has been specified, the Contractor shall obtain written approval
from the Contract Administrator prior to proceeding with non-monolithic construction.

Concrete Curing

Subsection 351.07.13 of OPSS 351 is amended by the addition of the following:

The membrane curing compound shall be applied to the concrete surface by means of
approved spraying equipment that includes provision for agitation of the material so that it
shall be homogeneous at the time of application.

When applicable for use, membrane curing compound shall be applied 2 metres behind
finishing operations or upon dissipation of any bleed water, whichever comes later. A second
coat of curing compound shall be applied within 30 to 60 minutes of the first application.

Section F\Road\Sidewalk, Medians, Blvds, Etc.\F-3510 – March 1, 2016


S.P. No: F-3510

Date: March 2016

Page: 2 of 2

CONCRETE SIDEWALK, MEDIANS, BOULEVARDS AND ISLANDS

Where concrete curing has not been provided in accordance with specification requirements
(such as the absence of curing procedures or delays in application of curing compounds), the
contractor shall submit a remedial action plan for consideration by the owner which includes
but not limited to the prolonged wet curing of the concrete. Concrete which does not conform
to the contract requirements shall not be accepted into the work.

Where coverings are used as part of the curing process in areas accessible to pedestrians,
the coverings shall be maintained in such a manner as to prevent trip and slip hazards.

Measurement for Payment

Actual Measurement

Subsection 351.09.01.01 of OPSS 351 is deleted and replaced with the following:

Measurement will be of the area of concrete in sidewalk, medians, boulevards and islands,
measured in square metres.

Plan Quantity Measurement

Clause 351.09.02 of OPSS 351 is deleted and replaced by the following:

When measurement is by Plan Quantity, it may be revised by Adjusted Plan Quantity, of the
horizontal area in square metres without separation into types of construction whether
sidewalk, median, boulevard or island.

Basis of Payment

Subsection 351.10.01 of OPSS 351 is amended by the addition of the following:

No additional payment will be made for the work in connection with providing depressed
access crossings as the cost of such work is deemed to be included in the Contract price for
the applicable item.

The granular "A" used as sidewalk bedding shall be paid for under the "Granular A" item in this
contract.

Subsection 351.10.02 of OPSS 351 is amended by the addition of the following:

TWSI’s shall be paid for under SP F-3512.

Section F\Road\Sidewalk, Medians, Blvds, Etc.\F-3510 – March 1, 2016


S.P. No: F-3511
Date: March 2016
Page: 1 of 2
CONCRETE SIDEWALK - “ALL-INCLUSIVE”

Amendments to OPSS 351

OPSS 351, shall apply except as amended and extended herein.

Materials

Concrete

Section 351.05.01 of OPSS 351 shall be amended in that the Class of Concrete shall be CSA
32 MPa, Class C-2, the air entrainment shall be 5% to 8% prior to placement and the slump
shall be less than 60mm for extruded concrete curbs and less than 90mm for placed concrete
curbs and sidewalk.

Granular

Subsection 351.05.04 of OPSS 351 shall be amended in that bedding material for sidewalks
shall be Granular 'A' conforming to OPSS 1010, unless specified otherwise in the Contract.

Construction

Where specified on the contract drawings, approved Tactile Walking Surface Indicators
(TWSI’s) shall be supplied and installed in accordance with SP F-3512.

Concrete Curing

Subsection 351.07.13 of OPSS 351 is amended by the addition of the following:

The membrane curing compound shall be applied to the concrete surface by means of
approved spraying equipment that includes provision for agitation of the material so that it
shall be homogeneous at the time of application.

When applicable for use, membrane curing compound shall be applied 2 metres behind
finishing operations or upon dissipation of any bleed water, whichever comes later. A second
coat of curing compound shall be applied within 30 to 60 minutes of the first application.

Where concrete curing has not been provided in accordance with specification requirements
(such as the absence of curing procedures or delays in application of curing compounds), the
contractor shall submit a remedial action plan for consideration by the owner which includes
but not limited to the prolonged wet curing of the concrete. Concrete which does not conform
to the contract requirements shall not be accepted into the work.

Where coverings are used as part of the curing process in areas accessible to pedestrians,
the coverings shall be maintained in such a manner as to prevent trip and slip hazards.

Addition of Material on Site:

Section F\Road\Sidewalks, Medians, Boulevards, Curbs, etc.\F-3511 – March 1, 2016


S.P. No: F-3511
Date: March 2016
Page: 2 of 2
CONCRETE SIDEWALK - “ALL-INCLUSIVE”

Section 1350.07.07.02 of OPSS 1350 is deleted in its entirety and replaced with the following:

If the re-test is out of the specified limits the concrete will be rejected regardless of the time
limits.

Measurement for Payment

Actual Measurement

Subsection 351.09.01.01 of OPSS 351 is deleted and replaced with the following:

Measurement will be of the area of concrete in sidewalk measured in square metres.

Plan Quantity Measurement

Clause 351.09.02 of OPSS 351 is deleted and replaced by the following:

Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


horizontal area in square metres for the Concrete Sidewalk.

Basis of Payment

Subsection 351.10.01 of OPSS 351 is amended by the addition of the following.

No additional payment will be made for the work in connection with providing depressed
access crossings as the cost of such work is deemed to be included in the Contract price for
the applicable item.

Payment at the Contract price for the tender item shall include full compensation for all labour,
equipment and material required to do the work, including the excavation, Granular ‘A’ bedding
and grading required to match or blend to the existing /proposed grades, saw-cutting, asphalt
reinstatement to match existing and or a minimum of 100mm in front of sidewalk and
supplying, hauling, placing and finishing concrete and TWSI’s.

Section F\Road\Sidewalks, Medians, Boulevards, Curbs, etc.\F-3511 – March 1, 2016


S.P. No: F-3512
Date: March 2016
Page: 1 of 2

TACTILE WALKING SURFACE INDICATORS

Amendment to OPSS 351

OPSS 351, shall apply to this work except as amended and extended herein.

Scope

Subsection 351.01 of OPSS 351 is amended by the addition of the following:

This Special Provision covers the supply and installation of Tactile Walking Surface Indicator
plates (TWSI’s) for sidewalk, walkway and pathway ramps to warn visually impaired
pedestrians that they are entering the roadway.

Design and Submission Requirements

Subsection 351.04.01 of OPSS 351 is deleted in its entirety and replaced with the following:

TWSI’s shall be 610 to 650 in depth and extend along the bottom portion of the depressed
curb that is flush with the roadway, to the width as shown on the Contract Drawings.

For curb ramps, TWSI’s shall extend the full width of the curb ramp/area.

Plates shall be parallel with the curb radius (i.e. not necessarily perpendicular to the direction
of pedestrian travel). This will require the use of radius TWSI plates in some instances.

Radius TWSI’s are available in various radii. Careful consideration of radius design is required
as the TWSI radius shall follow as close as possible the back of curb radius. When using
different radius TWSI’s to match the back of a single curb radius, plates with varying radii
should be alternated.

Contractor shall submit shop drawings at least two weeks before TWSI installation showing the
proposed plate arrangement at each TWSI location, the width and radius as shown on the
Contract Drawings, and the width and radius achieved by the proposed plates, for review by
the Contract Administrator. When requested by the Contract Administrator, Contractor shall
provide written confirmation that selected TWSI product meets applicable material
specifications.

Material

Subsection 351.05.06 of OPSS 351 is deleted in its entirety and replaced with the following:

Contractor shall select products found in MS-22.15 to meet the width and radius of TWSI
required at each specific location as shown on the Contract Drawings.

Section F\Road\Sidewalks, Medians, Boulevards, Curbs, etc.\F-3512 – March 1, 2016


S.P. No: F-3512
Date: March 2016
Page: 2 of 2
TACTILE WALKING SURFACE INDICATORS

Construction

Subsection 351.07.09 of OPSS 351 is deleted in its entirety and replaced with the following:

All installations shall be completed in accordance with:

• Contract Drawings, supplemented by the applicable detail drawings in Volume 2 of this


standard;
• Manufacturer’s installation procedures; and
• The following additional requirements:
o TWSI’s shall be set back 150 to 200mm from the back of curb. Where TWSI`s
are installed in monolithic sidewalk, plates shall be set back 300 to 350mm from
the front face of curb.
o Unless indicated otherwise on the contract drawings, for depressed corner areas
serving two crossing directions provide 300mm +/- 50mm gap between the TWSI
sets.
o All TWSI’s shall have 6mm wide x 6mm deep drain grooves at corners between
the TWSI and the curb. Panel joints may be adapted for use if touching.
o TWSI sets shall be bolted together with Stainless Steel bolts and nuts.
o Tops of TWSI’s shall be aligned and level with the adjacent concrete surface and
installation in wet concrete shall be effective in permanently securing the TWSI in
place once dry.

Measurement for Payment

Subsection 351.09.01.02 of OPSS 351 is deleted in its entirety and replaced with the following:

Measurement will be of the area of TWSI’s measured in square metres.

Basis of Payment

Subsection 351.10.02 of OPSS 351 is deleted in its entirety and replaced with the following:

Payment at the Contract price for the tender item shall include full compensation for all labour,
equipment and material required to do the work, including the supply, hauling, preparation,
bolting, setting/placing, and finishing of the TWSI’s.

No additional payment will be made for the work in connection with providing shop drawings,
depressed access crossings, flared sides, curb transitions or blended transitions as the cost of
such work is deemed to be included in the Contract price for the applicable item.

Where the TWSI is set in a 150-200mm concrete border to suit non-concrete sidewalks,
walkways and pathways, the concrete border and base shall be paid under the applicable
concrete item, separate from and in addition to the TWSI tender item.

Section F\Road\Sidewalks, Medians, Boulevards, Curbs, etc.\F-3512 – March 1, 2016


S.P. No: F-3513
Date: March 2006
Page: 1 of 1

SLAB JACKING OF CONCRETE SIDEWALKS AND SLABS

Scope

This specification covers the requirements for the leveling of flat slabs on grade such as sidewalks. The purpose
is to restore proper surface grades where movement of slabs have resulted in excessive deformation. The
technique is restricted to the grade correction of sidewalks which have been in service and is not applicable to the
correction of deficiencies associated with new sidewalk construction.

Materials and Construction

The material used shall have a compressive strength of at least 0.7 megapascals at seven days unless a higher
strength is specified.

The placement (pumping) of the material shall be carried out in a manner such that the slab(s) are raised and
realigned to the proper grade and essentially confirm that at least 90 percent of all voids below the slab are filled.

The material shall include GU type (Type 10 Portland) cement, inorganic aggregate and water. Organic material
(clay, topsoil) shall not be used since these materials are both degradable and very highly frost susceptible.”

Upon request by the Contract Administrator, the Contractor shall deliver representative samples of the constituent
materials and the combined mixture of materials used to the designated QA Laboratory.

Core/drill holes shall be reinstated with a concrete patch material acceptable to the Contract Administrator and
shall be level with the finished grade.

Measurement for Payment

Payment shall be by the square metre unless other payment provisions are provided in the contract. No
measurement shall be made for areas which are damaged by coring/drilling/levelling operations.

Basis of Payment

Payment at the contract price shall include all equipment, labour and materials to conduct the work.

Section F\Road\Sidewalks, Medians, Boulevards, Curbs, etc.\F-3513 – March 31, 2006


S.P. No: F-3514
Date: March 2007
Page: 1 of 1

REPLACE AND/OR EXTEND PRIVATE WALKS AND/ OR STEPS

Scope

This Special Provision covers the work of removing and replacing and/or extending private walks including steps
where disturbed or requiring adjustment due to adjacent construction.

Materials and construction

To replace and/or extend in a workmanlike fashion existing private walks and/or steps in any material not
otherwise provided for elsewhere in the contract.

For Concrete Walks: As a foundation to the replaced and/or extended private walk, 100 mm of Granular ‘A’ shall
be placed and compacted meeting the requirements of OPSS 1010.

For Brick Walks: The foundation for the replaced and/or extended private walk shall be as per City of Ottawa
S. P. F-3550.

Measurement for Payment

Private walks and/or steps installed will be measured in square meters. For steps the area will be computed using
the sum of the area of the risers and the area of the steps.

Basis of Payment

Payment at the contract price for the tender item “Reinstatement of Concrete Walks on Adjacent Properties” shall
be in full compensation for all labour, equipment and materials required to complete the work, including
excavation.

Payment at the contract price for the tender item “Reinstatement of Brick Walkways and Driveways on Adjacent
Properties” shall be in full compensation for all labour, equipment and materials required to complete the work,
including excavation, stone dust levelling course and mortar sand.

The Granular 'A' shall be paid under the Granular 'A' item.

Section F\Road\Sidewalks, Median, Blvds, Curbs, Etc.\F-3514 – March 31, 2007


S.P. No: F-3515
Date: March 2013
Page: 1 of 1
CONCRETE DRIVEWAYS

Scope
This Special Provision specifies the requirements for construction for concrete
driveways.

Materials
a) Foundation material shall be Granular "A" meeting the requirements of OPSS
1010.

b) Concrete shall be CSA 32MPa, Class C-2 concrete meeting the requirements of
S.P. F-3510 and placed in accordance with S.P. F-9040.

Construction
The Contractor shall provide for all excavation necessary to construct the concrete
driveway including the removal and disposal of any existing concrete. The Granular
"A" foundation material minimum depth 150 mm shall be placed and compacted to a
minimum of 100% of the maximum dry density conforming to OPSS 1010.

The concrete slab shall be constructed to a minimum depth of 75 mm and where


applicable must match existing thicknesses whichever is greater.

Measurement for Payment


Concrete driveways will be measured in square metres.

Basis of Payment
Payment at the Contract price for item “Concrete Driveway” shall be in full
compensation for all labour, equipment and material required to do the work including
the excavation and grading required to match or bend to the existing /proposed grades,
sawcutting, and supplying, hauling, placing and finishing concrete.

The Granular ‘A’ issued as bedding shall be paid for under the Granular ‘A’ item in this
Contract.

Section F\Road\Sidewalks, Median, Blvds, Curbs, Etc. \F-3515 – March 31, 2013
S.P. No: F-3531
Date:March 2017
Page: 1 of 2

CONCRETE CURB AND GUTTER

Amendments to OPSS 353

OPSS 353, shall apply except as amended and extended herein.

Material

Concrete

Section 353.05.01 of the OPSS 353 shall be amended in that the Class of Concrete
shall be CSA 32 MPa, Class C-2 and the slump shall be less than 60mm for
extruded concrete curbs.

Construction

Depressed Curbs at Access Crossings

Section 353.07 of OPSS 353 is amended by the addition of the following:

Depressed curbs at access crossings shall be constructed where shown on the


Contract drawings or as directed by the Contract Administrator.

OPSD Type Curb and Gutter Systems

Section 353.07 of OPSS 353 is amended by the addition of the following:

Where OPSD type curb and gutter systems are designated to be constructed, the
OPSD detail drawings are amended in that the additional thickness specified for the
curb where adjacent to sidewalk or median shall not apply.

Extrusion Methods

Subsection 353.07.07 of OPSS is amended by the addition of the following:

Two No. 15 reinforcing bars shall be added to the curb or curb and gutter section for
the full length of the depress accesses if the full section depth of 400mm is not
maintained.

Two dowels, 300mm long, made of No. 15 reinforcing bars shall be installed at the
end of an extruded pour in preparation for the continuation of the extruded pour the
next day.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-3531 – March 1, 2017


S.P. No: F-3531
Date:March 2017
Page: 2 of 2

CONCRETE CURB AND GUTTER

Addition of Material on Site:

Section 1350.07.07.02 of OPSS 1350 is deleted in its entirely and replaced with the
following:

Normal field quality assurance testing such as slump and air content will be made on
site. If the test results are out of the specified range, a re-test will be done if
requested by the Contractor. This will allow the Supplier to make the necessary
adjustments. If the re-test is within the specification limits, the load will be accepted
only if it can be placed within (2) two hours, and no water has been added after the
first hour.

If the re-test is out of the specified limits the concrete will be rejected regardless of
the time limits.

Basis for Payment

Subsection 353.10.01 of OPSS 353 is amended by the addition of the following:

No additional payment will be made for the work in the connection with providing
depressed curbs as the cost of such work is deemed to be included in the Contract
price for this tender item.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-3531 – March 1, 2017


S.P. No: F-3532
Date: May 2001
Page: 1 of 2

PRECAST CONCRETE CURB

Scope

This Special Provision specifies the requirements for the construction of precast concrete curb anchored with steel
dowels in accordance with details shown in the Contract.

Materials

Precast Concrete Curb:

Precast concrete curb shall conform to CSA A23.4-94 and manufacturers of precast concrete products shall be
certified as meeting the requirements of CSA A251-M1982. The quality, surface finish and source of supply of
the precast curb shall be subject to the approval of the Contract Administrator.

Reinforcing Steel and Curb Anchors:

Reinforcing steel and curb anchors shall conform to OPSS 1440.

Concrete:

Cast-in-place concrete shall conform to OPSS 1350.

Construction

Installation:

Cast-in-place concrete work shall conform to OPSS 904.

Reinforcing steel shall be placed in conformance with OPSS 905.

The precast curb shall be placed so as to present a smooth alignment and shall be firmly anchored with steel
dowels installed flush to the top of the curb.

Measurement for Payment

Actual Measurement:

Measurement will be made in metres of precast concrete curb, measured along the face of the curb units.

Plan Quantity Measurement:

Measurement of precast concrete curb is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the
horizontal length in metres along the face of the curb units.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-3532 – March 1, 2002


S.P. No: F-3532
Date: May 2001
Page: 2 of 2

PRECAST CONCRETE CURB

Basis of Payment

Payment at the Contract price for the tender item “Precast Concrete Curb as per OPSD 6003.02” shall be full
compensation for all labour, equipment and material required to do the work including the concrete foundation
and curb backing where required.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-3532 – March 1, 2002


S.P. No. F-3550
Date: March 2015
Page: 1 of 1

INTERLOCKING CONCRETE PAVERS INCLUDING LEVELLING COURSE

Amendments to OPSS 355

OPSS 355, shall apply except as amended and extended herein.

Materials

Subsection 355.05.03 of OPSS 355 is amended by amending the first paragraph to allow the use of
limestone screenings or stone dust.

Subsection 355.05.04 of OPSS 355 is amended by the addition of the following:

Unless otherwise specified in the Contract Documents, the concrete paver dimensions shall be 200
mm X 100 mm and the pavers shall be red in colour. If requested by the Contract Administrator,
supplier information and a sample of the concrete pavers shall be provided prior to installation.
Within the traveled portion of the roadway, an 80 mm thickness of paving stone shall be used for
vehicular traffic, and outside the roadway, a 60 mm thickness shall be used for pedestrian traffic,
unless otherwise specified in the Contract Documents.

The pattern of the pavers shall be as specified in the Contract Documents.

Construction

Subsection 355.07.04.01 of OPSS 355 is deleted and replaced with the following:

- The levelling course (bedding sand or stone dust) shall be placed loose, in a uniform layer at
a maximum depth of 25mm to achieve the final compacted thickness and grade as specified.

- The pavers are then placed on top of the leveling course and polymeric sand shall be swept
between the pavers.

- The pavers are then vibrated into place with a vibra-plate and water is added to harden the
polymeric sand.

- Unless otherwise specified in the Contract Documents, for work within the roadway, all
paving should be completed prior to saw-cutting and removing the asphalt, for placement of
granulars and concrete pavers.

Measurement of Payment

Interlocking Concrete Pavers shall be measured in square metres (m2).

Basis of Payment

Payment at the Contract price for the tender item "Interlocking Concrete Pavers Including Leveling
Course" shall be full compensation for all labour, equipment and material required to complete the
work including excavation, stone dust levelling course and mortar sand.

The Granular 'A' shall be paid for under the Granular 'A' item.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-3550.doc – March 2, 2015


S.P. No: F-4031

Date: March 2017

Page: 1 of 2
ROCK EXCAVATION FOR SEWERS AND WATERMAINS

Amendments to OPSS 403

OPSS 403, shall apply to rock excavation for sewers and watermains except as may be
amended and extended herein.

Definitions

The third heading, “Rock”, of Section 403.03, Definitions, of OPSS 403 is deleted and
replaced by the following:

Rock: will be considered as unfrozen material that cannot be removed using conventional
excavating machinery. Rock excavation will be considered if blasting or hoe ramming is
required to break the unfrozen material prior to excavation. Also boulders larger than one-half
cubic metre will be paid as rock.

Measurement for Payment

Section 403.09, Measurement for Payment, of OPSS 403 is deleted and replaced by the
following:

Actual Measurement

Rock Excavation for Sewers and Watermains

Measurement of rock excavation for sewers and watermains will be made in cubic metres.

The volume of rock excavation shall be determined by the product of the following dimensions
measured in place:

Width: The actual width of trench measured horizontally limited by the maximum allowable
trench width specified in the Contract as the minimum width of bedding required for
the pipe. No additional width will be allowed for excavation required for the
construction of maintenance holes, catch basins, ditch inlets, headwall structures,
valve chambers or meter chambers.

Depth: The vertical distance from the upper limit of the rock surface to the lower limits of the
designated trench. No additional depth will be allowed for excavation required for
the construction of maintenance holes, catch basins, ditch inlets, headwall
structures, valve chambers or meter chambers.

The upper limit is the existing rock surface as measured after removal of overburden
but before rock excavation or the top of shatter, whichever is lower.

\Section F\Sewers\F-4031- March 1, 2017


S.P. No: F-4031

Date: March 2017

Page: 2 of 2
ROCK EXCAVATION FOR SEWERS AND WATERMAINS

Alternatively, the Contractor will be permitted to drill through the overburden and
establish the upper limit of the rock surface after excavation, from the rock surface
elevations on both sides of the trench.

The lower limit will be the elevation at the bottom of the trench or at the bedding
grade, whichever is the higher, except that, where the Contract Administrator directs
that the excavation be carried below the specified grade, the lower limit will be such
lower elevation.

Length: The length will be measured horizontally along the centreline of the trench from
centre to centre of end maintenance holes, catch basins, ditch inlets, headwall
structures, valve chambers, meter chamber or end of pipe not terminating in a
structure, with no deductions in length for intermediate maintenance holes, catch
basins, ditch inlets, valve chambers or meter chambers.

If sewers or watermains are placed in existing excavations, or part thereof, the quantity of rock
previously removed shall be deducted to determine the actual quantity of rock excavation for
the new trench.

Refer to the OPSD’s and Volume 2 as required for detail drawings covering excavation
dimensional requirements.

Basis of Payment

Subsection 403.10.01, Rock Excavation for Trenches and Associated Structures - Item, of
OPSS 403 is deleted and replaced by the following:

Rock Excavation for Sewers - Item


Rock Excavation for Watermains - Item

Payment at the Contract price(s) for the tender items “Rock Excavation for Sewers” and “Rock
Excavation for Watermains” shall be full compensation for all labour, equipment and material
required to excavate the rock and no alterations shall be made to the payment of the
associated tender items affected. This work also includes rock excavation for meter chambers
whose excavation dimensions are outlined in Volume 2. There shall be no additional payment
for breaking rock once it is excavated from a trench, as this is deemed to be included in the
rock excavation item. Excess material management shall be as per OPSS 180.

The Contract price for rock excavation shall be deemed to include a credit for non-excavation
of materials classified as earth.

Where the excavation for sewers and watermains overlap excavation required for other work
under the Contract, then the overlapping excavation shall be paid for in accordance with the
specification for such other work.

\Section F\Sewers\F-4031- March 1, 2017


S.P. No: F-4050
Date: March 2009
Page: 1 of 1

PIPE SUBDRAIN

Amendments to OPSS 405

OPSS 405, shall apply except as may be amended and extended herein.

Construction

Granular Backfill

Pursuant to subsection 405.05.07, Granular, of OPSS 405, granular backfill material for subdrains shall meet the
gradation requirements for HL 4 Coarse Aggregate as specified in clause 1003.05.03.01 of OPSS 1003, and the
backfill shall be wrapped in geotextile as per City of Ottawa drawing R1.

Geotextile

Subsection 405.07.04, Geotextile, is amended by the addition of the following paragraph:

Geotextile shall conform to OPSS 1860. It shall be non-woven Class I. Geotextile shall Meet the requirements
of the approved sewer products listing or as specified in the contract documents.

Outlet Alternatives

Subsection 405.07.01, General, of OPSS 405 is amended by deleting the last paragraph.

Clause 405.07.06.02.01, Installation of Subdrain Outlets, of OPSS 405 is amended by deleting the first and
second paragraph and replacing it with the following:

Outlets shall consist of the terminal 2.5 m and be constructed of non perforated corrugated steel pipe or double
wall Polyethylene or Polyvinyl Chloride pipe having a minimum stiffness of 300 kPa. Outlets shall be of the
same inside diameter as the mains and shall extend beyond the front of the ditch or fill slope for a distance of 0.1
m.

Basis of Payment

The first paragraph of Subsection 405.10.01, Pipe Subdrain, of OPSS 405 is deleted and replaced with the
following:

Payment at the Contract price for the tender item “Pipe Subdrain” shall include full compensation for all labour,
equipment and material required to backfill the pipe subdrains with HL 4 Coarse Aggregate and wrap the backfill
in geotextile.

The contents of the third paragraph of Subsection 405.10.01, Pipe Subdrain, of OPSS 405 are deleted.

Section F\Sewers\F-4050 – March 31, 2009


S.P. No: F-4070
Date: March 2016
Page: 1 of 4

MAINTENANCE HOLES, CATCHBASINS, DITCH INLETS and CHAMBERS

Amendment to OPSS 407

OPSS 407, shall apply to this work except as amended and extended herein.

CONSTRUCTION

Granular Backfill
Subsection 407.07.08 of OPSS 407 is amended by the addition of the following:

The excavation surrounding the exterior of the maintenance hole, catch basin or chambers
shall be backfilled with Granular 'A' conforming to OPSS 1010, to a minimum thickness of
300 mm around all sides of the unit. Granular material shall be placed and compacted in
accordance with OPSS 501.

Precast Construction
Precast construction to be as per MS-13.1.

Maintenance Holes
If the contract calls for round or square maintenance holes, the Contractor may substitute
either round or square types, unless specified in the following section. Substitutions shall
be based on OPSD 701.021.

Circular maintenance holes sizes 1200, 1500, 1800, 2400, 3000 and 3600 shall be as per
OPSD’s. Bottoms sections of 1200 and 1500mm round maintenances holes shall be
monolithic base. Larger diameters may be either monolithic or slab type.

Bottom sections of box maintenance holes up to 1500 x 1800 shall be monolithic. Larger
sizes may be either monolithic or slab type.

Subsection 407.07.12 of OPSS 407 is amended by deleting the last sentence and
replacing it with the following:

Precast maintenance hole joints shall have a rubber gasket or other approved precast
concrete waterproof sealant. In addition, non-circular structure shall have the external
joints below ground water table shall be sealed with an approved waterproof membrane.
During the application of the waterproofing membrane the temperature of the membrane
and the maintenance hole structure shall be in accordance with the manufacturer’s
instructions. Lift holes shall be filled with non-shrink grout and sealed with an approved
waterproofing membrane. See MS-22.15 for approved products.

Benching and Channeling


Subsection 407.07.14 of OPSS 407 is amended by deleting the first paragraph and
replacing it with the following:

Section F\Sewers\F-4070 – March 1, 2016


S.P. No: F-4070
Date: March 2016
Page: 2 of 4

MAINTENANCE HOLES, CATCHBASINS, DITCH INLETS and CHAMBERS

The inside concrete bottom of all sanitary or combined maintenance holes for sewers less
than 900mm diameter shall be benched to the level of the obvert and channeled to
accommodate the pipes installed into them as per OPSD 701.021.
The end of the pipeline shall be flush with the inside of the structure wall. Benching in
existing maintenance holes shall be altered to accommodate the flow from the new
pipeline.

Unless specified otherwise in the contract documents, all storm maintenance holes less
serving local sewers less than 900mm shall be construction with a 300mm sump.

In maintenance holes for sanitary, combined and storm sewers 900 mm diameter and
larger, provide ladders or ladder rungs in a benching cut-out in accordance with S12.2.

Installation of Frames, Grates and Covers


Subsection 407.07.15 and 407.07.16 are amended by the addition of the following:

Unless specified otherwise in the contract documents the contractor has the choice of
installing regular or self-level maintenance hole, valve chamber, valve box and catch basin
frames and covers.

For regular frames and covers located in the traveled portion of the roadway or under a
sidewalk the maintenance hole or catch basins structures shall be constructed or installed
so that the surface on which the adjustment is to be built is a minimum of 150 mm below
the frame and grate/cover assembly.

Unless specified otherwise in the contract documents, cover frames located outside of the
traveled portion of the roadway or the sidewalk shall be anchored directly to the tops of the
precast concrete tops/caps with a minimum of four wedge anchors equally spaced around
the frame. Wedge anchors shall meet the requirements of MS-14.1.

For self-level frames and covers, the elevation of the top of the maintenance hole or valve
chambers structure shall be constructed in accordance with F-4081.

The Contractor shall do the adjustment for maintenance holes and catch basin structures
in accordance with City of Ottawa Special Provision F-4080 “Adjusting or Rebuilding of
Maintenance Holes, Catchbasins, Ditch inlets and Valve Chambers.”

All frames, guide frames, grates and covers, rubber/HDPE adjustment units and
waterproof sealant for maintenance holes, catch basins, valve chambers, and any other
requirement to do the work shall be supplied by the Contractor. Only approved products
shall be used. Expanded polystyrene (EPS) adjustment units shall not be used. Grates
for ditch inlets shall be supplied by the Contractor.

Section F\Sewers\F-4070 – March 1, 2016


S.P. No: F-4070
Date: March 2016
Page: 3 of 4

MAINTENANCE HOLES, CATCHBASINS, DITCH INLETS and CHAMBERS

Installation of Aluminum Safety Platforms and Headroom Requirements


Unless otherwise specified in the contract documents, safety landings/platforms as per
OPSD 404.020 are required by the OHSA for depths greater than 5.0m. Landings to be
located as per OPSD 404.020 Note B amended as follows:

Height Above Benching or Headroom Above Benching or Sump


Sump Bottom to Top of Bottom
Grade
0 to 5m Maximum headroom possible up to 2m
while keeping 500mm minimum between
surface and top of flat cap
Over 5m to 6m Maximum headroom possible with flat
cap located at halfway point. Locate
safety platform in riser.
Over 6m 2m minimum headroom, locate safety
platform(s) in Riser

Subsection 407.07.17 of OPSS 407 is amended by the addition of the following:

• All aluminum work embedded in or in contact with concrete shall be as per MS-13.1.

• Manufacturer shall supply detailed assembly drawings and instructions.

• Metal work shall be erected square, plumb, straight and true, and accurately fitted
with tight joints and intersections.

Installation of Ladders and Steps


Subsection 407.07.19 of OPSS 407 is amended by deleting the first paragraph and
replacing it with the following:

Top ladder rung shall be located not more than 450 mm from the top of maintenance hole
or hatch cover.

Bottom ladder rung shall be located not more than 400 mm above surface directly below.

Leakage Testing
Subsection 407.07.25 of OPSS 407 is amended by the following:

Leakage testing is required for sanitary maintenance holes but not for storm maintenance
holes. The requirement for leakage testing does not apply to sanitary or combined sewer
maintenance hole rehabilitation situations where it becomes impractical to obtain access to

Section F\Sewers\F-4070 – March 1, 2016


S.P. No: F-4070
Date: March 2016
Page: 4 of 4

MAINTENANCE HOLES, CATCHBASINS, DITCH INLETS and CHAMBERS

existing buildings or maintain sanitary sewer service for existing buildings during the period
of the test.

Drop Pipe Connections for Sanitary or Combined Sewer MH’s


Section 407.07 of OPSS 407 is extended to include the work of constructing drop pipe
connections to sanitary or combined sewer maintenance holes where indicated in the
Contract.

For external drop pipes for incoming sewers up to and including 375mm diameter
OPSD 1003.010 shall apply. For external drop pipes for incoming sewers with an ID
greater than 375mm, OPSD 1003.010 shall apply except that the drop pipe ID shall be one
size smaller than the ID of the incoming sewer.

Internal drop pipes for existing maintenance holes on an exception basis only and subject
to the approval of the Sewer Maintenance Section, shall be constructed in accordance with
S12.

Material for internal and external drop pipes up to 450mm dia shall be PVC.

Location of Catch Basins


Catch basins shall be installed as per the standard detail drawing.

A horizontal tolerance of + 25mm shall be acceptable regarding the location of the catch
basin with respect to the face of curb or sidewalk. If the catch basin is installed outside
this tolerance, the Contractor shall re-excavate and re-install the catch basin in it's proper
location at his cost.

Odor Traps for Catch Basin


All catch basins connected to combined sewers shall have an odor trap. Where vortex
ICD’s are required, provide approved vortex ICD’s with intake extensions to provide
odor/floatable control. Where in section type ICD’s are used odor traps shall be supplied
by the City and the Contractor is to pick them up at the City Yards. The Contractor or the
manufacturer of the catch basin shall install the odor trap as per the detail drawing.

Basis of Payment
Section 407.10 of OPSS 407 is amended by the addition of the following:

All adjustments of frames and covers shall be paid under the applicable tender items for
S.P. F-4080.

Section F\Sewers\F-4070 – March 1, 2016


S.P. No: F-4071
Date: March 2015
Page: 1 of 1
CONCRETE HEADWALL FOR STORM PIPE SEWER

Amendments to OPSS 407

OPSS 407, shall apply except as may be amended and extended herein.

Scope

Section 407.01, Scope, of OPSS 407 is extended to include the construction of concrete headwalls, aprons and
appurtenances associated with sewer pipe inlet and outlet structures.

Source of Materials

Unless specified otherwise in the contract documents, where OPSD 804.03 or OPSD 804.04 have been specified,
approved precast alternatives may be substituted where appropriate. See MS-22.15 for details.

Measurement for Payment

Actual Measurement

Subsection 407.09.01, Actual Measurement, of OPSS 407 is amended by the addition of the following:

Headwall structures will be measured by the number of each size and type of unit installed.

Plan Quantity Measurement

Subsection 407.09.02, Plan Quantity Measurement, of OPSS 407 is amended by the addition of the following:

Measurement of headwall structures is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the
number of each size and type of unit installed.

Basis of Payment

Section 407.10, Basis of Payment, of OPSS 407 is amended by the addition of the following:

Payment at the Contract price for the tender item “Concrete Headwall for Pipe Storm Sewer” shall be full
compensation for all labour, equipment and material required to do the work including earth excavation,
removals, reinforcing steel and associated metal appurtenances.

Section F\Sewers\F-4071 – March 2, 2015


S.P. No: F-4080
Date: March 2017
Page: 1 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

Amendment to OPSS 408


OPSS 408, shall apply to this work except as amended and extended herein.

Scope
Section 408.01 of OPSS 408 is amended by the addition of the following:

The work to be carried out under this item shall include change of elevation of any new
or existing structure regardless of type, depth or size excluding hydro electric, gas or
telephone installations. Traffic control maintenance holes and hand holes are also
excluded under this specification as these adjustments are covered in SP F-6202.

In respect to hydro electric, gas or telephone installations, the Contractor shall make
arrangements with the authorities controlling such installations for any adjustment
required. Such arrangement shall be without cost to the Contractor but the Contractor
shall not become entitled to claim any damage or extra compensation from or on
account of the presence of such structure or on account of any delay due to adjustment
of same. Contractor shall arrange for work to be done through utility. If Contractor is to
do work, then Contractor shall arrange for payment through utility.

Construction and Materials


Section 408.07 and 408.05 of OPSS 408 is amended by the following:

Adjusting and Rebuilding


Prior to adjustment or rebuilding, the existing frame and grate/cover, and HDPE
adjustment units shall be removed and salvaged. When salvaged components are in
reusable condition, they shall be cleaned of all mortar, sealants, rust and dirt. The
maintenance hole, catch basins, valve chamber, or ditch inlet shall be adjusted or
rebuilt using these salvaged components, otherwise, new components shall be
installed so that the frame and grate/cover is set to the correct elevation.

For regular frames and covers the maintenance hole, catch basins or valve chambers
structures shall be constructed or installed so that the surface on which the adjustment
is to be built is a minimum of 150 mm below the frame and grate/cover assembly.

The Contractor shall do the adjustment for maintenance holes and catch basin
structures in accordance with one of the following procedures; Note option 1 will
continue only until 1 Oct 2017, to allowed existing inventories to be used up.

Option 1 (Ending 1 Oct 2017) – Poured Concrete and Rubber Adjustment Rings

1. Place a form on the inside and outside of the maintenance hole, valve chambers,
or catch basin structure.

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 2 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

2. Pour 35 MPa concrete cast-in-place encasement with a maximum slump of 60


mm and a minimum 100 mm thickness of concrete on top of the precast structure.

3. Place multiple rubber spacers (with waterproofing sealant between each spacer)
totaling a maximum 50 mm thick OR a single rubber spacer a maximum 50 mm
thick over the freshly poured concrete. HDPE adjustment units may be
substituted for rubber spacers.

4. Use tapered unit(s) to match cross slope and grade of the road. Use of a cut strip
of a unit under one edge of frame is prohibited. Unit must encircle the opening in
one piece so that there are no gaps in support/contact.

5. Place a bead of approved waterproof sealant on top of the top unit.

6. Place the metal frame on top of beaded top rubber spacer so that the top of the
frame is approximately 50 to 100 mm higher than the finished road grade.

7. Push down on the frame to squeeze out excess concrete until the top of the frame
is flush with the proposed finished road grade. For all but curb inlets, trim off
excess concrete down to the elevation of the frame bottom. Granular and asphalt
to be used from there up to avoid cracking the concrete by thermal expansion of
the frame.

Shims and/or precast concrete adjustment risers less than 150 mm will NOT be
allowed to adjust elevation of frames and grates/covers.

Rubber adjustment units shall be bonded to adjacent surfaces by laying a continuous


bead of approved waterproof sealing compound, on the top surface of the concrete
section and on the bottom surface of the rubber adjustment unit. The rubber
adjustment unit shall be seated firmly in place, ensuring that it is centered over the
structure opening. If more than one rubber unit is used, a continuous bead of sealant is
to be laid between each rubber adjustment unit. A continuous bead of sealant shall be
applied to the top surface of the rubber adjustment units and to the bottom of the frame.
The frame shall then be set firmly in place ensuring that it is properly centered over the
structure opening.

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 3 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

Distance between structure Adjustment details


surface and bottom of frame
and grate/cover assembly
150mm (minimum) 50mm Rubber Adjustment Ring(s)
100mm cast-in-place Concrete
150mm to 300mm 50mm Rubber Adjustment Ring(s)
100mm to 250mm cast-in-place
Concrete
300mm to 450mm 50mm Rubber Adjustment Ring(s)
100mm to 250mm cast-in-place
Concrete
150mm Precast Concrete
Adjustment Ring
Above 450mm Notify Contract Administrator

Option 2 – Plastic Adjustment Units

Materials

Plastic adjustment units are made of one of the following materials: High Density
Polyethylene (HDPE) Expanded Polypropylene (EPP) and Expanded Polystyrene
(EPS)

Approved Plastic adjustment units have flat levelling units of varying thicknesses and
slopes to match the required elevation and slope of the road surface. Use of additional
non-approved spacers or shims will not be permitted. See MS-22.15 for the list of
approved Plastic adjustment units.

Sealant

For HDPE use an approved Butyl rubber waterproof sealing compound. For EPP and
EPS use an approved Polyether adhesive. See MS-22.15 for the list of approved
sealants and adhesives. Approved sealants and adhesives may be substituted subject
to approval of the Contract Administrator.

Installation

In general, all maintenance holes, catch basins, valve chambers and ditch inlets shall
be adjusted to final elevation of the area at the location of the structure using Plastic
adjustment units in general conformance with OPSS 408 and F-4080. For maintenance
holes and valve chambers, the complete adjustment system shall consist of the flat and
sloped rings, bonded to the structure, casting, and one another by means of approved
sealant/adhesive.

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 4 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

Prior to adjustment or rebuilding, the existing frame and grate/cover, and any
Plastic/concrete adjustment units shall be removed and salvaged. When salvaged
components are in reusable condition, they shall be cleaned of sealants, rust and dirt.
The maintenance hole, catch basins, valve chamber or ditch inlet shall adjusted or
rebuilt using these salvaged components, otherwise, new components shall be
installed so that the frame and grate/cover is set to the correct elevation.

New maintenance hole, catch basin or valve chamber structures shall be constructed
or installed so that the surface on which the adjustment is to be built is a minimum of
150mm below the frame and grate/cover assembly. The maximum height of Plastic
adjustment units used shall not exceed 150mm

Installation of Maintenance Holes, Valve Chambers, Catch Basins and Ditch Inlets

Install Plastic adjustment rings in accordance with manufacturer’s installation


instructions. Note that there are notable differences between the products for example

1. HDPE uses a sealant whereas EPP and EPS use an adhesive.

2. Square HDPE adjustment units are designed to allow infiltration from the
surrounding roadbed into the catch basin, so it is not necessary to seal them
with caulk however the filter cloth is critical to avoid deterioration of the
pavement around the catch basin structure.

Catch basins and ditch inlets

If the Plastic adjustment unit has to be offset horizontally to allow for mis-placement of
the precast structure offset the units a maximum of 100mm. The required offset for the
cover frame should be distributed evenly between each of the adjustment units (a
150mm offset from precast structure to the cover frame should be made with a 50mm
offset on each unit if 3 units are required.

Shims and/or precast adjustment units less than 150mm will NOT be allowed to adjust
elevation of castings. A 150mm precast concrete adjustment unit may be placed at the
bottom of the stack to provide a step, if required.

All frames, grates and covers, Plastic adjustment units, filter cloth and waterproof
sealant or adhesives for maintenance holes, catch basins and valve chambers shall be
supplied by the Contractor.

Distance between structure Adjustment details


surface and bottom of frame
and grate/cover assembly

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 5 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

150mm (minimum) 150mm Plastic adjustment rings


185mm to 300mm 35mm to 150mm Plastic adjustment
rings
150mm Precast Concrete
Adjustment Ring
Between 150mm and 185mm Notify Contract Administrator. Option
and above 300mm 1 may be required.

Option 3 – Self-Levelling Frames


The Contractor shall do the adjustment for self-level frames for maintenance holes,
valve chambers and surface inlet catch basins as per manufacturers recommended
adjustment procedures and F-4081. Rubber/Plastic adjustment units are not required
for self-level frames but can be used to elevate the guide frame provided steps are
installed every 300mm.

Curb Inlet Catch Basins


For options 1 and 2 above precast concrete adjustment rings of 2” and greater
thickness may be used in lieu of rubber or Plastic adjustment rings.

Valve Boxes
Self leveling Valve Boxes shall be adjusted as per manufacturers recommended
adjustment procedures and F-4081.

Regular Valve Boxes shall be adjusted by encasing the unit with 35 MPa cast-in-place
concrete. The concrete shall have a smooth top finish and that shall not encroach into
the designed, or existing, pavement structure.

Reinstatement
Subsection 407.07.16 of OPSS 407 is amended by the addition of the following:

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 6 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

For Option 1, where installations occur in flexible pavement, an asphalt ring shall be
placed 300 mm wide and 150 mm thick (2 x 75 mm lifts) to within 75 mm of the
proposed finished asphalt surface. This ring shall be constructed with binder grade
asphalt.

OPTION 1- REINSTATEMENT

For Option 2, where adjustment of the structure is complete, granular material shall be
replaced and compacted up to the bottom of the frame and grate/cover assembly. An
asphalt ring shall be placed 300mm wide to within 75mm of the proposed finished
asphalt surface. This ring shall be constructed with binder grade asphalt.

For Option 3, follow manufacturers’ details.

Where adjustments or rebuilding occurs in granular shoulders, an asphalt ring shall be


placed 500 mm wide and 50 mm thick and flush with the top elevation. This ring shall
be constructed with binder grade asphalt.

All frames, guide frames, grates and covers, rubber/plastic adjustment rings, concrete
units, filter cloth and adhesives or waterproof sealant for maintenance holes, catch
basins, valve chambers, and any other requirement shall be supplied by the Contractor.
Only approved products shall be used.

Grates for ditch inlets shall be supplied by the Contractor.

Restoration
Subsection 408.07.10 of OPSS 408 is amended by the addition of the following:

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4080
Date: March 2017
Page: 7 of 7

ADJUSTING OR REBUILDING OF MAINTENANCE HOLES, CATCH BASINS, CURB


INLETS, DITCH INLETS, VALVE BOXES, AND VALVE CHAMBERS

Where adjustment or rebuilding of structures occur in a roadway with concrete base or


pavement, the area so affected by the work shall be properly reinstated.

A maximum vertical tolerance of 5mm below finish grade shall be acceptable for the
final adjustment of all iron frames. The tolerance shall be measured anywhere along
the length of a 1.5m straight edge laid across the top of the frame in the direction of
traffic flow. The Contractor shall re-adjust at his cost any frame that does not meet this
tolerance.

Measurement for Payment


Section 408.09 of OPSS 408 is deleted in its entirety and replaced with the following:

Measurement will be of the number of new and existing structures, whether adjusted or
rebuilt, any size or extent of change of elevations. Where adjustments are necessary
on the same structure more than once, each adjustment shall be counted for payment.
Adjustments that are required due to quality or workmanship issues, as well as
Contractor delays, will not be paid.

Where twin catch basins are adjusted, two adjustments shall be counted for payment.

Basis of Payment
Section 408.10 of OPSS 408 is deleted in its entirety and replaced with the following:

Payment at the Contract price for the applicable tender items shall be full compensation
for all labour, Equipment, and Material to do the work.

Section F\Sewers\F-4080 – March 1, 2017


S.P. No: F-4081
Date: March 2017
Page: 1 of 2

SELF-LEVELING MAINTENANCE HOLE FRAME AND COVER

F-4080 and F-4070 are amended by the following

CONSTRUCTION

Installation of Frames, Grates and Covers


The Contractor shall supply self-leveling upper and guide frames and correct covers from
the list of approved products MS-22.15

Installation on New Structures


Where self-level frames are being installed on new maintenance holes, valve chambers,
valve boxes or catch basins, the Contractor shall confirm that the structure is constructed
and installed to minimize the breaking out of asphalt base courses during the self-leveling
frames installation. Breaking out of surface coarse asphalt is not permitted.

The Contractor shall confirm the recommended operating ranges for the self-leveling
frames with the manufacturers. However, for bidding purposes, an operating range of
250mm (minimum) to 400mm (maximum).

At no time shall the guide frame be in contact with the upper frame when open to traffic. At
no time shall cold patch be used to surround or support the upper frame.

The Contractor shall follow the manufacturer’s instructions for installation and adjustments.

Installation on Existing Structures (non-overlay)


The following procedures are for general information only. The Contractor shall confirm
installation procedures with the manufacturer representative.

The Contractor shall confirm (depending on the minimum height of the self level product
used) that the concrete structure is a minimum of 250mm below the finished grade of
asphalt. If less than 250mm exists, contact the Contract Administrator, as removal of rings
or maintenance hole sections and readjustment as per F-4080 may be required.

1) Break-out asphalt approximately 500mm around outside of existing structure. Exact


dimensions shall be determined by site conditions.

2) Unless otherwise stated in the contract, remove and salvage existing frame and
cover.

3) Install the guide frame directly on the structure. Ensure the guide frame does not
move during the reinstatement operations.

4) Slide the upper frame inside the guide frame. Install the cover in the frame to
prevent grade or asphalt from getting into the structure.

Section F\Sewers\F-4081 March 1, 2017


S.P. No: F-4081
Date: March 2017
Page: 2 of 2

SELF-LEVELING MAINTENANCE HOLE FRAME AND COVER


5) Place a protective board or plate on the cover to prevent material from entering the
MH.

6) Reinstate the cut with Hot Mix Asphalt. At no time shall cold patch be used to
surround or support the upper frame.

7) Lift the frame (with shovels or levers) and push generous quantities of warm asphalt
(taken from around it) under the frame using an inverted rake or other effective
pushing tool. It is important to make sure there is asphalt under the turned down
edges so the frame will sit in the asphalt. The frame should sit approximately 25 to
38mm higher than the asphalt before rolling it (adjust for particular Hot Mix).

8) Start by compacting from the outer perimeter of the upper frame working the asphalt
towards the centre. This will ensure compaction of the asphalt under the lip. Finish
by rolling over the centre of the frame and cover initially with the compactor as if it
was the pavement. Roll over the remainder of the frame and cover to finish. This will
integrate the frame into the pavement and make it part of the road surface.

9) IMPORTANT: Make sure that the upper frame rests on the road surface asphalt
and does not sit on the guide frame or concrete of the structure as this will cause
rocking and lead to noise complaints, possible damage to the frame or structure and
possible hazardous ejection of the cover from the frame. Re-adjust if necessary.

Installation on Existing Structures (Overlay)


Follow the procedure outlined in the Installation on Existing Structures (Non-Overlay)
with the exception that the initial adjustment shall be to the base elevation (milled surface,
asphalt base, etc.) Cold patch does not have the strength to support and hold the upper
frame and therefore shall not be used under or around it. The final adjustment shall be
completed after the overlay asphalt has been placed.

Basis of Payment
Payment at the Contract price for the applicable items shall include all material, labour,
and equipment associated with the installation, and all work to adjust to any interim and/or
final grades. No separate payment will be made for any interim or final adjustments

Section F\Sewers\F-4081 March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 1 of 12
CLEANING AND TELEVISING OF SEWERS

Amendments to OPSS 409

OPSS 409, shall apply except as may be amended and extended herein.

The sewer inspection shall be performed to observe and record structural and service defects
along with construction features. All observations shall be coded in accordance with Canadian
Standards Association (CSA) PLUS 4012-10 Standard (NASSCO PACP).

Inspection results containing survey (header) and defect (condition details) information are to
be provided in a Microsoft Access database in a format specified herein

As per OPSS 409, the Contractor is required to use NASSCO PACP Certified Operators.

This specification covers the requirements for the CCTV inspection of all existing and newly
constructed sewers including Capital Works projects and New Developments. All CCTV
supplied to the City of Ottawa shall conform to this Special Provision and shall include a USB
Storage Device containing Digital Videos of the Inspections and a Digital Data file containing
the results of the inspection in the format specified herein.

The following sections outline the terms of use for this specification based on the following
situations.

Scope

In general, the City receives CCTV inspection reports from three different categories.

1) General Condition Assessment


2) Construction – Capital Works Projects
3) Construction – New Development

The deliverables to the City are the same in all three cases, namely, a USB Storage Device
containing a Digital copy of the report in PDF format, the Digital Video Inspections, and the
Digital Data Files. Similarly, in all three of the categories, each sewer on each street will
have a separate submission of deliverables.

In all three categories, the sewer must be clear of debris for the CCTV inspection. Contractors
must take care that the cleaning process does not damage the pipe.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 2 of 12
CLEANING AND TELEVISING OF SEWERS

CONSTRUCTION – CAPITAL WORKS PROJECTS

Capital Works and Rehabilitation projects require the protection of existing sewer infrastructure
that will be kept in service following construction. Existing sewer infrastructure that will remain
in service that lies in the vicinity of proposed construction will always require a Pre and Post
Construction CCTV Inspection. Pre & Post Inspections for these projects must always use the
City Structure Identifiers.

Pre-Construction Inspection

Prior to commencing construction, a pre-construction CCTV Inspection must be


completed on all the sewers within the construction limits plus the first length of existing
sewer pipes outside of the contract limits including cross streets. With the exception of
any pipes that are being removed during construction, which do not require pre-
construction CCTV inspection.

Post-Construction Inspection

Upon completion of binder course asphalt but before applying the final course of asphalt,
a post-construction CCTV Inspection must be completed on all the sewers within the
construction limits plus the first length of existing sewer pipes outside of the contract
limits including cross streets.

The Contractor shall obtain approval from the Contract Administrator prior to applying
the final lift of asphalt. Any defects must be compared with the Pre-Construction
Inspection to determine whether the construction activities adversely affected the
existing sewer infrastructure. The Contractor must repair any damages resulting from
construction activities to the satisfaction of the City of Ottawa.

CONSTRUCTION – NEW DEVELOPMENT

Upon completion of binder course asphalt but before applying the final course of asphalt, a
CCTV Inspection must be completed on all the sewers within the construction limits plus the
first length of sewer pipes outside of the contract limits.

Following review of the CCTV, the Contract Administrator must provide the Contractor approval
prior to applying the final lift of asphalt.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 3 of 12
CLEANING AND TELEVISING OF SEWERS

Amendments to OPSS 409

Section 409.06.04.02 of OPSS 409, is deleted in entirety.

Section 409.07.01 of OPSS 409, is amended by the addition of the following:

Sewer Cleaning

General Condition Assessment Inspections:

The cleaning process shall normally consist of three (3) passes to clean debris and
blockages in preparation for the sewer inspection or until cleaned and clear of debris.
Should additional cleaning be required, the City’s Contract Administrator shall be notified
in advance of such activities in order to determine the appropriate changes in the
cleaning methodology and the amount of additional payment to the Contractor.

Construction – Capital Works Projects & New Development Inspections:

All maintenance holes and sewer pipes are to be cleaned prior to CCTV inspection. For
New Developments, and Post Construction inspection, all maintenance holes and sewer
pipes are to be cleaned prior to CCTV inspection and catch basins and catch basin leads
to be flushed and/or pumped prior to inspection.

The sewers are to be cleaned and clear of debris and blockages in preparation for the
sewer inspection.

Section 409.07.04.01 of OPSS 409, is amended by the addition of the following:

The Contractor shall notify the City’s Contract Administrator at least forty-eight (48) hours in
advance of any inspection work.

The Contractor shall measure the pipe length before conducting the CCTV inspection. The
CCTV operator shall enter the measured pipe length in the “further details” area of the survey
(header) information.

Pan & tilt cameras will be used for sewers 200 mm and larger. The inspection camera must be
capable of full pan and tilt viewing that shall stop and look directly up and into each service
connection for a minimum of five (5) seconds. Fixed camera heads shall only be used for pipe
diameters less than 200 mm in diameter.

When performing television inspection, the maximum depth of flow shall not exceed that shown
below for the respective pipe sizes as measured in the manhole or within the pipe. Flow control
measures shall be implemented to ensure the acceptable water level during CCTV Inspection.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 4 of 12
CLEANING AND TELEVISING OF SEWERS

Pipe Diameter (mm) Acceptable Water


Level
150 & <= 250 25% of Pipe Diameter
> 250 & <= 610 30% of Pipe Diameter
> 610 35% of Pipe Diameter

All sewer inspections shall be performed in the direction of the flow unless there is no
accessibility to a manhole or a reverse setup is required (due to obstruction). The sewer
inspection shall be conducted on a single sewer section at any one time and always starting at
the upstream manhole and proceed downstream in a consecutive manner.
If the sewer inspection of an entire sewer line cannot be completed due to a collapse,
excessive deformation or intruding connection, obstruction or severe displaced joint (s), the
equipment shall be moved to the downstream manhole (opposite end) and the inspection again
attempted. Should the Contractor not complete the reverse inspection, the City’s Project
Manager or Inspector must be advised immediately. The City will decide to abandon the sewer
inspection or modify the camera/transport set-up, remove the obstruction or perform an
emergency repair (if required).
Should a new manhole or new pipe section be identified (discovered) during the sewer
inspection, the Contractor shall perform the following activities:
a) Split the originally identified pipe section into separate inspections;
b) The upstream section will retain the original structure identifier. The downstream
pipe section will carry the same identifier as the previous pipe section inspected and
modified to include a suffix such as a, b, c… Each pipe section shall be referenced
as individual pipe sections in the inspection log/reports;
c) The new manhole number shall be the same as the upstream manhole number
provided by the City and modified to include a suffix a, b, c…
d) The location of the new pipe section shall be marked on the drawing and provided in
the associated report.
There shall be no buried manholes on New Development or Capital Works Post Construction
projects. Manholes are to be exposed and the sewers re-inspected.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 5 of 12
CLEANING AND TELEVISING OF SEWERS

Section 409.07.05 of OPSS 409 is deleted in its entirety and replaced with the following:

Deliverables

The Contractor shall submit the following deliverables once the inspection is complete:

1) A Digital Inspection Report in PDF format for each street inspected.


2) Digital Video of the Inspection for each street inspected.
3) Digital Data file containing the results of the inspection in the format specified.

The Contractor shall submit to the City Project Manager or Contract Administrator the
deliverables within 12 working days from the date of the inspection.

If any report is inaccurate, incomplete, or in the opinion of the City insufficient, or if the clarity of
the colour video is unacceptable to the City, the Contractor shall re-inspect the entire runs in
question and provide new reports at no cost to the City. Documentation of the television report
shall be in a format acceptable to the City.

All dimensions shall be metric.

1) INSPECTION REPORT
General
The Contractor shall submit a digital copy of the inspection report in PDF format. The
inspection report shall be presented on a street-by-street basis for each type of sewer and
be sequenced in the same order as the sewer inspection on the video media.

The report shall consist of the following:


a) Title page;
b) Index summarizing the content of the report in the order that it was inspected;
c) Sewer Inspection information including; Survey & Defect information
d) Defect images of all major pipe defects;
e) Map/Plan showing each pipe inspected

Title Page
The title page shall contain as a minimum the following information:
a) Project Id or Contract Number
b) Contractor Name or Logo
c) City issued Report ID or Work Order Number (Job Number)
d) Location – Street Name
e) Date of Inspection Completed
f) Sewer Type (Use of Sewer)

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 6 of 12
CLEANING AND TELEVISING OF SEWERS

Index Summary Page

The CCTV inspection report shall contain an index summary page and it must contain the
following minimum information:
Header
a) Project Id or Contract Number
b) City issued Report ID or Work Order Number (Job Number)
c) Date of Inspection Completed
Listing:
a) Date of Inspection
b) City Structure ID
c) Location – Street Name
d) City Manhole numbers Start and Finish
e) CTV Length
f) Pipe Size
g) Comments

Defect Images
The digital images for the sewer pipe shall not exceed six (6) per page and shall be
positioned in the report to provide viewing of the images and the corresponding
defect/observation information.

Map/Plan

For all CCTV inspection reports, the Contractor shall attach a drawing to each CCTV report
with each inspected pipe clearly annotated with the City’s standard manhole numbering
systems. The drawing size shall be in each respective CCTV inspection report in either
letter (11" x 8 ½"), legal (14" x 8 ½") or tabloid (11"x17") format. Larger sizes are only to be
used when smaller standard maps or plans are not available such as with city
capital/construction projects or New Development. Contractor may be required to make
edits to produce the necessary maps. Map or Plan will be provided by the City’s Contract
Administrator. Should City standard manhole numbers not be available, the Contractor shall
contact the Contract Administrator to obtain them.
For new development projects only, the Contractor shall attach the sewer site plan to each
report annotated with the proposed design manhole numbers.

2) DIGITAL VIDEO RECORDING (S):

The Contractor shall provide to the City a USB Storage Device made by a reputable
manufacturer acceptable by the City. The digital video files shall be supplied in MPEG1 format

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 7 of 12
CLEANING AND TELEVISING OF SEWERS

(no sound) or MPEG4 format. Picture size shall be a minimum 352 x 240 @ 30 frames per
second with a data/bit rate of MPEG-1 @ 2.4 M-bits/sec.
Each report will have a Report ID (JOBNUMBER) that has been provided by the City. In
general, a separate Report ID (JOBNUMBER) is generated for each type of sewer on each
street segment. For example, the storm sewer on Street A will have a unique Report ID
(JOBNUMBER) from the sanitary sewer on Street A.

The Contractor can provide multiple Inspection Reports as required on a USB Storage device
provided that each Report and all of its associated files are within a unique folder which is
labeled as the Report ID (JOBNUMBER)

The Contractor shall provide a single digital video file for each sewer pipe segment.

Standard Video File Naming Convention


The name convention for each digital video file shall be the pipe Structure Identifier (Structure
ID) plus the extension.

Examples: SAN37991.mpeg - for sanitary sewers


STM38263.mpeg - for storm sewers
COM11713.mpeg - for combined sewers

New Subdivision CCTV Inspection Work Video File Naming Convention


For new subdivision CCTV inspection work, the name convention for each digital video file shall
be the start and finish manhole numbers as shown on the drawing plus the extension.

Examples: MHSA101-MHSA102.mpeg - for sanitary sewers


MHST203-MHST205.mpeg - for storm sewers
Label

Each USB Storage Device shall be permanently labeled with the following information:

a) City Report ID/Job/Work Order No.

3) DIGITAL DATA FILE:


The Contractor shall submit digital data file containing the results of the inspection in the
inspection report. The file shall be in Microsoft Access (MDB) format (Version 2007) and must
contain two tables consisting of survey (header) and defect (condDetail) information. Table
name shall be “Header” and “CondDetail” for survey and defect data, respectively. Digital data
file shall be provided with all final CCTV reports.
The data file shall be named commencing with the JOBNUMBER (as provided by the City) and

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 8 of 12
CLEANING AND TELEVISING OF SEWERS

the standard Access extension (.MDB). (For example: 07-07-031.mdb)


Digital data file shall be provided with all final CCTV reports.
The contractor shall record and report Survey and Defect information to the City in a digital data
file table structure as follows.
Survey Information – Header Table Structure:
Each record within the “Header” table represents individual sewer inspection. The Contractor
shall provide all survey data for each report in a “Header” table in the format and contain the
data specified below:
Header Table Format: (Survey Information)
Field
Field
Num Field Name Field Size Description
Type
ber
Autonum
1 ID ---- Set as Primary Key
ber
Enter name or initials of the person responsible for
2 SURVEYEDBY Text 24 completing the CCTV survey and a standard
abbreviation of the company name
CONTRACTNU Contract identification number. Provided by the City
3 Text 8
MBER (Project Number or Purchase Order Number)
Report identification number as defined by the City
4 JOBNUMBER Text 10 (ie. 3-08-001). This is also known as Survey ID or
Work Order number.
Pipe structure identification number (StructureID) as
defined by the City (SAN01434) along with
5 CATCHMENT Text 10
Inspection Code (if required)
(ie; SAN01434FC)
6 DIVISION Text 1 Data is Optional (Field Required)
7 DISTRICT Text 3 Data is Optional (Field Required)
PIPELENGTHRE Pipe reference identifier as defined by WRc format
8 Text 11
F version 3.
Date/Tim Date of Inspection; Format YYYY-MM-DD
9 SURVEYDATE 8
e (Year,Month,Day)
(Short
Date/Tim Enter start time of survey - use the 24 hour clock,
10 SURVEYTIME Time)
e e.g. 3:30pm = 1530
4
11 LOCATION Text 50 Enter street name
CCTV survey starting manhole identifier as provided
STARTMANHOL
12 Text 10 on map and/or provided by the City. ie.
E
(MHSA12345)
Single or Start Manhole depth - Measure, on site, in metres
13 SDEPTH Number
Double (to two decimal places) the distance between the

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 9 of 12
CLEANING AND TELEVISING OF SEWERS

Field
Field
Num Field Name Field Size Description
Type
ber
5,2 cover level of the manhole and the invert level of the
pipe. If a buried manhole is encountered, enter
Start Manhole BURIED in the comment field.
Single or
14 SCOVER Number Double Data is Optional (Field Required)
5,2
Single or
15 SINVERT Number Double Data is Optional (Field Required)
5,2
CCTV survey ending manhole identifier as provided
FINISHMANHOL
16 Text 10 on map and/or provided by the City.
E
ie.(MHSA23456)
Finish Manhole depth - Measure, on site, in metres
Single or (to two decimal places) the distance between the
17 FDEPTH Number Double cover level of the manhole and the invert level of the
5,2 pipe. If a buried manhole is encountered, enter
Finish Manhole BURIED in the comment field.
Single or
18 FCOVER Number Double Data is Optional (Field Required)
5,2
Single or
19 FINVERT Number Double Data is Optional (Field Required)
5,2
Use of Sewer: C-Combined; F-Sanitary (foul); S-
Storm;
20 USESEWER Text 1
W-Watercourse (culverted); O-Other (state in
comments); Z-not known
Direction of CCTV Survey in terms of flow:
U-survey upstream (camera pointing against flow);
21 DIRECTION Text 1
D-survey downstream (camera pointing with the
flow);
Enter pipe dimension if circular, or enter height of
22 SIZE1 Number 4
pipe (mm)
23 SIZE2 Number 4 Enter maximum sewer width if not circular (mm)
A-arched; B-barrel; C-circular; E-egg shaped; H-
horseshoe; O-Oval; R-rectangular; S-square; T-
24 SHAPE Text 1
trapezoidal;
U-U shaped with flat top; X-Other
AC-asbestos cement; BR-Brick; CI-cast iron; CO-
25 MATERIAL Text 3
concrete; CC-Concrete Box Culvert; DI-Ductile Iron;

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 10 of 12
CLEANING AND TELEVISING OF SEWERS

Field
Field
Num Field Name Field Size Description
Type
ber
PE-High Density Polyethylene; PVC-polyvinyl
chloride; VC-vitrified clay; XXX-Other; ZZZ-Not
Known
Where the sewer has been relined enter one of the
following codes: CL-Cement; IS-Soft Inversion type
26 LINING Text 3 Liner (CIPP) or where the sewer has been lined with
one of the codes listed under "Material"; then use
the same code. XXX-Other; ZZZ-Not Known
Single or
Length of individual pipe segment (between joints)
27 PIPELENGTH Number Double
to one decimal place. (metres)
2,1
Single or Camera distance from start manhole measured from
28 TOTALLENGTH Number Double the face of the start maintenance hole to the end
4,1 maintenance hole. (metres)
29 YEARLAID Text 4 Data is Optional (Field Required)
30 VIDEONUMBER Text 5 Enter Video Number as required
Enter any general information relevant to the CCTV
31 COMMENTS Text 50
survey of the complete sewer length.
A-Specific problem related to structural or service
defects; B-Specific problem related to Infiltration;
C-Assessment of Complete remedial or renovation
works; D-Pre-Adoption - normally new sewer for
adoption
32 PURPOSE Text 1
E-Pre-Acceptance - New Sewers Constructed; F-
Sample Survey to determine Asset Condition
(Inventory); G-Associated with Future capital
Scheme including planning; H-Resurvey for any
reason X-Other (sate in comments); Z-Not Known
SEWERCATEG
33 Text 1 Data is Optional (Field Required)
ORY
Enter Y if pre-cleaning was carried out, N if it was
34 PRECLEANING Text 1 not, Z if unknown
Y or N only to be entered if definitely known
Enter weather code 1- Dry, 2- Heavy Rain, 3- Light
35 WEATHER Text 1
Rain, 4-Showers, 5-Snow
A-Main Road Urban; B-Main Road Rural; C-Light
LOCATIONCOD Road Rural; D-Foot path;
36 Text 1
E E-Fields; F-Gardens Private property; G-
Woodlands; X-Difficult Access

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 11 of 12
CLEANING AND TELEVISING OF SEWERS

Field
Field
Num Field Name Field Size Description
Type
ber
FURTHERDETAI Enter any further details related to the location of the
37 Text 48
LS line or manholes. House address of start manhole.
Enter “Y” if the inspection is a reversal as defined by
38 REVERSE Text 1
the Client.

Defect Information – CondDetails Table Structure:


The Contractor shall provide all defect data for each report in a “CondDetail” table in the format
and contain the data specified below:

CondDetails Table Format: (defects)


Field
Field Name Field Size Description
Type
Auto
1 ID Numbe ---- Set as Primary Key
r
Numbe Video Time/Counter reading or information
2 VIDEONUMBER 5
r linking video to CondDetail data.
PHOTOGRAPHNU Numbe Photo reference value entered manually or
3 3
MBER r automatically.
Single or Starting from the beginning of the CCTV survey,
Numbe Double
4 DISTANCE enter the distance (to one decimal place in
r
(5,1) metres) for each defect/observation.

Used to indicate the start and finish of


continuous defects using the letters S, or F
CONTINUOUSDEF
5 Text 2 along with an identifier 1,2,3. Use letters a-z
ECT
when there are more than 9 continuous defects
per pipe.
Defect or Observation Code as specified in the
6 CODE Text 4 Manual for Sewer Condition Classification
(WRc) Version 3.
Diameter or Dimension value; As specified in the
DIAMETER_DIME Numbe
7 4 Manual for Sewer Condition Classification
NSION r
(WRc) Version 3.
Clock reference - At or From/To; As specified in
Numbe the Manual for Sewer Condition Classification
8 CLOCKFROM 2
r (WRc) Version 3.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No. F-4090
Date: March 2017
Page: 12 of 12
CLEANING AND TELEVISING OF SEWERS

Field
Field Name Field Size Description
Type
Clock reference - To; (continuous
Numbe Defect/Observation) As specified in the Manual
9 CLOCKTO 2
r for Sewer Condition Classification (WRc)
Version 3.
Numbe Enter the percentage values when relevant for
10 PERCENTAGE 2
r diameter/height, area loss etc.
Numbe Enter, when applicable, the length of an
11 INTRUSION 4
r intruding connection in millimeters.
Report identification number as defined by the
12 JOBNUMBER Text 10 City (3-08-001). This is also known as Survey
ID or Work Order Number.
13 CATCHMENT Text 10 Structure ID as specified in header table.
Any necessary information that may be pertinent
14 REMARKS Text 34
to the CCTV inspection/report.
Data Relationship Link field between header and
Numbe
15 HEADERID 3 CondDetails Table - Value is an autonumber in
r
Header table.

Section 409.09 of 409 is amended and extended to include the following:

Measurement of Payment

Measurement for payment shall be by linear metre of new and existing sewer pipes cleaned
and televised.

Section 409.10.01 of OPSS 409 is deleted in its entirety and replaced with the following:

Basis of Payment

Payment at the contract unit price per linear metre shall be full compensation for the cleaning,
flushing and pumping of catch basins, catch basin leads, maintenance holes, and sewer pipes;
for televising the sewer pipes (excluding catch basin leads) for the production and submission
of the digital video, reports and drawings; and for all other labour, equipment and material
required to complete the work.

Section F\Sewers\F-4090 – March 1, 2017


S.P. No: F-4100
Date: March 2014
Page: 1 of 6
PIPE SEWERS

Amendment to OPSS 410


OPSS 410, shall apply except as amended and extended herein.

MATERIALS

Gravity Sewer Pipe Type Options


Pursuant to Subsection 410.05.01 of OPSS 410, when concrete pipe materials are specified,
the design of the sewer system is based on the classes of pipe and type of pipe embedment
indicated in the Contract. For soils with a bearing capacity of 100 kPa and over, in lieu of
concrete pipe the Contractor may choose type PSM PVC (CSA B182.2) sewer pipe. No other
equivalent pipe profile or material shall be accepted.

The same holds true if the Contract calls for PSM PVC sewer pipe, the Contractor may
choose to supply concrete pipe provided it meets the M.O.E. minimum separation
requirements with any adjacent watermain.

For parallel common trench applications with inadequate horizontal or vertical MOE minimum
separation requirements, only approved PVC pipe for this application may be used in those
areas. See the list of approved sewer products MS-22.15.

For soils of a bearing capacity under 100 kPa, in lieu of concrete pipe or PSM PVC sewer
pipe the Contractor may choose Profile PVC (CSA B182.4) sewer pipe. See MS 22.15 for
approved manufacturers.

The strength and wall designation for PSM PVC sewer pipe or Profile PVC sewer pipe shall
be selected from the appropriate standards in the Contract based on the specified design for
concrete pipe and the equivalent depth of cover range and embedment requirements for rigid
pipe. If the Contractor chooses to install PSM PVC sewer pipe, the embedment for that pipe
shall be constructed according to the standard in the Contract for flexible pipe and the pipe
shall be any colour other than blue.

All sewer pipe, fittings, rubber gasketed inserts and services within areas contaminated or
potentially contaminated with hydrocarbons such as near buried petroleum fuel tanks,
abandoned gas stations or petrol storage areas shall have nitrile gaskets.

Caution: Nitrile gaskets are more fragile/susceptible to tearing than regular gaskets.
Contractors shall be extra cautious when using nitrile gaskets.

Payment that the Contract price(s) for sewers shall be deemed to be compensation in full for
any additional labour, equipment or alternative type(s) of pipe materials.

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4100
Date: March 2014
Page: 2 of 6
PIPE SEWERS

Concrete Bedding, Cradle and Encasement


Subsection 410.05.04 of OPSS 410 is amended with the addition that concrete for bedding,
cradle and encasement shall conform to the requirements of OPSS 1350 for the 28 day
compressive strength of 20MPa concrete.

All concrete work shall be formed to the widths specified in the Contract or otherwise placed
to the full width of trench to undisturbed ground.

The Contract price(s) for sewer pipe shall include the concrete work required for bedding,
cradle and encasement of pipes as detailed on the Contract drawings and as specified herein.

Additional Concrete Work


Notwithstanding the above, when the Contract contains a separate item for "Additional
Concrete Bedding, Cradle and Encasement", the quantity measured for payment under the
item shall be only the amount that is in addition to the volume of concrete work as determined
from the details shown on the drawings or as specified elsewhere in the Contract.

No payment will be made for additional concrete work unless authorized by the Contract
Administrator. The computation of the volume for payment purposes shall be based on the
neat dimensions specified by the Contract Administrator.

Pipe Embedment Material


The Contractor shall totally surround the pipe in accordance with the standard detail drawing
with embedment material to 300 mm above the top of pipe for PSM PVC sewer pipe materials
and to 450mm above the top most point of the pipe for Profile PVC Sewer pipe.

For concrete pipe, the Contractor must use granular ‘A’ material for the bedding and
haunching to the springline of the pipe and sand or granular ‘A’ for the initial backfill material.
Cover to be 300 mm above the top of the pipe.

CONSTRUCTION

Trenching, Backfilling and Compacting


Section 410.07 of OPSS 410 is amended by the addition of the following:

Trenches shall be excavated to the lines, grades, elevations and dimensions specified in the
contract. The theoretical width of the trench shall be determined using the dimensions
specified in the contract.

The Contractor shall final backfill the trench with the specified material from the top of the
embedment to a minimum of 150 mm from existing grade or as directed by the Contract
Administrator. The top portion of the trench shall be final backfilled using granular “A” as a
temporary road surface and maintained until such a time as the road construction begins.

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4100
Date: March 2014
Page: 3 of 6
PIPE SEWERS

The Contractor shall include in the cost of the sewer pipe installation the cost of supplying and
placing the granular “A” for the temporary road surface.

Excavated rock material may be used for final backfilling provided it is well graded, free from
rocks over 300mm in any dimension and is ramped in the trench using a bulldozer or a self-
propelled vibratory roller with a minimum weight of 2200 Kg. The excavated rock material
shall not be used until approval has been received from Contract Administrator.

Final backfill material for the 1.0m layer above the top of the specified pipe embedment for
Profile PVC sewer pipe shall be free of any material greater than 100mm in size or angular in
nature.

Pipe Installation
Subsection 410.07.12 of the OPSS 410 is amended by the addition of the following:

Storm and sanitary sewers constructed in a common trench shall maintain a minimum
horizontal distance of 460mm between outside barrels of pipe. See detail drawing S7.

All invert slopes shall be positively sloping downstream. Absolutely no standing water caused
by reverse slope is permitted. The only standing water that is permitted is in the sumps in the
storm maintenance holes where applicable.

For sewers crossing watermains, consult the detail drawingsW25 and W25.2 for minimum
clearances and construction details.

Clay seals shall be placed where specified in the contract documents in accordance with S8
and compacted to 95% of the maximum dry density.

When the new sewer crosses existing copper water services for an existing Ductile or Cast
Iron watermain that is not being replaced under the contract then two magnesium anodes
shall be attached to each copper service crossing the sewer in accordance with detail drawing
W45. This requirement may be suspended at the discretion of the Contract Administrator only
if the watermain has already been retrofitted with anodes under another program. The City of
Ottawa will supply these anodes.

Marking and Recording Service Connections


Subsection 410.07.14 of OPSS 410 is amended by the addition of the following:

Although the City shows the location of sewer services at the main sewer line to the best of
our ability, it is the Contractor’s responsibility to determine if the sewer service is live and it’s
location from the sewer mainline to the property line.

Service Connections
Subsection 410.07.13 of OPSS 410 is amended by the addition of the following:

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4100
Date: March 2014
Page: 4 of 6
PIPE SEWERS

Connections to existing PSM PVC and Profile PVC sewer mains, between maintenance
holes, shall be made with approved TEE or Wye pipe fittings in accordance with S11.1.
Where Wyes are used they shall discharge the water in a downstream direction.
Service connections up to 375mm diameter to concrete pipes shall be made by one of the
following methods:
• With approved factory “Cored Tees” for new sewers.
• For new and exisiting with approved rubber gasketed inserts in accordance with S11
placed into a round machine cut hole meeting the insert manufacturers diameter and
quality requirements.
• For new and existing by inserting and sealing the bell end of a service pipe into the
round machine cut hole as described in detail S11.2. Bell length shall be limited so
there shall be no protrusion into the sewer pipe.

Factory “Cored Tees” may be used for services greater than 50% of the nominal diameter of
the sewer. Insert and bell connections are limited to where the nominal diameter of the insert
bell is to be no more than 50% of the nominal diameter of the sewer. Maintenance holes shall
be installed when the service is greater than 50% of the diameter of the sewer. Inserts shall
always be connected at right angles to the sewer. If testing reveals leakage between the
insert and the hole then the contractor may apply an approved mastic to the surfaces of the
gasket and the hole to seal the leak. Under no circumstances may hydrocarbon based
materials such as tar be used for this purpose.

Where the main sewer is deeper than 2.75 m below the proposed road grade, the Contractor
may bring up the appropriate size riser pipe to 2.75 m below the proposed road grade and use
22-1/2 degree vertical bends to break grade. Bends sharper than 22-1/2 degrees will not be
permitted. Sharper bends may be achieved by using two 22-1/2 degree bends separated by
straight pipe with a minimum length of 600 mm. Services shall have no more than two 22-1/2
degree horizontal bends.

Where the sewer is deeper than 5m then an approved controlled settlement joint fitting shall
be inserted into the pipe fitting or rubber gasketed insert. The devices may be used for
shallower depths at the choice of the contractor at no additional cost to the City.

The Contractor must ensure and prove to the Contract Administrator that all pre-existing live
service connections to existing sewer mains that are not being abandoned or removed, are
reconnected to the new sewer main.

The Contractor shall extend, replace and/or repair the existing house connection using the
same diameter pipe. In no case shall the extended, replaced and/or repaired sanitary house
connection be smaller than 135 mm in diameter.

Sanitary services to be 135mm and storm services to be 100mm for new residences unless
specified otherwise. Slope of services to be 1% minimum with a minimum of 2% preferred.

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4100
Date: March 2014
Page: 5 of 6
PIPE SEWERS

The storm service lateral shall be located to the left of the sanitary sewer lateral when looking
at the structure from the street.

Under no circumstances shall the Contractor simultaneously make connections to houses on


opposite side of the street within the same block. Access to all properties must be available at
all times for emergency vehicles.

Immediately upon completing the installation of a sewer connection and/or water service in
grass areas, the Contractor shall place a minimum of 100 mm of topsoil to bring the service
trench to grade.

See detail drawings S11 and S11.1 for service connection details.

Pipe Connections to Structures


For concrete pipe connections to structures OPSD 708.020 applies.

• For PVC pipe connections to structures


OPSD 708.020 applies with the condition
that flexible watertight connectors shall be
approved cast-in-place or boot gaskets
listed in MW-22.15.

• For Kor-n-Seal and equivalent type products


with a gap between the pipe and the cored
hole, taper back the top half of the PVC pipe
until the obvert is 50mm behind the inside
wall of the maintenance hole to prevent
rubbing and eventual cracking of the obvert
by cleaning hoses. Hoses shall rub on the
concrete edge not the obvert.

Field Testing
Leakage testing shall be completed in accordance with OPSS 410.07.16 and in accordance
with the plumbing code. Subsection 410.07.16 of OPSS 410 is amended by the following

Leakage testing is required for sanitary sewers but not for storm sewers.

The requirement for leakage testing does not apply to sanitary or combined sewer
maintenance hole rehabilitation situations where it becomes impractical to obtain access to
existing buildings or maintain sanitary sewer service for existing buildings during the period of
the test.

The field tests results shall be documented and submitted to the Contract Administrator.

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4100
Date: March 2014
Page: 6 of 6
PIPE SEWERS

All sanitary services shall be dye tested to identify any cross connections.

Tracing Wire Applications


Tracing wire shall be installed on all non-metallic forcemains.

For all other sewers, tracing wire shall only be provided when specifically required by the
contract.

Proper installation and testing of tracer wire shall be the sole responsibility of the Contractor.

Tracing Wire Installation


See MW – 19.2 for tracing wire material details. Tracing wire shall be installed as per F-7092
except where amended by the following:

Tracing wire to be continuous. The tracing wire shall be easily accessible at all forcemain
valve chambers. The tracer wire loop shall be securely attached to a station post or at top of
the chamber for easy access. The tracing wire shall be laid flat and secured every 3m at the
top or spring line of the pipe.

Sewer Tolerances
Sewers shall be laid to the elevations and gradients specified on the contract drawings.
Unless otherwise noted in the contract, the maximum deviation in elevation at any
maintenance hole shall be within the limits of ±30mm from the invert elevations specified on
the contract drawings. In addition, sewers shall be installed within the limits of ±0.01% of the
gradients specified on the contract drawings.

BASIS OF PAYMENT
Section 410.10 of OPSS 410 is deleted and replaced by the following:

Payment shall be for pipe and associated appurtenances with regular gaskets except where
pipe and associated appurtenances with nitrile gaskets are specified on the drawings.

Payment at the contract price for the above item(s) shall be in full compensation for all labour,
equipment and material to do the work in any material, excluding rock. For rock see F-4031.

Section F\Sewer\ F-4100 – March 31, 2014


S.P. No: F-4101
Date: March 2017
Page: 1 of 3
CONNECTING TO EXISTING MAINTENANCE HOLES, CATCH BASINS,
DITCH INLETS, CULVERTS AND SEWERS

Amendments to OPSS 410

OPSS 410, shall apply except as may be amended or extended herein.

Definition of Existing Structures and Sewers

Section 410.09, Measurement for Payment, of OPSS 410 is amended by the addition of the
following:

For purposes of measurement for payment for connecting to, or, breaking into and connecting
to, existing maintenance holes, catch basins, ditch inlets, culverts and sewers, “existing” shall
mean those structures and sewers that are not part of the new construction under this Contract
but existed prior to the commencement of work or were subsequently constructed by others or
under separate contract during the course of this Contract.

Consequently, connecting to maintenance holes, catch basins, ditch inlets, culverts and/or
sewers constructed under this Contract will not be measured for payment under this tender
item, except when such connections are brought about by changes in the work as may be
ordered in writing by the Contract Administrator.

Breaking into and connecting to a structure or sewer is defined as any work required to create
a new opening in an “existing” structure or sewer and connecting a new sewer into the new
opening.

Connecting to a structure or sewer is defined as any work required to connect to an existing”


structure, sewer opening, including modifications to existing openings or sewer pipe with the
exception of sewer laterals at the property line.

Connections shall be in accordance with F-4100.

Measurement for Payment

Actual Measurement

Subsection 410.09.01.03 of OPSS 410 is amended by the addition of the following:

For the item “Breaking into and Connection to Existing Maintenance Holes, Catch Basins,
Ditch Inlets, Culverts and Sewers”, measurement will be made of the number of new

Section F\Sewers\F-4101 – March 1, 2017


S.P. No: F-4101
Date: March 2017
Page: 2 of 3
CONNECTING TO EXISTING MAINTENANCE HOLES, CATCH BASINS,
DITCH INLETS, CULVERTS AND SEWERS

connections/openings into “existing” structures, culverts and sewers, required for the
connection of the new sewer pipe, or construction of a new structure.

For the item “Connection into Existing Storm/Sanitary/Combined Maintenance Holes, Catch
Basins, Ditch Inlets, Culverts and Sewers”, measurement will be made of the number of
connections into “existing” structures, culverts or sewers, utilizing existing
connections/openings, required for the connection of the new sewer pipe or construction of a
new structure.

Plan Quantity Measurement

Subsection 410.09.02, Plan Quantity Measurement, of OPSS 410 is amended by the addition
of the following:

For the item “Breaking into and Connection into Existing Storm/Sanitary/Combined
Maintenance Holes, Catch Basins, Ditch Inlets, Culverts and Sewers”, measurement is by
Plan Quantity, as may be revised by Adjusted Plan Quantity, of the number of new
connections/openings into “existing” maintenance holes, catch basins, ditch inlets, culverts and
sewers, required for the connection of the new sewer pipe or for the construction of a new
structure.

For the item “Connection into Existing Storm/Sanitary/Combined Maintenance Holes, Catch
Basins, Ditch Inlets, Culverts and Sewers”, measurement is by Plan Quantity, as may be
revised by Adjusted Plan Quantity, of the number of connections, utilizing existing
connections/openings into “existing” maintenance holes, catch basins, ditch inlets, culverts and
sewers, required for the connection of the new sewer pipe or for the construction of a new
structure.

Basis of Payment

Subsection 410.09.02, Basis of Payment, of OPSS 410 is amended by the addition of the
following

Payment for the item “Breaking into and Connecting to Existing Storm/Sanitary/Combined
Maintenance Holes, Catch Basins, Ditch Inlets, Culverts and Sewers” and “Connection to
Existing Storm/Sanitary/Combined Maintenance Holes, Catch Basins, Ditch Inlets, Culverts
and Sewers” at the contract price shall be full compensation for all labour, equipment and
material to do the work.

Section F\Sewers\F-4101 – March 1, 2017


S.P. No: F-4101
Date: March 2017
Page: 3 of 3
CONNECTING TO EXISTING MAINTENANCE HOLES, CATCH BASINS,
DITCH INLETS, CULVERTS AND SEWERS

No separate payment will be made for connections of subdrains or service laterals, as this cost
shall be considered incidental to the per metre cost of the subdrain or service laterals,
themselves, under the appropriate item.

Section F\Sewers\F-4101 – March 1, 2017


S.P. No: F-4102
Date: March 2009
Page: 1 of 1
EXPANDED POLYSTYRENE INSULATION FOR SEWERS

Scope

This Special Provision covers the requirements for extruded expanded polystyrene thermal insulation for sewers.

Material

Only approved extruded expanded polystyrene thermal insulation products with Grade A or higher compressive
strength shall be used. See MW-19.15 for approved insulation products.

Construction

Insulation shall be installed over areas and in thicknesses indicated in the Contract. In trenches, insulation shall
be placed on top of the compacted granular cover material over the pipe.

Sheets shall be placed lengthwise and parallel to the centreline of the installation with staggered transverse joints.
All sheets shall be tightly butted together and secured to prevent movement.

Hardwood skewers 10 mm diameter and 150 mm longer than the thickness of insulation shall be used to secure
the sheets to the prepared surfaces. Skewers shall be inserted at opposing angles of 30° from the vertical.

Where insulation is to be installed on concrete surfaces, it shall be secured in place with an approved adhesive.

Measurement for Payment

Actual Measurement:

Measurement of expanded polystyrene insulation will be made for each Grade in square metres of the area per
unit of thickness specified in the Schedule of Prices.

Plan Quantity Measurement:

Measurement of expanded polystyrene insulation is by Plan Quantity, as may be revised by Adjusted Plan
Quantity, of the area for each Grade in square metres per unit of thickness specified in the Schedule of Prices.

Basis of Payment

Payment at the Contract price for the tender item “Expanded Polystyrene Insulation” shall be full compensation
for all labour, equipment and material required to do the work.

Section F\Sewers\F-4102 – March 31, 2009


S.P. No. F-4103
Date: March 2008
Page: 1 of 2
WEEPING TILE REROUTE WITH BACKWATER VALVE
General

This special provision has been written to cover two different weeping tile rerouting scenarios,
namely one with an interior backwater valve and a second utilizing an exterior backwater valve.

WITH INTERIOR BACKWATER VALVE

Scope

This special provision outlines the general requirements for disconnecting weeping tiles from the
sanitary connection, replacing the sanitary connection as well as adding a new storm connection
complete with interior backwater valve and cleanout and connection to the weeping tiles.

Construction

Where indicated in the contract documents on properties indicated for weeping tile rerouting with
interior backwater valves the existing sanitary connections are to be reconstructed from the house
connection to the sanitary sewer. In addition, weeping tiles are to be disconnected from the sanitary
connection and conveyed via a new building service to the existing storm sewer. A backwater valve
including cleanout and standpipe, as indicated on the detail sketch in the contract documents, is to be
supplied and installed on the weeping tile connection. Approximate locations of service connects
are shown on the plans and are marked in the field. Locations at the sewer and the house are to be
confirmed by the Contractor during construction.

The Contractor shall not be allowed to commence work on private property until authorized by the
Contract Administrator. The Contractor shall minimize disruption to private property and shall
coordinate and cooperate with homeowners as required to maintain access.

Material

See MS-22.15 for the list of approved Backwater valves for interior installations.

The backwater valve and associated access sleeves and plugs shall be made of PVC material.

Measurement of Payment

Measurement for payment of this contract item will be based on the number of houses disconnected.

Basis of Payment

Payment at the contract price for the item “Weeping Tile Reroute with Interior Backwater Valve”
shall be full compensation for all labour, equipment and material required to complete the work.
Work includes, but is not limited to, disconnecting the weeping tiles from the sanitary connection,
connecting the weeping tile and supplying and installing a new backwater valve including cleanout
and standpipe.

Section F\Sewers\F-4103 – March 31, 2008


S.P. No. F-4103
Date: March 2008
Page: 2 of 2
WEEPING TILE REROUTE WITH BACKWATER VALVE

WITH EXTERIOR BACKWATER VALVE

Scope

This special provision outlines the general requirements for disconnecting weeping tiles from the
sanitary connection as well as adding an exterior backwater valve with maintenance riser to a new
storm connection complete with the connection to the weeping tiles.

Construction

Where indicated in the contract documents for weeping tile rerouting with exterior backwater valves,
weeping tiles are to be disconnected from the sanitary connection and conveyed via a new building
storm service to the existing storm sewer. The open end of the disconnected pipe which goes
into/under the building is to be sealed to prevent water infiltration. An exterior backwater valve and
standpipe, as indicated on the detail sketch in the contract documents, is to be supplied and installed
in a preferable grass location, between the property line and the building. The top is to be flush with
the surface to prevent it from being damaged during property maintenance activities. Approximate
locations of service connects are shown on the plans and are marked in the field. Locations at the
sewer and the house are to be confirmed by the Contractor during construction.

The Contractor shall not be allowed to commence work on private property until authorized by the
Contract Administrator. The Contractor shall minimize disruption to private property and shall
coordinate and cooperate with homeowners as required to maintain access.

Material

See MS-22.15 for the list of approved backwater valves for exterior retrofit applications.

The backwater valve and associated access sleeves and plugs shall be made of PVC material.

Measurement of Payment

Measurement for payment of this contract item will be based on the number of houses disconnected.

Basis of Payment

Payment at the contract price for the item “Weeping Tile Reroute with Exterior Backwater Valve”
shall be full compensation for all labour, equipment and material required to complete the work.
Work includes, but is not limited to, disconnecting the weeping tiles from the sanitary connection,
connecting the weeping tile to the new storm service and supplying and installing a new backwater
valve including standpipe.

Section F\Sewers\F-4103 – March 31, 2008


S.P. No: F-4104
Date: March 2017
Page: 1 of 2

ABANDONMENT OF SEWER INFRASTRUCTURE

Scope

This Special Provision specifies how Sanitary, Storm and Combined sewers and
associated maintenance holes will be treated when abandoned as part of the contract.
For the purpose of this special provision the term sewer or pipe shall apply to storm,
sanitary or combined sewermains.

Flowable Fill Material

Flowable fill (abandonment grout) shall be controlled low-strength material consisting


of fluid mixture of cement, fly ash, aggregate, water and with admixtures as necessary
to provide workable properties with a minimum 28-Day compressive strength of 0.4
MPa.

Construction

All service connections shall be handled as per SP F-4100.

All existing sewers to be abandoned may be excavated and removed with the
approval of the Contract Administrator. The trench left by the removed pipe shall be
backfilled with materials in accordance with F-2120.

Otherwise all sewers to be abandoned and left in place as part of the construction
shall have their openings for services plugged. The entire volume of the pipe and any
attached service leads shall be completely filled with flowable fill from the invert to the
obvert over their entire length.

All existing maintenance holes and catch basins to be abandoned are to be removed
to a minimum of 2.4 meters below the final surface elevation. The remainder of the
maintenance hole from the bottom to the top of the subgrade level shall be filled with
flowable fill or other material in accordance with F-2120.

Submissions

The Contractor shall submit to the Contract Administrator at least two weeks prior to
commencement of the abandonment work, the following:

1. A detailed abandonment plan to include the limits of abandonment of the


sewers, identification of all maintenance hole structures to be abandoned,
identification of all services to be abandoned, and identification of all services to
be reconnected to the new sewer system.
2. A detailed work plan describing the proposed approach, methodology and
staging for the abandonment works.
3. The proposed flowable fill material for review and approval prior to use.
4. Confirmation in writing that all CCTV inspections for the proposed

Section F\Sewers\F-4104 – March 1, 2017


S.P. No: F-4104
Date: March 2017
Page: 2 of 2

ABANDONMENT OF SEWER INFRASTRUCTURE


abandonment sewer were reviewed and that all connections, services and
mainline sewers have been identified on the abandonment plan. If no existing
CCTV inspections are available for review, new CCTV inspections must be
acquired, reviewed and the abandonment plan updated accordingly.

Measurement for Payment

When specified separately in the schedule of prices, measurement for payment shall
be cubic meters (m3) of all backfill materials described above as placed in the field.

Basis for Payment

OPSS 206.10, Basis for Payment, is amended by the addition of the following:

Unless identified separately in the schedule of prices, payment at the Contract price
for the tender item “Earth Excavation, Grading (Including Removals)” shall include full
compensation for all labour equipment and material required for the above work.

Section F\Sewers\F-4104 – March 1, 2017


S.P. No: F-4105
Date: March 2013
Page: 1 of 1

MAINTAINING FLOW IN SEWERS AND SEWER SERVICES

GENERAL

The Contractor is required to maintain the storm and sanitary flows during sewer
installation in accordance with OPSS 491 except as amended or extended herein:

SCOPE OF WORK
1. OPSS 491.07.03, Scope, is extended to state that flow in all sewers shall be
maintained at all times with no interruption in services to properties.

2. The Contractor shall ensure that the flow through all storm and sanitary
sewer service connections is maintained at all times.

3. The Contractor is deemed to have included within this item all costs
associated with bypass pumping required for diversion of service connection
flows and diversion of flows from the existing sewer to the new sewers as
and when required.

4. The Contractor is deemed to have included within this item for all costs
associated with bypass pumping as and when required, to divert flows in the
existing sewer systems.

5. On no account shall the Contractor be permitted to temporarily divert any


sanitary water into the storm system or storm water into the sanitary system.

6. The Contractor shall be responsible for any back-ups, basement flooding


incidents or environmental spills. All clean up and restoration in the event of
such occurrences shall be at the Contractors cost.

MEASUREMENT FOR PAYMENT


No measurement for payment shall be made.

BASIS FOR PAYMENT

Payment for the above works is deemed to be included within the appropriate payment
items for sanitary and storm sewer and sewer service installations.

Section F\Sewers\F-4105 – March 31, 2013


S.P. No: F-4106
Date: March 2013
Page: 1 of 2

SEWER INSTALLATION "ALL INCLUSIVE PRICE METHOD" INCLUDING TRENCH


CUT REINSTATEMENT

Scope
This Special Provision covers the work of construction and/or reconstruction of sewers
on an "All Inclusive Price Method" basis including associated appurtenances and
complete reinstatement of trench, pavement and other areas disturbed as a result of the
construction.

References
Section 492.02 of OPSS 492 is amended by the addition of the following specifications:

- OPSS 407 Construction Specifications for the Construction of Maintenance Holes,


Catch Basins, Ditch Inlets and Valve Chambers

- OPSS 408 Construction Specifications for Adjusting or Rebuilding Maintenance


Holes, Catch Basins, Ditch Inlets and Valve Chambers

- OPSS 410 Construction Specification for Pipe Sewer Installation in Open Cut

- F-1201 Amendment to OPSS, General Specifications for the use of Explosives

- F-2060 Earth Excavation, Grading (Including Removals)

- F-3104 Performance Graded Hot Mix Asphalt

- F-3110 Asphalt Sidewalk, Medians, Boulevards, Islands, Private Walks and


Driveways

- F-3145 Clear Stone

- F-3147 Granular Material

- F-3510 Concrete Sidewalk, Medians, Boulevards and Islands

- F-3514 Replace and/or Extend Private Walks and/or Steps

- F-3516 Miscellaneous Reinstatement of Adjacent Properties

- F-3531 Concrete Curb and Gutter

- F-4031 Rock Excavation (Sewers and Watermains)

- F-4050 Pipe Subdrain

- F-4070 Maintenance Holes, Catchbasins, Ditch Inlets and Chambers

Section F\Sewers\F-4106 – March 31, 2013


S.P. No: F-4106
Date: March 2013
Page: 2 of 2

SEWER INSTALLATION "ALL INCLUSIVE PRICE METHOD" INCLUDING TRENCH


CUT REINSTATEMENT

- F-4080 Adjusting or Rebuilding of Existing Maintenance Holes, Catchbasins,


Ditch Inlets and Valve Chambers

- F-4090 Cleaning and Televising Sewers

- F-4100 Pipe Sewers

- F-4101 Breaking into Existing Maintenance Holes

- F-8011 Tree Protection

- F-8021 Topsoil, Imported

- F-8031 Sodding, Staked and Unstaked

- F-8028 Sweeper/Flusher

Materials
Materials and sizes shall be as specified in the contract drawings and as outlined in the
item in the schedule of prices pages.

Construction
Construction of the sewers shall be in accordance with OPSS 410.

Measurement for Payment


Measurement for payment will be on a lineal metre (m) basis.

Basis of Payment
Notwithstanding the Basis of Payment for the referenced clauses, payment at the
contract price for the installation of this sewer shall be full compensation for all labour,
equipment and materials required to do all work specified herein and as indicated on the
contract drawings, including excavation in any material, disposal of surplus or unsuitable
materials, bedding material, backfilling and compaction, concrete, supply and installation
of pipe and associated appurtenances, reconnecting existing sewer services and/or
catch basins leads, and breaking into and/or connecting to existing systems. Such
payment shall include full compensation for the removal of pavement, sidewalks, curbs,
sawcutting, grinding asphalt keys, etc. and restoration work.

Section F\Sewers\F-4106 – March 31, 2013


S.P. No. F-4107
Date: March 2017
Page: 1 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

SCOPE

This Specification covers the general and specific requirements for MH-MH
(maintenance hole-maintenance hole) trenchless sewer rehabilitation by the installation
of a CIPP (Cured-In-Place-Pipe) liner. The CIPP installation work includes: design and
engineering of CIPP, installation and curing of CIPP, testing of CIPP and other works
incidental to the installation of the CIPP including the general and specific requirements
for preparing, testing and reconciling samples from full-length (MH-MH) CIPP (Cured-in-
Place Pipe) liner installations.

REFERENCES

ASTM F1216-09 and ASTM F1216-07a


Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion
and Curing of a Resin-Impregnated Tube

ASTM F1743-08
Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-
Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP)

ASTM 2019-11
Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled in-
Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting
Resin Pipe (CIPP)

ASTM F1417-11a
Standard Practice for Installation Acceptance of Plastic Non-pressure Sewer Lines
Using Low-Pressure

ASTM D790-10
Standard Tests Methods for Flexural Properties of Unreinforced and Reinforced Plastics
and Electrical Insulation Materials

ASTM D2990-09
Standard Tests Methods for Tensile, Compressive, and Flexural Creep and Creep
Rupture of Plastics

ASTM D5813-04(2012)
Standard Specification for Cured in Place Thermosetting Resin Sewer Pipe Systems

DESIGN AND SUBMISSION REQUIREMENTS

Submittals with Tender

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 2 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

The Owner reserves the right to reject the entire tender bid should any of the items
listed herein under “Submittals with Tender” fail to be provided with the tender bid.

The Contractor shall submit an electronic copy of the following:


a) CIPP Liner Design calculations for Standard Loading Condition Design;
b) CIPP Liner Short-term Test Results (ASTM D790) for similar installations
c) CIPP Liner Long-term Test Results (ASTM D2990) for type testing of liner

Submittals During the Contract

The Contractor shall submit an electronic copy of the following:


a) Manufacturer's material specifications and installation procedure, submitted
within seven days of tender closing date;
b) CIPP Liner Design calculations for installations, stamped by a professional
engineer licensed to practice in the Province of Ontario;
c) Curing process data and measurements;
d) Samples of cured liners
e) Independent test reports on samples of cured liners
f) Third Party Testing Agency to be used for testing samples from cured liners
g) Third Party Test Reports on samples from cured liners
h) Pre-liner product details where required
i) Wet out sheets prepared by the wet out facility shall be submitted for all liners
prior to installation. Wet out sheets will include at a minimum the volume of resin,
length, diameter, resin temperature and date of wet out.
j) At least five (5) working days prior to the liner installation, the Contractor shall
provide the following:
i) The minimum pressure or the hydrostatic head required to hold the
tube against the existing conduit and maximum pressure or hydrostatic
head to avoid damaging the tube. A complete log of the pressure or
hydrostatic head shall be maintained on site and be provided to the
Contract Administrator prior to submission for payment.
ii) Minimum temperature and time required for cure of each size and
length of liner. Consider the predicted ambient air temperature at the
time of the installation to ensure the process and curing is suitable for
the conditions.
iii) For each CIPP segment, the Contractor must also submit (in
spreadsheet form) information on roller spacing and pounds of resin to
felt length with respect to the diameter so the procedure can be
verified.
k) Plan for provision of sewage service to affected properties when required.
l) A detailed breakdown of the expected time to complete each lining section. This
breakdown shall include as a minimum the time or a range of time required to
complete all site set up including traffic control and by-pass pumping, insertion of
the liner, curing time of the liner, cool down period, treatment of curing water,
draining of curing water, reinstatement of lateral connections and end treatments
and demobilization of all site works including by-pass pumping and traffic control.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 3 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

m) Required hydrant locations where required for supply of water for water cure
sites.

City of Ottawa C.C.T.V. Inspection Records

The Contractor shall review existing CCTV information provided for the sewers within
the limits of the work. No additional payment for removal of debris, hard deposits and
pipe obstructions required for pipe preparation shall be considered unless V1 CCTV
records indicate that debris, hard deposits or pipe obstructions are greater than
indicated in the CCTV records available during the tender period.

Material Technical Specifications and Manufacturers Installation Procedure

The Contractor shall submit material technical specifications for the CIPP liner and
Manufacturer's recommended installation procedure for the CIPP liner within seven
days of tender closing date for approval and acceptance by the Contract Administrator.
Where, in the Contract Administrator’s finding, the submissions do not conform to the
Contract requirements, the Contractor shall provide revised submissions that do
conform to the Contract requirements for approval and acceptance by the Contract
Administrator.

The Contractor shall follow the accepted installation procedures and specifications as
established in the Contract Documents and in accordance with accepted submissions. If
the Contractor wishes to deviate, in any way, from the submitted and accepted
Manufacturer's installation procedures or material technical specifications for the CIPP
liner, the Contractor shall submit a clear and precise description of the proposed
deviations, the purpose for the deviations and how these deviations would affect the
work and benefit the City of Ottawa to the Contract Administrator.

Design of CIPP Liners

a) Design of CIPP Liners – Submission with Tender

The design submission with tender shall include one design of each sewer size in the
Contract. The designs shall be based on the Contract’s Standard Loading Condition
Design for CIPP Liners, Table 1 below. The standard loading conditions may include
site specific design criteria identified on the contract drawings such as increased sewer
depth or increased ovality. These site specific conditions shall be included in the design
submission. No allowance for increased costs due to non-standard depth of sewer or
pipe ovality shall be considered for payment where these non-standard conditions have
been identified on the contract drawings.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 4 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Table 1
Standard Loading Condition Design for CIPP Liners

Parameter Requirement
Design Method ASTM F1216-07a, Appendix X1, Section X1.2.2 Fully
Deteriorated Gravity Pipe Condition. Later versions of F1216
are not permitted.
Design Life 50 years
Safety Factor 2.0 for all design equations
Diameter Inside diameter of existing sewer. Use nominal diameters for
Tender Submission
Ovality 3% or as otherwise noted on the contract drawings if pipe
ovality is greater than 3%
External Based on ground water table at 1.5m below ground surface.
Hydrostatic
Pressure
External Earth Based on 3.5 meters cover over top of pipe. Or as otherwise
Load noted on the contract drawings if depth of sewer to be
rehabilitated is greater than 3.5m
Live Load AASHTO HS-20
Soil Weight 18.83 KN/m3 (1920 Kg/m3)
Soil Modulus 6.89 MPa
CIPP Liner The flexural modulus used for design shall be the long-term
Flexural flexural modulus for the design life. The long-term flexural
Modulus Used modulus shall be the amount of short-term flexural modulus (as
for Design per ASTM D790) retained for the design life. The short-term
flexural modulus used shall be the value that will be reliably and
repeatedly achieved in liner installations. The retention factor
shall be derived from long-term testing and be appropriate for
stress and stress duration in the installed liner. Independent
third party test data is required (submit with tender) to
substantiate the short-term and long-term values used in
design. The design must identify the short-term and long-term
values. Minimum short-term value shall be in accordance with
the minimum requirement in ASTM F1216-07a (1724 MPa).
CIPP Liner The flexural strength used for design shall be the long-term
Flexural flexural strength for the design life. The long-term flexural
Strength Used strength shall be the amount of short-term flexural strength (as
for Design per ASTM D790) retained for the design life. The short-term
flexural strength used shall be the value that will be reliably and
repeatedly achieved in liner installations. The retention factor
shall be derived from long-term testing and be appropriate for
stress and stress duration in the installed liner. Independent

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 5 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

third party test data is required (submit with tender) to


substantiate the short-term and long-term values used in
design. The design must identify the short-term and long-term
values. Minimum short-term value shall be in accordance with
the minimum requirement in ASTM F1216-07a (31 MPa).

NOTE: The Standard Loading Condition shall be used for Tender design submissions.
For actual liner installations, the Contractor shall follow the requirements of Design of
CIPP Liners – Submission(s) During Contract.

b) Design of CIPP Liners – Submission(s) During Contract

A design submission for a liner installation shall be required in the case where the
Standard Loading Condition Design submitted with Tender is not adequate due to more
onerous conditions than in the Standard Loading Condition Design. The Contractor shall
determine, for each MH-MH sewer section, when the Standard Loading Condition
Design is not adequate for the liner installation. When the Standard Loading Condition
Design is determined by the Contractor to be adequate for the liner installation, no
design submission is required beyond the design submitted with Tender. In making the
determination of adequacy, the Contractor shall determine the following parameters for
each specific MH-MH liner installation.

1 Invert depth is greater than Standard Loading Condition Design or depth


indicated on the contract drawings
2 Ovality is greater than Standard Loading Condition Design or ovality
indicated on the contract drawings
3 Live Load is greater than Standard Loading Condition Design or live load
indicated on the contract drawings
4 Any other parameter that, in the opinion of the Contractor, results in the
Standard Loading Design being inadequate, such as a diameter not
provided for in the Tender.

As part of the determination, the Contractor shall review the existing and any new CCTV
information for the sewer to determine the actual condition of the existing pipe.

In the case where the Contractor has determined that the Standard Loading Condition
Design is not adequate for a liner installation, the Contractor shall advise the Contract
Administrator of this finding. The Contractor shall submit a design for the CIPP liner for
such installations at least 14 days prior to the CIPP liner installation. The design shall be
in accordance with Non-Standard Loading Condition Design for CIPP Liners, Table 2
below.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 6 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Table 2
Non-Standard Loading Condition Design for CIPP Liners

Parameter Requirement
Design Method ASTM F1216-07a, Appendix X1, Section X1.2.2 Fully
Deteriorated Gravity Pipe Condition. Later versions of F1216
are not permitted.
Design Life 50 years
Safety Factor 2.0 for all design equations
Diameter Actual inside diameter of existing sewer where this is
significantly different than the diameter used for Standard
Loading Condition Design
Ovality The actual ovality or as per Table 1, whichever is greater
External The actual ground water table location or 1.5m below ground
Hydrostatic surface, whichever is closer to the ground surface
Pressure
External Earth Based on 3.5 meters cover over top of pipe or the actual cover,
Load whichever is greater
Live Load The actual live load or AASHTO HS-20 whichever results in
the greater loading condition
Soil Weight 18.83 KN/m3 (1920 Kg/m3)
Soil Modulus 6.89 MPa
CIPP Liner As per Table 1.
Flexural
Modulus Used
for Design
CIPP Liner As per Table 1.
Flexural
Strength Used
for Design

The design for any installations that requires a liner thickness greater than the thickness
required for the Standard Loading Condition Design shall be submitted by the
Contractor to the Contract Administrator for acceptance at least 14 days prior to
construction.

Where the design determines that a thicker liner than the Standard Loading Condition
Design thickness is required due to more onerous conditions than the Standard Loading
Condition (such as increased depth, ovality, live load etc.), the increased thickness liner
will be paid for in accordance with the appropriate Tender Item. Should the Tender not
have an appropriate Item, the Contract Administrator will compensate the contractor by
a percentage calculation of the original design and price submitted or where this is not
an appropriate approach, any increased compensation for the thicker liner shall be
negotiated with the Contractor. No additional payment shall be considered when

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 7 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

additional liner thickness is required based on depth of sewer or pipe ovality if the actual
depth of sewer and actual pipe ovality were noted on the contract drawings.

No liner shall be installed that does not meet the requirements for actual field
conditions, including required liner thickness for actual field conditions.

c) Design Properties, Required Liner Wall Thickness and Wall Thickness


Measurement
Short-term Flexural Modulus and Short-term Flexural Strength
The short-term values of flexural modulus and flexural strength (as per D790) used as
the starting values from which the long-term design values are derived shall be values
that will be reliably and repeatedly obtained in the installed liners as substantiated by a
history testing samples from installed liners. These short-term values and long-term
design values shall be identified in the liner design.

Required Wall Thickness and Minimum


The required cured liner wall thickness is the thickness required by the relevant design
or 5.0 mm, whichever is greater. The relevant design shall be either the Standard
Loading Condition Design or the Non-Standard Loading Condition design, whichever
applies. No liner thickness in the completed installation or its test sample(s) shall
measure less than the required wall thickness subject to a reconciliation of test results.
Determination of Cured Liner Wall Thickness
The wall thickness of the cured liner shall be determined in accordance with ASTM
D5813. Thickness measurements used shall be net of (excluding) any non-structural
layers or films.

In the case where there is no full cylinder restrained sample for measurement in
accordance with ASTM D5813, measurement of plate sample thickness may be used
on the approval of the Contract Administrator. In the case where plate sample or
cylindrical restrained sample thickness is not considered by the Contract Administrator
to be representative of the installed liner then other methods shall be used to determine
the liner thickness. Such methods may include measurements of the liner ends wall
thickness in MHs.

MATERIALS

a) Structural Properties of CIPP

The minimum structural properties of CIPP System shall be:

Property Minimum Determined by


Value
Flexural Strength 31 MPa ASTM D790
Flexural Modulus 1724 MPa ASTM D790

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 8 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

50 year Creep Retention 50% or ASTM D2990


Factor (CRF) higher

The 50-year CRF represents the percent of the short-term (D790) property that shall be
used for the long-term design property to account for the effect of creep over 50 years in
the structural performance of the liner including buckling resistance. The CRF shall be
determined from long-term type testing for the liner product by ASTM D2990 testing or
equivalent method.

b) Field Measurement of Sewer and Liner Sizing

The Contractor shall measure the internal diameters of the sewer sections to be lined
and the length of the sections to be lined. The measurements taken shall be suitable for
proper sizing of the liners to be installed. Sewer inside diameter measurements shall
include at all MHs or other chambers. The Contractor shall not rely on dimensions
provided by the Contract or other City information. Measurements shall be provided to
the Contract Administrator on request.

Where sewers are corroded (such as H2S corrosion), the Contractor shall take the
measurements after cleaning and preparation of the sewer. Where this is not feasible
due to timing of liner installations, the Contractor shall take into account the expected
inside diameter of the sewer post cleaning and preparation.

c) Liner Tube

The tube shall conform to the requirements of the applicable ASTM standard for the
product. It shall be capable of; carrying resin, withstanding installation stresses and
pressures, curing conditions, and shall be compatible with the resin system used. The
material shall be able to stretch to fit irregular pipe sections and negotiate bends. The
tube shall be fabricated to a size that, when installed, will tightly fit the internal
circumference and the length of the original conduit. Allowance shall be made for
circumferential stretching during installation.

d) Resin

One of two types of resin shall be used.

For the following locations, a general purpose, unsaturated, styrene based


thermosetting resin and catalyst system or an epoxy resin and hardener system that is
compatible with the inversion process shall be used. The resin must be able to cure in
the presence of water.

Note to Designer: List the sites where a styrene based resin shall be allowed.

For the following locations, a general purpose, unsaturated, Non-Styrene based


thermosetting resin and catalyst system or an epoxy resin and hardener system that is
Section F\Sewers\Trenchless\F-4107 – March 1, 2017
S.P. No. F-4107
Date: March 2017
Page: 9 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

compatible with the inversion process for the required pipe diameters shall be used. The
resin must be able to cure in the presence of water.

Note to Designer: List the sites where a Non-Styrene based resin shall be required.

e) Preliner

Where required, the pre-liner tube shall be reinforced plastic sheet formed into a tube
sized to fit the host pipe being lined and shall be continuous from manhole to manhole.
A preliner shall be required at the following locations:

Note to Designer: List the sites where a preliner shall be required.

f) Finished Pipe

The finished pipe or CIPP shall he fabricated from materials that when cured will be
chemically resistant to withstand internal exposure to domestic sewage at continuous
temperatures below 60 degrees C and be resistant to abrasion due to solids, grit and
sand found in municipal sewage. The material shall produce a bond between any layers
in the CIPP layers that is strong and uniform.

CONSTRUCTION

For CCTV requirements in construction of CIPP liner, refer to Special Provision F-4110.
If prior to or following cleaning and subsequent CCTV, the Contractor believes that
lining is no longer feasible, the Contractor shall notify the Contract Administrator
immediately with a written explanation as to why lining cannot be implemented. If the
Contract Administrator is in agreement, payment will be made for the investigative
works completed to that point and the remaining lining works for that section will be
removed from the contract. There shall be no additional payment for removal of the
remaining work from the contract.

a) Communication

Contractor shall provide to the City of Ottawa for use by the public a 24-hour emergency
telephone number answered by a person capable of addressing concerns & contacting
key personnel to take appropriate remedial action.

The Contractor shall inform the Contract Administrator on a daily base what activities
will be undertaken on each job site relating to this contract. The Contractor shall also
provide at each job site provisions by which the Contract Administrator can contact the
work crews between site locations.

It is clearly understood that the Contractor shall provide the City's representative with a
means of contacting each crew by cell phone.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 10 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

b) By-Pass Pumping

The contractor shall comply with Special Provision F-4114 when by-pass pumping is
required to isolate a section of sewer for trenchless rehabilitation work.

c) Disruption of Existing Service Laterals

Where the expected “out of service” time for sewer laterals shall exceed 10 hours, the
Contractor shall submit a plan for alternative provision of sewer service. This plan may
include alternatives such as by-pass pumping of individual sewer services or alternative
sanitary facilities. Multi-unit properties may require by-pass pumping regardless of the
expected “out of service” time. No separate payment shall be considered for the
provision of alternative sewer services.

d) Resin Impregnation

The tube should be vacuum-impregnated with resin (wet-out) under controlled


conditions. The volume of resin used should be sufficient to fill all air voids in the tube
material and layers at nominal thickness and diameter. Additional allowances for the
volume of resin should be made due to the change in resin volume as a result of
polymerization shrinkage and migration of resin into the cracks and joints in the original
pipe wall. A roller system shall he used to uniformly distribute the resin throughout the
tube.

The Contractor shall designate a location where the CIPP will be vacuum impregnated
prior to installation. The Contractor shall allow the owner’s representative to visit and
inspect at the representative’s request, the facility, materials and procedures used to
vacuum impregnate the tube.

e) Installation of CIPP
Installation Procedure
The actual lining installation procedure shall be in accordance with the submission with
Tender or after tender and its execution is the responsibility of the Contractor. Any
proposed deviation from the submitted procedure shall be submitted, with explanation,
to the Contract Administrator for approval and the submission shall include the approval
of the lining manufacturer or senior licensor.

The liner and its resin should be protected during the installation into the sewer. No
significant amount of resin shall be lost by contact with manhole walls or the sewer pipe
during the installation. The liner should not be contaminated or diluted by exposure to
dirt, debris, or water during the pull.

The Contractor shall ensure that all required equipment (including as required by the
Contract) is on site and in satisfactory working order prior to commencing the
installation of a lining section.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 11 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Odour Control
The Contractor shall provide notice to the affected residents indicating possible odour
resulting from sewer lining and curing process. The notice shall indicate to the residents
what to expect and typical procedures to alleviate odour.

The Contractor is responsible to respond, investigate and act immediately on any odour
complaint that may occur. Actions to be taken by the Contractor to alleviate an odour
problem within a property shall include:

 seeking permission to enter the property,


 filling of any dry traps,
 preventing air flow from any traps which to do not function properly (i.e. will not
water seal),
 ventilating the property via open window and doors,
 ventilating the property with fans/blowers and;
 other actions that are useful in alleviating the odour problem

The Contractor shall provide adequate sewer ventilation and odour mitigation during the
sewer lining process when the process is likely to result in any significant odours and
always for styrene based resin liners. At the minimum the following steps shall be taken:

Exhaust Fans for Sewer: Two MH exhaust fans with a minimum capacity of 2,100
cfm each shall be used to exhaust air from the sewer via MHs. One fan shall be
located at an adjacent MH immediately downstream of the sewer section being
lined. The second fan shall be employed at the tail end MH as soon as access for
the fan is available following removal of the liner tail. If the second fan cannot be
readily employed at the tail end MH, it shall be employed at the closest possible
adjacent MH that will permit air to be exhausted from the sewer being lined. In the
event that odour control becomes a problem, the Contractor shall provide additional
exhaust ventilation of the sewer to alleviate odour.

Cool Down: In the case of hot water curing, prior to release into the sewer, the cure
water shall be cooled to the ambient temperature of the sewer into which it will drain.

f) Curing

The curing procedure shall be in accordance with the submission with Tender or after
tender and its execution is the responsibility of the Contractor. The Contractor shall
maintain the required and relevant records consistent with the type of cure used, such
as temperature logs for hot water or steam cure and light train computer log for UV
cure. On the Contract Administrator’s request, these records shall be provided to the
Contract Administrator.

g) Cool Down

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 12 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

The CIPP shall be cooled to a temperature below 100F of (38C) before relieving the
internal pressure or head.

Cool-down may be accomplished by the introduction of cool water into the CIPP to
replace water being drained from a small hole made in the down-stream end. Care
should be taken in the release of the static head so that a vacuum will not be developed
that could damage the newly installed pipe. Other methods are also acceptable.

h) Inflation Bladder Removal

For pulled-in-placed installation where the inflation bladder or layer is designed to not
bond to the CIPP, all portions of the bladder or layer material must be removed from the
CIPP.

i) Workmanship

The finished liner shall be continuous over the entire length of the liner installation from
MH to MH without any breaks, separations or joints.

The finished liner shall be free of dry spots, lifts, and de-lamination. If these conditions
are present, remove and replace the CIPP in these areas.

The liner shape will be as defined by liner fit to existing sewer line. In general the liner
shape shall conform to the shape of the existing sewer line inside surface after its
cleaning and preparation in accordance with Contract requirements. However, where
the existing sewer line shape is not defined (missing pieces of sewer line) the liner may
either bridge the missing wall section or indent into the missing wall section – subject to
the requirements for void filling in the Contract.

Where the liner bridges, the shape of the liner shall match the shape of adjacent sewer
line and the inside diameter of the liner shall be as required for the adjacent sewer line.
Where the liner indents, the depth of the indent shall not reduce the liner wall thickness
below the required liner wall thickness.

The liner wall shall be free of any interior bulges, ribs, ripples, folds or other irregularities
except where these irregularities are due to the inside surface of the sewer after
cleaning and preparation of the sewer comply with Contract requirements. The wall of
the liner shall be free of any voids, cavities or bubbles.

The ends of the finished liner shall be neat, smooth and free of obstructions to flow.
Terminations at MHs shall be flush or extend slightly beyond the MH wall/sewer
interface only a sufficient extension to allow for any longitudinal shrinkage. The
protruding ends shall be permitted to bell outwards slightly and such belling is the
preferred configuration for the liner ends.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 13 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

If the liner fails to make a tight seal at the maintenance hole, a seal shall he applied at
this point to prevent the possibility of any annulus flow. Sealing process shall use a
resin compatible with the liner pipe. The Contract Administration shall approve method
of sealing.

j) Final Inspection

Inspect installation using CCTV (closed-circuit television). Variations from true line and
grade may he inherent because of the conditions of the original piping. No infiltration of
ground water should be observed. All service lateral connections should be accounted
for and be unobstructed. Service connections shall he a brushed finish after cutting and
opening is complete.

k) Clean up

The Contractor shall reinstate, to original conditions, the project area affected by the
operations.

l) Use of City Water

The Contractor shall obtain permission from the Contract Administrator to use any Fire
Hydrant. If the Contract Administrator grants this permission, the Contractor must obtain
a permit at its own cost from the Drinking Water Services Division, Utility Services
Branch. After using a Hydrant the Contractor shall drain and pump the hydrant. In sub-
zero weather, the Contractor shall also air dry the hydrant. The Contractor shall report
any hydrant problems to City Contract Administrator. The Contractor can only use the
Fire Hydrants indicated by Water Services Division. The Contractor shall submit a
request for each hydrant along with a secondary back up hydrant using the City of
Ottawa district plan ID’s. A copy of the water distribution district plans shall be provided
by the Contract Administrator.

QUALITY ASSURANCE

a) Samples of Liner and Resin and Testing

Number and Frequency of Samples Required

Samples of cured liner shall be taken and tested for a minimum of 20% of liner
installations including the first 2 liner installations and shall include at least one sample
for each diameter/size of liner installed on the contract. The Contract Administrator has
the right to increase the sampling rate. A liner installation is defined as a length of liner
installed and cured at one time and may include more than 1 MH-MH sewer section.

Samples of resin shall be as required by the Contract Administrator and may include no
samples.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 14 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Samples of Cured Liner from Installations

When required for a liner installation, the Contractor shall make a sample of liner for
testing. Other than for the 2 first liner installations, requests for samples by the Contract
Administrator will be at random and at the discretion of the Contract Administrator. The
number of samples required and when samples are required will be at the discretion of
the Contract Administrator. The contractor shall be given 24 hours notice by the
Contract Administrator of when a sample is required and must be equipped at all times
to make the sample upon this notice

For sewer sizes up to 450mm the sample shall be a restrained sample made by
extending the liner installation through a cylindrical form. The sample form shall be
located at an intermediate or end MH. The inside diameter of the form shall closely
approximate the inside diameter of the sewer being lined. The form shall not expand or
otherwise distort during sample forming or processing. The Contractor shall make sure
that the environmental conditions under which the sample is made result in a cured
sample that has properties representative of the cured liner within the sewer being lined.

For sewer sizes greater than 450mm, the Contractor shall provide a plate type sample.

Refer to ASTM F1216-09 Section 8 for further information on sampling methodology.

The length and size of any sample shall be sufficient to obtain at least 5 test specimens
for ASTM D790 testing. The sample from which the test specimens are cut shall be
sufficiently large so that sample edge effects can be eliminated from the test specimens.
Sample size shall allow test specimen length of 16 times liner thickness for non-
reinforced CIPP and 32 times thickness for reinforced CIPP plus at least 100mm
additional sample length to eliminate edge effects. For example a sample for a 300mm
by 6mm thick non-reinforced liner shall be at least 16 x 6 = 96mm + 100mm = 196mm
long.

The Contractor shall remove the cured sample (in its form) from the cured liner and,
after marking identifying information on the sample, provided the sample in its form to
the Contract Administrator. Where plate samples are provided, the Contractor shall
provide just the plate to the Contract Administrator. The Contractor shall identify on the
sample by permanent marker the contract number, lining section number, MH number,
sewer size and date of removal.

Samples shall be taken into custody by the Contract Administrator immediately and
delivered to the testing agency by the Contract Administrator. Alternately the Contract
Administrator may return the sample(s) to the Contractor and the Contractor shall
arrange for sample delivery to the testing agency.

Samples of Liquid Resin from Liner Tube

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 15 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

When required, the Contract Administrator will take a sample of resin from an onsite a
wet-out liner tube. The Contractor shall provide necessary assistance in the taking of
this sample. The Contract Administrator may have this resin sample tested by IR
analysis and compare the resulting spectrograph to the reference spectrograph
provided in the tender submission for the resin identified for use by the Contractor for
the CIPP lining work.

All field resin samples supplied for this Contract shall produce IR spectrographs that
correspond to the reference IR spectrograph.

Testing the Samples of Cured Liner

The Contractor shall provide for testing of samples of cured liner at an independent
testing agency. The testing agency shall be subject to the approval of the Contract
Administrator. The Contractor shall authorize the testing agency to forward the test
reports to the Contract Administrator and communicate with the Contract Administrator
concerning the testing and results. The Contract Administrator will arrange for delivery
of the samples in custody to the testing agency. Alternately at the Contract
Administrator’s request the Contractor shall arrange for sample delivery to the testing
agency.

The Contract Administrator has the right to take the sample directly and make separate
arrangements for testing. In this case the Contractor will still be paid for the sample
item.

Samples shall be tested for flexural modulus and flexural strength as per ASTM D790
and thickness as per ASTM D5813.

Test specimens shall be oriented on the testing machine with the interior surface of the
CIPP in tension.

The provision of testing service shall allow for the obtaining of test reports within 10
days of delivery of the sample to the testing agency. The Contractor shall arrange for
the testing agency to forward test reports by email to the Contract Administrator.

The Contractor shall provide the test agency with the design parameters for the liner
corresponding with the sample as follows:

 Flexural Strength Short-term


 Flexural Modulus Short-term
 Required Liner Thickness

These values shall have been identified in the Contactor’s liner design. The testing
agency’s report shall reference these values as the specified values.

Cured Liner Sample Test Results – Reconciliation and Deficiency


Section F\Sewers\Trenchless\F-4107 – March 1, 2017
S.P. No. F-4107
Date: March 2017
Page: 16 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Cured liner sample test results shall meet or exceed the following requirements

Flexural Modulus ≥ Flexural Modulus short-term used in the applicable liner


design.
Flexural Strength ≥ Flexural Strength short-term used in the applicable liner
design.

Thickness ≥ Required thickness from the applicable liner design or Contract


minimum thickness, whichever is greater.

Where the test results do not meet or exceed the requirements, the liner shall be
deemed deficient subject to reconciliation of the test results.

A liner deemed deficient based on sample test results shall be reconciled for true
deficiency by repeating the design for the liner using the test results for flexural modulus
and flexural strength while keeping all other design parameters the same.

Where the repeated design (the reconciliation) shows that the combination of test
results (flexural modulus, flexural strength and thickness) provides a liner that meets the
design requirements, the liner shall not be deemed deficient.

Such design reconciliation shall not be permitted when test results do not meet the
minimum requirements for flexural modulus and flexural strength in the ASTM F1216 in
which case the liner will be deficient.

The Contract Administrator shall make or otherwise approve any design reconciliation.
Two examples of design reconciliations are shown below.
Reconciliation Example #1
For a 450mm installation the required liner thickness is 7.6mm designed at flexural
modulus of 2413MPa and flexural strength of 31MPa. Tested results show thickness is
7.2mm, flexural modulus is 2995MPa and flexural strength is 38.9MPa. There is an
apparent deficiency in liner thickness. Reconciliation of apparent deficiency is shown
below.

Design Parameter As designed Reconciliation


Design Condition Fully Deteriorated Fully Deteriorated
Sewer Size 450mm 450mm
Invert Depth 3.5m 3.5m
Water table below ground surface 2.0m 2.0m
Ovality 3% 3%
Soil Density 18.85KN/m3 18.85KN/m3
Soil Modulus 6.89MPa 6.89MPa
Live Load HS-20 HS-20

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 17 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Other Load 0 0
Flexural Modulus Short-term 2413MPa 2995MPa (Test
result)
Long-term Retention for Flexural 50% 50%
Modulus
Flexural Modulus Long-term for design 1206.5MPa 1497.5MPa
Flexural Strength Short-term 31MPa 38.9MPa (Test
result)
Long-term Retention for Flexural 50% 50%
Strength
Flexural Strength Long-term for design 15.5MPa 19.45MPa
Enhancement Factor 7 7
Poisson’s Ratio 0.3 0.3
Safety Factor 2 2
Required Liner Thickness 7.6mm 7.1mm
Tested Thickness 7.2mm 7.2mm
Conclusion on Liner Thickness Thickness is Thickness is not
Deficiency deficient based on deficient based on
design properties test result properties

In this example the reconciliation shows that the as tested thickness of 7.2mm is
sufficient when the tested properties are taken into account. Therefore the liner would
not be deficient based on test thickness.
Reconciliation Example #2
For a 600mm installation, the required liner thickness is 9.6mm designed at flexural
modulus of 2758MPa and flexural strength of 31MPa. Tested results show thickness is
8.8mm, flexural modulus is 2465MPa and flexural strength is 35.6MPa. There is an
apparent deficiency in liner thickness. Reconciliation of apparent deficiency is shown
below.

Design Parameter As designed Reconciliation


Design Condition Fully Deteriorated Fully Deteriorated
Sewer Size 450mm 450mm
Invert Depth 3.6m 3.6m
Water table below ground surface 2.0m 2.0m
Ovality 3% 3%
Soil Density 18.85KN/m3 18.85KN/m3
Soil Modulus 6.89MPa 6.89MPa
Live Load HS-20 HS-20
Other Load 0 0
Flexural Modulus Short-term 2758MPa 2465MPa (Test
result)
Long-term Retention for Flexural 50% 50%
Modulus

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 18 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

Flexural Modulus Long-term for design 1379MPa 1232.5MPa


Flexural Strength Short-term 31MPa 36.6MPa (Test
result)
Long-term Retention for Flexural 50% 50%
Strength
Flexural Strength Long-term for design 15.5MPa 18.3MPa
Enhancement Factor 7 7
Poisson’s Ratio 0.3 0.3
Safety Factor 2 2
Required Liner Thickness 9.6mm 10.0mm
Tested Thickness 8.8mm 8.8mm
Conclusion on Liner Thickness Thickness is Thickness remains
Deficiency deficient based on deficient based on
design properties test result properties

In this example the reconciliation shows that the as tested thickness of 8.8mm is not
sufficient when the tested properties are taken into account. Therefore, the liner is
deficient based on test thickness. In fact even at the designed 9.6mm the liner would be
deficient because the design properties were not achieved.

Samples Deficient for Testing Purposes

Where a cured liner sample is inadequate for testing, the Contractor shall furnish a
replacement sample for the same liner installation without cost. Where it is not possible
to replace the deficient for testing purposes sample with a similar sample (such as
another restrained cylindrical sample from the same liner installation), the Contractor
shall consult with the Contract Administrator concerning how a replacement sample
shall be obtained. In the case that an acceptable replacement sample shall be removed
from the installed liner, the cost of obtaining the sample and any liner repairs where the
sample was cut out is the responsibility of the Contractor.

b) Gravity Pipe Leakage Test

Gravity Pipe Leakage Testing of the CIPP in accordance with ASTM F1417 shall be
conducted during cure of liner while under hydrostatic pressure. For CIPP products in
which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g. a
removable inflation bladder is used) the CIPP must be leakage tested in accordance
with ASTM F1417 after the bladder has been removed.

c) Delamination Test

For pulled-in-place CIPP products where the inflation bladder remains a permanent part
of the finished CIPP product, a delamination test should be performed on each
installation length. The sample shall he fabricated from material taken from the tube and
the resin/catalyst system used and cured in a clamped mold placed in the down tube.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4107
Date: March 2017
Page: 19 of 19

CURED-IN-PLACE-PIPE LINER, FULL LENGTH MH-MH

A portion of the inflation bladder material in the sample should be dry and isolated from
the resin in order to separate tube layers for testing. Delamination testing shall be in
accordance with ASTM D 903, with the following exceptions:

The rate of travel of the power-actuated grip shall be 1" (25mm)/min. Five test
specimens shall be tested for each inversion specified.

The thickness of the test specimen shall he minimized, but should be sufficient to
adequately test delamination of non-homogeneous CIPP layers.

The peel or stripping strength between any non-homogeneous layers of the CIPP
laminate should be a minimum of 178.60 g/mm (10 lb/in.) of width for typical CIPP
applications.

d) Remedial Action

In the event of failure of a liner to meet the contract specifications, the Contractor
shall provide a remedial action plan that must be approved by the Contract
Administrator in advance of implementation. Any remedial actions required shall
be completed by the Contractor at no additional cost to the Owner.

MEASUREMENT FOR PAYMENT

The Cured-in-Place CIPP Liner Maintenance Hole to Maintenance Hole work, including
material testing and reports (except for liner samples and testing), will be measured for
payment in meters over the centreline of the pipe in which the actual CIPP was
installed.

Measurement for payment for liner samples and testing shall be by each sample taken
with the third party test report for the sample delivered.

Measurement for payment to supply and maintain all by-pass pumping shall be lump
sum and shall be paid following successful removal of all by-pass pumping equipment.

Measurement for payment of the pre-liners shall be measured for payment in meters
over the centerline of the pipe in which the pre-liner was installed.

BASIS OF PAYMENT

Payment at the contract prices for the applicable tender items shall be full compensation
for all labour, material, equipment and testing to do the work described in contract.

Section F\Sewers\Trenchless\F-4107 – March 1, 2017


S.P. No. F-4108
Date: March 2005
Page: 1 of 5

STRUCTURAL SPOT REPAIR (NO DIG)

Scope

This specification covers the general and specific requirements for Trenchless Structural Spot
Repairs (No-Dig) sewer rehabilitation by the installation of a structural spot repair. The structural
spot repair work includes: the design and engineering required for structural spot repair, labour,
materials and equipment, installation procedures, supervision, testing and commissioning, and
any other work incidental to the installation of the structural spot repair.

References
ASTM F1216-93

Standard Practice for:


Rehabilitation of Existing Pipelines & Conduits by the Inversion and Curing of a Resin-
Impregnated Tube.

ASTM D790-95a

Standard Test Method for:


Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulation Material

Submittals

The Contractor shall submit three typed copies of the following:

a) Manufacturer’s installation procedure, submitted within seven days of tender closing


date;
b) Design calculations;
c) Spot repair installation plan;
d) Method statement for filling voids;
e) CIPP Liner Test results.

City of Ottawa CCTV Inspection Records

The Contractor shall review existing CCTV information for the sewers within the limits of the
work. Contractors may view videotapes or CD of inspection during the tendering by contacting
the Contract Administrator.

The Contractor may perform further inspections of the sewers within the limits of the work at its
own cost. The Contractor shall obtain permission to enter the City’s sewer system for
inspection purposes from the Contract Administrator prior to entering any City maintenance hole
or sewer.

Section F\Sewers\Trenchless\F-4108 – March 31, 2005


S.P. No. F-4108
Date: March 2005
Page: 2 of 5

STRUCTURAL SPOT REPAIR (NO DIG)

Material Technical Specifications and Manufacturers Installation Procedure

The Contractor is requested to submit the current technical specifications and Manufacturer’s
recommended installation procedure for the structural spot repair within seven days of tender
closing date. The Contractor shall follow the accepted installation procedures and specifications
as established in the Contract Documents. If the Contractor wishes to deviate, in any way, from
the Manufacturer’s installation procedures or technical specifications for the CIPP liner, the
Contractor shall submit a clear and precise description of the proposed deviations and how these
deviations would affect the work and benefit the City of Ottawa to the Contract Administrator.

Design

The Contractor is requested to submit the following design calculation information 14 days prior
to the installation of the spot repair:

A certified engineering design report, signed and sealed by a Professional Engineer of Ontario,
supporting all field analysis, technical assumptions, calculations and the final design of the liner
thickness and choice of resin system. All calculations and data shall be provided in SI units.

The Design Calculation for the determination of wall thickness and structural adequacy shall be
based on ASTM 1216-93 Section X1.2.2 Fully Deteriorated Gravity Pipe Conditions. Standard
loading conditions for the existing sewer(s) to be rehabilitated in this contract will be found
elsewhere in Special Provisions specific to this contract.

These conditions will be minimum structural requirements for the spot repair. The Contractor
shall review the existing CCTV information for the sewer to determine the actual condition of
the existing pipe and adjust the design calculations appropriately.

Any installations, which require a pipe strength greater that determined by these conditions, shall
be calculated by the Contractor and approved by the Contract Administrator.

Materials

a) Structural Properties of Spot Repair


Minimum Structural properties of Structural Spot Repair shall be as follows:

Property Min. Valve ASTM Test Method

Flexural Strength 31 MPa (4500psi) D 790


Flexural Modulus of 1724 MPa (250,000psi) D 790
Elasticity

Section F\Sewers\Trenchless\F-4108 – March 31, 2005


S.P. No. F-4108
Date: March 2005
Page: 3 of 5

STRUCTURAL SPOT REPAIR (NO DIG)

b) Tube
The Contractor shall confirm size of all pipes in which structural spot repair is to be
placed. Prior to undertaking the manufacturing of any tubes.

The tube shall consist of one or more layers of flexible needled felt or an equivalent
nonwoven material capable of; carrying resin, withstanding installation pressures and
curing temperatures, and shall be compatible with the resin system used. The material
shall be able to stretch to fit irregular pipe sections and negotiate bends. The outside
layer of the tube shall be plastic coated with a material that is compatible with the resin
system used. This inner layer of the finished pipe shall have an impermeable plastic
coating which is required for enhancement of corrosion, flow and abrasion properties of
the spot repair. The tube shall be fabricated to a size that, when installed, will tightly fit
the internal circumference and the length of the original conduit. Allowances shall be
made for any circumferential stretching during installation of the spot repair.

c) Resin
A general purpose, unsaturated, styrene based, thermosetting resin and catalyst system or
an epoxy resin and hardener system that is compatible with the inversion process shall be
used. The resin must be capable of curing under ambient temperature conditions.

d) Finished Pipe
The structural spot repair shall be fabricated from materials that when cured will be
chemically resistant to withstand internal exposure to domestic sewage at continuous
temperatures below 60 oC and be resistant to abrasion due to solids, grit and sand. The
material shall produce: a bond between CIPP layers that is strong and uniform. The
layers, after curing, shall be completely saturated with resin and create one (1)
homogenous layer.

Construction

a) Installation Plan
The Contractor must submit for approval by the Contract Administrator its proposed
Installation Plan at least 5 days prior to any installation of any structural spot repair.
This plan is to outline the following:
1) Sequence and duration of required preparation of existing pipes;
2) Sequence and duration of proposed installation of spot repairs;
3) By-pass pumping requirement and set-ups;
4) Length of actual spot repair;
5) Time to complete installation of spot repair;
6) Time to open-up service lateral connections;
7) Time to complete Final CCTV’s and Procedure Reports.

Section F\Sewers\Trenchless\F-4108 – March 31, 2005


S.P. No. F-4108
Date: March 2005
Page: 4 of 5

STRUCTURAL SPOT REPAIR (NO DIG)

The Contractor shall schedule its work in such a manner that a maximum of ten (10)
locations are prepared and a V2 CCTV inspection produced. The Contractor is to submit
the video for review and approval by Contract Administrator. The Contract
Administrator can request a revision to the plan if the Contract Administrator feels the
plan has unreasonable expectation and/or if during the installation of the spot repair the
Contractor demonstrates that he can not meet timelines stated in the plan.

b) By-Pass Pumping
The contractor complies with Special Provision F-4113 when by-pass pumping is
required to isolate a section of sewer for trenchless rehabilitation work.

c) Filing of Voids
Where filling of voids is necessary to ensure structural integrity of the sewer and prevent
bridging of the spot repair, the Contractor shall submit for the approval of the Contract
Administrator a detailed method statement outlining the procedures and materials to be
used in filling the voids. Voids must be filled with an approved non-shrink grout mixture
prior to liner installation.

d) Resin Impregnation
The tube should be vacuum-impregnated with resin (wet-out) under controlled
conditions. The volume of resin used should be sufficient to fill all air voids in the tube
material at nominal thickness and diameter. Additional allowances for the volume of
resin should be made due to the change in resin volume as a result of polymerization
shrinkage and migration of resin into the cracks and joints in the original pipe. A roller
system shall be used to uniformly distribute the resin throughout the tube.

e) Installation of Structural Spot Repair


The structural spot repair shall be held in place by any inflatable bladder. The wet out
tube and inflation bladder shall be inserted through an existing maintenance hole by
means of a containment system to the location of the spot repair. The containment system
must be such that no resin will be lost by contact with maintenance hole walls or the host
pipe during movement of spot repair to its proposed location.

The inflation bladder forces or pressures shall be limited so as not to stretch the tube
longitudinally by more that 5% of the original length but of sufficient strength to hold the
tube tightly in place against the wall of the host pipe until the curing process is
completed.

Before the installation begins, the tube manufacturer shall provide in writing to the
Contract Administrator, the minimum pressure required to hold the tube tightly against
the existing pipes and the maximum allowable pressure so as not to damage the host pipe.
Once the installation has started, the pressure shall be maintained between the minimum
and maximum pressures until the installation has been completed.

Section F\Sewers\Trenchless\F-4108 – March 31, 2005


S.P. No. F-4108
Date: March 2005
Page: 5 of 5

STRUCTURAL SPOT REPAIR (NO DIG)

The existing pipes shall be dewatered for any structural spot repair installation that does
not use an inversion method to expand the tube against the pipe wall. The structural spot
repair shall overlap a minimum of 200mm (8") beyond the limit of the defect being
repaired within the host pipe.

f) Curing
The time allotted for curing shall as specified in the Manufacturer’s Installation
Procedures. When curing is completed, the entire inflation bladder shall be removal from
the host pipe.

g) Final Inspection
This Contractor shall perform the V3 CCTV inspection of the structural spot repair
installation prior to leaving site.. Variations from true line and grade may be inherent
because of the conditions of the original piping. All service laterals should be accounted
for and be unobstructed and/or cut open.

h) Clean up
The Contractor shall reinstate, to original conditions, the project area affected by the
operations.

i) Use of Water
The Contractor shall obtain permission from the Contract Administrator to use any Fire
Hydrant. If the Contract Administrator grants this permission, the Contractor must obtain
a permit at its own cost from the Drinking Water Services Branch, 580-2424 Ext 22268.
After using a Hydrant the Contractor shall drain and pump the hydrant. In sub-zero
weather, the Contractor shall also air dry the hydrant. The Contractor shall report any
hydrant problems to City Contract Administrator.

Measurement for payment

The supply and installation of structural spot repair shall be measured on a per meter basis prior
to installation of the actual spot repair installed in the host pipe for any given location in a
section of that pipe. The measurement shall be accurate to within 0.1 metre.

Basis of Payment

Payment at the contract price for above tender item shall be full compensation for all labour,
material, and equipment required to do the work described in the contract.

Section F\Sewers\Trenchless\F-4108 – March 31, 2005


S.P. No. F-4109
Date: March 2015
Page: 1 of 4

CLEANING AND PREPARATION OF EXISTING PIPE FOR


TRENCH LESS SEWER REHABILITATION

SCOPE

This Specification covers the general and specific requirements for preparation of an
existing sewer pipe for trenchless sewer rehabilitation including the installation of a MH-
MH CIPP (Cured-In-Place-Pipe) liner or the installation of a CIPP Structural Spot
Repair.

Safety

The Contractor shall carry out his operations in strict accordance with all applicable
standards. Particular attention is drawn to those safety requirements involving working
with scaffolding and/or entering into confined spaces. All rehabilitation work must be
carried out in accordance with the Occupational Health and Safety Act and Regulations
for Construction Projects.

DESIGN AND SUBMISSION REQUIREMENTS

Sewer Pipe Cleaning and Preparation - General

The limit of pipe preparation shall be defined as the entire length of the existing sewer
pipe (i.e. maintenance hole to maintenance hole) for any and all pipe sections identified
for trenchless sewer rehabilitation.

The Contractor is to provide to the Contract Administrator a Sewer Cleaning Schedule


prior to undertaking any pipe preparation. This schedule will include the location of the
sewer to be cleaned, date and time cleaning is to be done and the equipment to be
used. The Contractor shall keep the Contractor Administrator well informed of what and
where pipe preparation and/or cleaning is being undertaken as part of this contract.

The Contractor must demonstrate to the Contractor Administrator, that cleaning and
preparation the existing sewer pipes will be performed by experienced personal properly
trained in the correct use of the Contractor's equipment that will be used for cleaning
and preparation of existing sewer pipes. The City of Ottawa reserves the right to require
the Contractor to modify their cleaning and preparation method and/or change personal
or equipment if at the sole discretion of the Contract Administrator, it is deemed that the
Contractor is damaging the existing sewer pipe and/or can not satisfactory clean or
prepare the existing sewer.

Sewer Pipe Cleaning and Preparation - Cleaning by Flushing

The sewer section to be lined shall be cleaned to remove foreign materials prior to lining
by means of a controlled hydro pressure sewer cleaner. Precautions shall be taken to
ensure that no flooding of public or private property occurs during any phase of the
cleaning and/or any reaming operations. Satisfactory precautions shall be taken to

Section F\Sewers\Trenchless\F-4109 – March 31, 2008


S.P. No. F-4109
Date: March 2015
Page: 2 of 4

protect the sewer lines from damage that might be inflicted by the use of cleaning
equipment.

All sludge, dirt, sand, rocks, grease and other solid or semi-solid material shall be
cleaned from the sewer. Resulting debris from the cleaning operations shall be removed
at the downstream maintenance hole of the section being cleaned. Passing material
from maintenance hole section to maintenance hole section shall not be permitted. The
contractor shall also install a screen in the downstream maintenance hole in order to
catch any material, including cut outs from service connection openings, which might
migrate downstream. Such material from the maintenance hole shall be removed and
properly disposed.

Where the V1 or sewer cleaning operations indicate the presence of deposits, roots,
protrusions or other foreign materials in the sewer that are resistant to sewer cleaning
operations, these shall be removed by sewer reaming cutting or grinding.
Disposal of Materials
In accordance with the requirements of Section 27 of the Environmental Protection Act
and subject to all terms and conditions related to Waste Management, the Contractor
will be responsible for the complete removal and disposal off site, of all foreign materials
flushed, scraped, or cut out of the sewer line. Flushing and abandoning of debris in
sewer lines is not permitted.

The Contractor shall submit its MOE license with the Tender.

Prior to commencement of the Contract, the Contractor shall notify the Contract
Administrator of the disposal site(s). The Contractor shall also provide the Contract
Administrator with documentation, (i.e., weigh scale tickets) attached to all relevant
invoices, indicating discharge quantities, pertinent dates and discharge location(s).

Sewer Pipe Cleaning and Preparation - Reaming, Cutting, Grinding

The sewer section shall be reamed to remove deposits and protrusions using an
approved reaming method. Deposits and protrusions may include (but are not limited
to), calcite build up, roots and protruding service connections. An acceptable CCTV
camera must monitor reaming operations.
Reaming Tolerances
All protrusions, deposits, build-ups and other foreign material in the sewer section shall
be removed such that the internal diameter of the sewer pipe is not reduced by more
than 13 mm by any material remaining after reaming providing that such material is hard
and firmly attached to the sewer wall.
Protruding Service Connections
Service Connections that protrude into the sewer section must be cut or ground back
prior to reaming of the sewer with any type of reaming device that may damage the
service connection. Protruding service connections shall be cut back sufficiently to
preclude damage from reaming operations and the extent of the protrusion left in place

Section F\Sewers\Trenchless\F-4109 – March 31, 2008


S.P. No. F-4109
Date: March 2015
Page: 3 of 4

must not interfere with the installation or long-term performance of the CIPP liner. Cut
back protruding service connections shall be smooth and even with no jagged edges. If
the service lateral piping or service connection is damaged or broken by the Contractor,
then the Contractor shall repair the damage (by using excavation if necessary) to the
satisfaction of the Contract Administrator. The Contractor shall submit for approval, the
proposed method of repair and reinstatement for damaged drain piping or service
connections.
Precaution to Prevent Damage to the Sewer Section
The Contractor shall plan and execute the reaming operation to prevent damage to the
sewer section and any service connections in the sewer section. Proper precautions
shall be taken by the Contractor to ensure that the reaming operation does not cut into
the sewer itself, to ensure that the reaming tools do not become jammed in the sewer
and that any areas of the sewer that are structurally unsound are not further damaged.
Any extraction of reaming tools (or other equipment), including extraction by excavation,
is the responsibility of the Contractor.

Sewer Pipe Inspection

Experienced personnel trained in locating breaks, obstacles, voids, and service lateral
connections by closed-circuit television or person entry should perform inspection of
sewer pipe. The interior of the pipeline should be carefully inspected to determine the
location of any conditions that may prevent proper installation of the impregnated tube,
such as protruding service connections, collapsed or crushed pipe, voids, and
reductions in the cross-sectional area of more than 40%.
The original pipe shall he cleared of all/any obstructions such as tree roots, solids,
drooped joints, calcium deposits, and protruding service connections at no additional
cost to the owner.
Contractor shall review the existing City of Ottawa CCTV information for sewers to be
rehabilitated to determine the extent of preparation and/or cleaning that would he
required to fulfill this specification.

On the completion of the cleaning and preparation, the Contractor shall make the V2
CCTV inspection and submit the V2 to the Contract Administrator for approval of the
cleaning and preparation. No rehabilitation shall be installed without the approval of the
cleaning and preparation.

In the event that the time period between the V2 inspection and the installation of sewer
rehabilitation installation is sufficient to result in new debris build up in the sewer that will
negatively affect the rehabilitation, the Contractor shall perform a supplemental CCTV
inspection immediately prior to the rehabilitation installation to check that the sewer
remains in proper cleaned and prepared condition for installation of the rehabilitation.
Should the supplemental CCTV reveal any problems, the Contractor shall rectify these
problems to the satisfaction of the Contract Administrator before proceeding with the
rehabilitation installation.

Section F\Sewers\Trenchless\F-4109 – March 31, 2008


S.P. No. F-4109
Date: March 2015
Page: 4 of 4

MEASURMENT FOR PAYMENT

The preparation of existing pipe for trenchless sewer rehabilitation shall he measured in
meters over the centreline of the pipe from maintenance hole to maintenance hole in
which the CIPP full liner or structural spot repair is to be installed.

BASIS OF PAYMENT

Payment at the contract price for tender item “Preparation of Existing Pipe for Liner”
shall be full compensation for all labour, material and equipment to clean, ream and
prepare existing sewer pipe as described in contract.

Section F\Sewers\Trenchless\F-4109 – March 31, 2008


S.P. No. F-4110
Date: March 2015
Page: 1 of 3

CCTV INSPECTION FOR TRENCHLESS SEWER REHABILITATION

SCOPE

This Specification covers the general and specific requirements for close circuit
television (CCTV) inspection of existing sewers for trenchless sewer rehabilitation by
the installation of either a Cured-In-Place-Pipe (CIPP) or a Structural Spot Repair.

DEFINITIONS

V1: Inspection video of sewer pipes prior to any work being performed.

V2: Inspection video after cleaning operations/pre-lining

V3: Inspection video of a sewer after the installation of a sewer liner including service
reinstatements

DESIGN AND SUBMISSION REQUIREMENTS

Three CCTV inspection recordings and corresponding written reports described as V1,
V2 and V3.

CCTV Inspection

The Contractor shall submit for the review and approval of the Contract Administrator
the V1, V2 and V3 video inspection recordings and written reports prepared in
accordance with the specifications contained herein, for each sewer section in which
trenchless sewer rehabilitation is to occur.

Sequencing of this work shall be as specified in special provision F-4113.

V1, V2 and V3 video inspections for each sewer section must appear sequentially on a
single CD or DVD (or other approved media) to be submitted.

The format of submittals for VI and V3 video inspection reports and videos must
conform to special provision F-4090.

Prior to commencing an inspection, the Contractor shall dewater the sewer section with
a jet in front of the camera to ensure that the full diameter of the pipe is visible. All
CCTV's shall be done in a dry sewer condition.

V1 CCTV Inspection Video and Reports

a) General

The V1 CCTV inspection video and report documents the original condition of the sewer
prior to any work commencing. The video shall include the Start and End maintenance

Section F\Sewers\Trenchless\F-4110 – March 2, 2015


S.P. No. F-4110
Date: March 2015
Page: 2 of 3

hole numbers, the number of defects, and the number of services. The V1 inspection
video and report shall be undertaken for the lull length of the sewer section to be lined.

b) Structural Spot Repair

The Contractor is to review all the proposed locations in the existing sewer pipe where a
structural spot repair is proposed and summarize the CCTV inspection in such a
manner that a minimum of 10 locations are submitted to the Contract Administrator for
review. Each of the individual inspection video recordings must be compiled on a single
CD or DVD (or other approved media).

V2 Inspection Video and Reports

a) General

The V2 inspection video and report work documents the condition of the sewer after all
cleaning and obstruction removal work is done.

The V2 video and report shall be undertaken for the full length of the sewer section to
be lined. The report must clearly identify the location of all live service connections.

b) Structural Spot Repairs

The V2 inspection and report shall be undertaken for the full length of the sewer section
in which the spot repair is to be placed. The V2 inspection report must clearly identify
the location (i.e. beginning, and end) of proposed spot repair(s) and location of all live
service connection within that section of sewer pipe.

V3 Inspection Video and Report

The V3 inspection video documents the condition of the sewer from maintenance hole
to maintenance hole after the installation of the CIPP Liner or Spot Repair work
including after final reinstatements through the liner of any service connections requiring
reinstatement. This video shall include pan and tilt at all service connections and at the
location of any defect.
The video inspection and report shall he submitted in conformance with F-4090.

The V3 inspection videos and reports shall be undertaken for the full length of the sewer
section in which trenchless sewer rehabilitation was done.

If the City determines not to proceed with any Structural Spot Repair for a given section
of sewer pipe, the Contractor shall still he required to complete a V3 Inspection video
and report for that given section of sewer pipe.

MEASUREMENT FOR PAYMENT

CCTV Inspection work shall be measured for payment on the basis of one
measurement for Measurement for Payment for all CCTV inspections. Measurement is

Section F\Sewers\Trenchless\F-4110 – March 2, 2015


S.P. No. F-4110
Date: March 2015
Page: 3 of 3

by linear metres for all work including the V1, V2 and V3 videos and written reports.
This measurement shall be over the centreline of the pipe (maintenance hole to
maintenance hole) in which the trenchless sewer rehabilitation was installed.

BASIS OF PAYMENT

Payment at the contract unit price for the above tender item shall be full compensation
for all labour, equipment and material to undertake the works described herein.

Section F\Sewers\Trenchless\F-4110 – March 2, 2015


S.P. No. F-4111
Date: March 2015
Page: 1 of 4

LOCATION AND REINSTATEMENT OF SERVICE CONNECTIONS

SCOPE

This Specification covers the general and specific requirements for investigation,
identifying and opening live services laterals in an existing sewer pipe in which
trenchless sewer rehabilitation is proposed by either installation of Cured-In-Place-Pipe
(CIPP) or a Structural Spot Repair.
Sequencing of Work

The sequencing of work is as specified in special provision F- 3007-05.

DESIGN AND SUBMISSION REQUIREMENTS

The Contractor shall submit three typed copies of the following:

a) Procedure for Service Lateral Investigation Report;


b) Preliminary Service Connection Report;
c) Final Service Connection Report;
d) Service Connection Dye-test Field Notes.

Disruption of Usage of Existing Service Lateral

Residents that are affected by the Trenchless Sewer Rehabilitation process shall be
advised in writing on the Contractor's Letterhead concerning the nature and duration of
any interruption in sewer or drain service 48 hours in advance of the interruption. No
service disruption will be allowed without such notification. When the interruption has
ended, residents are to be advised either verbally, or in writing immediately. During the
course of the rehabilitation and any associated service interruption, the residents shall
be kept informed regularly regarding any matters that affect them.

Where service lateral flow has been interrupted, reinstatement of the service lateral
connection shall proceed urgently and with all possible speed to restore service lateral
flow. The connection may be reinstated initially by opening 75% of its capacity followed
by completion to full reinstatement later. Maximum out of service time for any service
lateral and time between initial opening and full reinstatement shall not exceed time
noted in Table I.

Table I
Service Lateral Reinstatement Allowed Time

Work Type Max. Out of Service Time for Full


Time, hr Reinstatement, hr
CIPP Full Length 10 24
(MH-MH) Lining
CIPP Spot Repair 4 6

Section F\Sewers\Trenchless\F-4111 – March 2, 2015


S.P. No. F-4111
Date: March 2015
Page: 2 of 4

The interface between the new liner/repair and the existing service lateral shall be leak
tight under external hydrostatic pressure.

Opening of the service lateral connection shall to be made internally with appropriate
remotely operated equipment unless the sewer is large enough and man entry for
service connection reinstatement is permitted. No excavation of laterals will be allowed
without the written approval of the Contract Administrator. Restored lateral openings are
to be cut neatly to full size without over-cutting. Cuts shall be smooth by brushing and
without residual material left around the lateral or it's opening. No ragged edges or
attached material shall be allowed.

If service lateral connection reinstatement has been miss-cut, or is otherwise


unsatisfactory to the Contract Administrator, such openings shall be repaired to
eliminate the defects without compromising the structural or hydraulic integrity of the
CIPP Liner or CIPP spot repair, existing service lateral and existing sewer. The repair
process must meet with the approval of the Contract Administrator.

If lengthy delays are encountered, it will be the Contractor's responsibility to provide


alternate sanitary facility to the resident(s) at the Contractor’s cost.

Investigation of Existing Service Laterals

An investigation of all service laterals entering the existing sewer to be lined or to


receive spot repair over the lateral opening shall be carried out by the Contractor to
determine if the service lateral is live or abandoned, and the exact location of each
service lateral. The Contractor shall submit a report documenting the procedure for the
Service Lateral Investigation work. The Contractor shall carryout Service Lateral
Investigation work only after the City has reviewed and accepted the Contractor's
procedure.

a) CIPP Full Length (MH-MH) Lining

The service lateral locations indicated in the V I video inspection records shall be
confirmed. There may be additional connections not shown on this record. Likewise,
some connections shown on the inspection videotapes may no longer be in use.

Prior to commencing the investigation of existing service laterals, the Contractor shall
submit to the Contract Administrator a Preliminary Service Connection Report based on
the preliminary CCTV in a format acceptable to the Contract Administrator. Upon
completion of the investigation of existing service laterals, the Contractor shall submit a
Final Service Lateral Connection Report in a format acceptable to the Contract
Administrator, identifying all service lateral for each sewer section. The report shall
include:

I) Property Serviced (civic address)


II) Location of Service Lateral Connection relative to reference the MH
III) Results of Dye Testing (live or dead)
IV) Size

Section F\Sewers\Trenchless\F-4111 – March 2, 2015


S.P. No. F-4111
Date: March 2015
Page: 3 of 4

V) Type of Service Lateral Pipe, i.e., Clay, Plastic, concrete, etc.


VI) Clock Position, i.e., 10:00 o'clock, 2:00 o'clock, etc.
VII) Drain Position, i.e., Protruding, Flush, Recessed, Factory Tee
VIII) Condition of End Pipe, i.e., Smooth, Jagged, etc.
IX) Any visible plugs
X) Any other information that may aid in identifying live drains.

The service lateral connection locations shall be confirmed using the electronic distance
counter utilized in the video recordings. These measurements must proceed from the
same end of the sewer line that the Contractor proposes to open up the service
connections.

The reference point for all measurements shall be established and clearly marked at the
intersection of the obvert of the existing sewer and the inside wall of the maintenance
hole.

b) CIPP Structural Spot Repairs

The service lateral connection locations indicated on the V1 CCTV inspection shall be
confirmed by the Contractor.

The Contractor shall obtain an exact steel tape measurement from the centre of entry
maintenance hole to the centreline of each service lateral connection within the limits of
the spot repair, either by remote means in non-person entry sewers or by hand in
person entry sewers. These measurements must proceed from the same end of the
sewer line that the Contractor proposes to open up the service connection. In addition,
the service connection locations shall be confirmed using the electronic distance
counter utilized in the video recordings.

The Contractor shall carry out testing to the extent necessary to confirm whether or not
each drain connection is live. No structural spot repair of the sewer will be permitted
without the complete service connection investigation being completed. No service
connections shall be abandoned without written approval form the Contract
Administrator.

c) Service Lateral Testing

The Contractor shall carry out testing to the extent necessary to confirm whether or not
each service lateral connection is live. Two different and distinct colours of dye, one
colour being of a bright and fluorescent nature must be employed on an alternating
basis during the course of the dye testing. If necessary to confirm the status of a
particular service lateral, testing of the following shall be carried out:

1) All sanitary drains and storm drains in the first four buildings located in either
direction from the service lateral, on both sides of the street. For drains adjacent
to intersections, the first four building in either direction on adjacent streets.

Section F\Sewers\Trenchless\F-4111 – March 2, 2015


S.P. No. F-4111
Date: March 2015
Page: 4 of 4

2) Catch basins, hydro chambers and vaults and adjacent lane drains in the vicinity
of the service lateral connection.

3) Storm and sanitary maintenance holes in the general vicinity must be checked to
confirm the discharge location for any service lateral not entering into the sewer
to be lined. All observations and results must be clearly and accurately noted on
the Final Service Connection Report.

In order to ensure accuracy of the investigation, constant electronic communication


shall be maintained between members of the investigation crew.

During the course of the dye testing all information must he recorded in a continuous,
ongoing basis as the work progresses. If this is not done the Contractor shall be
required to retest all locations at no additional cost to the City.

Once a specific investigation crew commences the service connection investigation at


any site location, the members of that crew shall remain the same until the service
connection investigation is completed at that site location. All members of all service
connection investigation crew must carry and clearly display a picture identification card,
which clearly identifies them as being employees of the Contractor.

The Contractor must submit three typed copies of both the Preliminary Service
Connection Report and Final Service Connection Report along with photocopies of all
original field notes to the Contract Administrator. No lining of the sewer or spot repair
will be permitted if copies of the Final Service Connection Report are not on site prior to
liner installation.

The Contractor must ensure that all members of the dye-testing crew, all associated
dye-testing reports, video recordings, and any other information relating to the sewer
section are on site together with CCTV truck prior to commencing the final drain
investigation site review.

No service connections shall be abandoned without written approval from the Contract
Administrator.

MEASUREMENT FOR PAYMENT

Measurement for payment for the Reopening of Service Laterals work shall be per each
live service lateral connection reconnected.

BASIS OF PAYMENT

Payment at the contract price for this tender item shall be full compensation for all
labour, material, equipment to complete the works described herein.

Section F\Sewers\Trenchless\F-4111 – March 2, 2015


S.P. No. F-4112
Date: March 2016
Page: 1 of 7
CURED-IN-PLACE BUILDING LATERALS

Scope

This Specification covers the general and specific requirements for trenchless (no-dig) sewer rehabilitation for
building laterals by the installation of a Cured-In-Place-Pipe (CIPP) liner. The CIPP installation work is to
include: design and engineering of CIPP, insertion of CIPP, testing and commissioning of CIPP and other works
incidental to the installation of the CIPP liner to building laterals.

References

ASTM F1216-03 ASTM 1743-96

Standard Practice for:


Rehabilitation of Existing Building Laterals by the Inversion and Curing of a Resin-Impregnated Tube

ASTM F1417

Standard Test Method for:


Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air.

ASTM D790-95a

Standard Tests Methods for:


Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulation Materials.

Submittals

The Contractor shall submit one typed copy of the following

a) Manufacturer’s installation procedure, submitted within seven days of tender closing date;
b) Design calculations;
c) Curing process data and measurements;
d) CIPP Liner Test results.

City of Ottawa C.C.T.V. Inspection Records

CCTV inspections are to be completed as directed by the Contract Administrator.

Material Technical Specifications and Manufacturers Installation Procedure

The Contractor is requested to submit the current technical specifications and Manufacturer’s recommended
installation procedure for the CIPP liner within seven days of tender closing date. The Contractor shall follow the
accepted installation procedures and specifications as established in the Contract Documents. If the Contractor
wishes to deviate, in any way, from the Manufacturer’s installation procedures or technical specifications for the
CIPP liner, the Contractor shall submit a clear and precise description of the proposed deviations and how these
deviations would affect the work and benefit the City of Ottawa to the Contract Administrator.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 2 of 7
CURED-IN-PLACE BUILDING LATERALS

Design

The Contractor is requested to submit the following design calculation information 14 days prior to the
installation of the CIPP Lateral Liner:

A certified engineering design report, signed and sealed by a Professional Engineer of Ontario, supporting all
field analysis, technical assumptions, calculations and the final design. An engineered design sheet for the
proposed lining clearly showing the proposed thickness for each sewer service connection diameter (100 mm,
125 mm & 150 mm), designed in accordance with the lining material strengths and modulus, showing the short-
term and long-term values used in the design. Independent test data shall be provided to support the material
strengths and moduli used in design. The engineering design, including the design summary, shall be certified
and stamped by the Professional Engineer licensed in the Province of Ontario.

The Design Calculation for the determination of wall thickness and structural adequacy shall be based on ASTM
1216-98 Section X1.2.2 Fully Deteriorated Gravity Pipe Conditions. Standard loading conditions for the existing
sewer(s) to be lined in this contract.

The Contractor shall review the existing C.C.T.V. information for the sewer to determine the actual condition of
the existing pipe and adjust the design calculations appropriately.

The design for any installations that require a pipe strength greater than that determined by these conditions shall
be submitted to the Contract Administrator for acceptance prior to construction.

Design Parameters and Requirements of Sewer Lateral Lining

Parameter Minimum Requirement


External Hydrostatic Pressure Depth of ground water table is assumed to be 2.0 m
below grade.
Earth Load 4.5 metres over top of pipe or the height of cover that
exists at the liner location, whichever is greater. Load
calculations shall be based on a soil density 1920 Kg per
cubic meter.
Soil Modulus 700 psi
Live Load AASHTO HS-20
Minimum Design Ovality Three percent
Design Conditions The liners shall be designed to withstand earth, live and
hydrostatic loads without contribution from the existing
sewer pipe. This condition is referred to as “Fully
Deteriorated” as in ASTM F 1216, Appendix X1,
Design Considerations for fully deteriorated gravity
pipe condition.
Safety Factors The safety factor of two shall be employed.
Structural Design Life 50 years
Lining Material Flexural Modulus and Flexural The flexural strength used in the design shall be the
Strength values as rated for the design life. Independent third
party test data is required as substantiation of the values
used in design.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 3 of 7
CURED-IN-PLACE BUILDING LATERALS

Materials

Structural Properties of CIPP


Minimum Structural properties of CIPP System shall be as follows:

Property Min. Valve ASTM Test Method


Flexural Strength 31 MPa D 790
Flexural Modulus of 1724 MPa D 790
Elasticity
50 year Creep Reduction 35% + Third Party Testing

The 50-year creep reduction represents the percent reduction of the buckling resistance over 50 years
(extrapolated from a third party 10,000 hrs external loading test).

Tube
Contractor shall confirm size of all existing pipes to be rehabilitated, prior to undertaking any
manufacturing of any tubes. Size of existing pipe shall be confirmed prior to any installation.

The tube shall consist of one or more layers of flexible needled felt or an equivalent non-woven material
capable of carrying resin, withstanding installation pressures and curing temperatures, and shall be
compatible with the resin system used. The material shall be able to stretch to fit irregular pipe sections
and negotiate bends. The outside layer of the tube shall be plastic coated with a material that is
compatible with the resin system used. The tube shall be fabricated to a size that, when installed, will
tightly fit the internal circumference and the length of the original conduit. Allowance shall be made for
circumferential stretching during inversion.

Resin
The resin must be able to cure in the presence of water and the initiation temperature for cure shall be
less than 180oF(82.2oC). Alternatively, or a two-component epoxydic resin mix with fibreglass tissue can
be used. The resin shall be non-styrene based (product CORVE8295 Thixotropic Vinyl Ester
Resin or approved equal). The mixing and the wetting being made at the plant insures quality control
for the ratios (resin and fibreglass). The Contractor shall prepare and submit samples to a third party
laboratory for testing as directed by the Contract Administrator. The use of Styrene based resin is not
acceptable in this contract.

Finished Pipe
The finished pipe or CIPP shall be fabricated from materials that when cured will be chemically resistant
to withstand internal exposure to domestic sewage at continuous temperatures below 60 oC and be
resistant to abrasion due to solids, grit and sand. The material shall produce: a bond between CIPP
layers that is strong and uniform. The layers, after curing, shall be completely saturated with resin and
create one (1) homogenous layer.

Resin Impregnation
The liner shall be impregnated with resin (wet-out) under controlled conditions. The volume of resin
used shall be sufficient to fill all air voids in the tube material and layers at nominal thickness and
diameter. Additional allowances for the volume of resin should be made due to the change in resin
volume as a result of polymerization shrinkage and migration of resin into the cracks and joints in the
original pipe wall. A roller system shall be used to uniformly distribute the resin throughout the tube.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 4 of 7
CURED-IN-PLACE BUILDING LATERALS

The Contractor shall designate a location where the CIPP will be wet out or vacuum impregnated prior to
installation. The Contractor shall allow the owner's representative to visit and inspect at his/her request,
and at the Contractor’s expense, the facility, materials and procedures used to impregnate the tube.

Installation of CIPP

The wetted out Liner shall be inserted into the existing pipe through an existing building sewer clean-out
by means of an inversion or pull in process and the application of a hydrostatic head or air sufficient to
expand the tube against the lateral wall without damage to the existing pipe. Alternately, the tube can be
pulled into place and expanded by water pressure or air with an inflation bladder.

The inversion pressures necessary for proper installation shall be provided by the manufacturer prior to
installation. Tube installation forces or pressures shall be limited so as not to stretch the tube
longitudinally by more that 5% of the original length or cause damage.

Before the installation begins, the tube manufacturer shall provide the minimum pressure required to
hold the tube tight against the existing pipes and the maximum allowable pressure so as not to damage
the existing pipe. Once the installation has started, the pressure shall be maintained between the
minimum and maximum pressures until the installation has been completed.

The existing pipes shall be dewatered for any CIPP installation that does not use an inversion method to
expand the tube against the pipe wall. For pull-in methods, if requested by the Contract Administrator, a
proofing section shall be pulled through the existing pipe prior to installation. The proofing section shall
consist of the tube and resin materials proposed for rehabilitation. The minimum length of the proofing
section shall be 5% of the total line length shall be of like diameter and thickness. If proofing section is
damaged, after being pulled through the pipe, point repairs shall be made to existing conduit. The
proofing process shall be repeated using a new proofing section to verify effective point repairs. The
process shall be repeated until proofing results in no damage to proofing section. Installation of CIPP
using pull-in methods can begin after successfully proofing the existing conduit.

The use of lubricant during inversion is recommended to reduce friction. This lubricant should be
applied directly to the tube or inflation bladder. The lubricant used should be a non-toxic, oil-based
product that has no detrimental effects on the tube.

All service laterals shall be installed from the clean-out in the basement of each home, not from an
excavation pit on the lawn.

Workmanship

The finished pipe should be continuous over the entire length of an installation run and be free of dry
spots, lifts, and de-lamination. If these conditions are present, remove and replace the CIPP liner.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 5 of 7
CURED-IN-PLACE BUILDING LATERALS

Fit and Finish

Liner Fit to Existing Sewer Service Connection

The outside surface of the finished liner shall be in contact with the inside surface of the existing sewer
service connection subject to the contact tolerance. It should also be able to negotiate vertical/horizontal
elbows and bends with various degrees (angles ranging from 0 to 90 degrees). The inside surface of the
existing sewer service connection is the surface after the sewer has been prepare for lining in accordance
with the preparation requirements. The contact tolerance is 1.0 mm. Where any space of gap between
the outside surface of the liner and the inside surface of the existing sewer service connection exceeds
1.0 mm, the liner fit will be deficient, subject to exceptions noted below.

Exception to Liner Fit at Existing Sewer Service Connection Irregularities

Existing sewer service connection irregularities include off set joints, protrusions, bumps or other similar
situations in the existing sewer service connection that remain after the sewer service connection has
been prepared in accordance with the preparation requirements. Neither ovalisation of the existing sewer
nor curves made by joint deflection are irregularities in this context. Where an irregularity exists,
exception to the liner contact tolerance requirements will be allowed in the irregularity zone. The
irregularity zone is defined as a zone extending a distance of up to ¼ of the liner inside diameter in any
direction from the irregularity as measures along the inside surface of the liner.

A liner fit exception at the existing sewer service connection irregularity shall not present an obstruction
to sewage flow whether or not it complies with the allowed exceptions.

Liner Shape

The liner shape will be as defined by liner fit to existing sewer service connection. In general, the liner
shape shall conform to the shape of the existing sewer service connection inside the surface after its
preparation in accordance with the preparation requirements. However, where the existing sewer service
connection shape is not defined (missing pieces of sewer service connection) the liner may either bridge
the missing wall section or indent into the missing wall section. Where the liner bridges, the shape of the
liner shall latch the shape of adjacent sewer service connection and the inside diameter of the liner shall
be as required for contact tolerance for the adjacent sewer service connection. Where the liner indents,
the depth of the indent shall not reduce the liner wall thickness below the wall thickness tolerance.

Liner Wall Thickness Tolerance

The liner’s finished wall thickness shall be as specified in the engineered design submitted with the
tender,

Finished Liner Installation

The liner shall be free of any interior bulges, ribs, and ripples, folds and other irregularities except where
these irregularities comply with the liner wall thickness tolerance, fit shape and wall thickness given
above.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 6 of 7
CURED-IN-PLACE BUILDING LATERALS

Liner Termination

The finished ends of the liner shall be neat and smooth on the sewer side the finished end must be within
100 mm (4” inches) from the main line sewer, extreme caution should be used at the building end not to
cover weeping pipes. The liner shall be able to cover the transition from 4” cast to 5”and 6” pipe.

Video Requirements

The City of Ottawa Contract Administrator will view the V2 for acceptance prior to installing
any liner. The contractor shall complete the installation of the liner and video V3 final on CD.
The contractor shall record in m-peg format the V2 first and V3 second on the same CD.
CD labels are to be labelled with the information detailed in the order as follows;
Date, street name, municipal address, pipe size, SL #, contract number, and City of Ottawa.

Final Inspection

Inspect installation using closed-circuit television. Variations from true line and grade may be inherent
because of the conditions of the original piping. No infiltration of ground water should be observed

Submit a copy of inspection to Contract Administrator.

Quality Assurance

Contractor shall provide samples from a third party test lab for approval by the Contract Administrator.
The size of the sample and frequency of sampling shall be to the satisfaction of the Contract
Administrator.

The Contractor shall submit certified final test results in report form from a third party test lab to the
Contract Administrator before the CIPP Lateral work will be deemed to be complete.

The City of Ottawa Contract Administrator will view all CCTV Finals ( V3 ) prior to acceptance for
payment.

Communication

The City of Ottawa Contract Administrator will meet with the homeowner and arrange an appointment
for the contractor’s first visit. After the first visit the contractor shall agree with the owner for the next
appointment. The City of Ottawa shall not be held reasonable for missed appointments.

Contractor must provide to the City of Ottawa a 24-hour emergency telephone number answered by a
person capable of addressing concerns & contacting key personnel to take appropriate remedial action.

The Contractor must inform the Contract Administrator on a daily basis what activities will be
undertaken on each job site relating to this contract. The Contractor must immediately advise the
Contract Administrator upon the Contractor becoming aware that any of the Contractor's work crews
propose or intends to vacate a job site.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4112
Date: March 2016
Page: 7 of 7
CURED-IN-PLACE BUILDING LATERALS

Clean up and Contractors Responsibility

The Contractor shall reinstate to original conditions the project area affected by the operations.

The Contractor shall be held responsible for any damage that may occur caused by them
during installation of lateral sewer liner.

If at any time during cleaning and prepping procedure the building sewer is damaged and
as a result the lateral cannot be lined properly, the contractor is responsible to replace the
building sewer entirely from the cast iron at the house to the main sewer at their own cost.

Measurement for Payment

The CIPP Lateral work shall be measured in metres from end to end and shall be based on the actual length of
CIPP liner installed.

Basis of Payment

Payment at the contract price for above tender item shall be full compensation for all labour, material,
equipment and testing to do the work described in contract.

Section F\Sewers\Trenchless\F-4112 – March 1, 2016


S.P. No. F-4113
Date: March 2015
Page: 1 of 2

SEQUENCE OF WORK (TRENCHLESS)

SCOPE

The work specified in this contract shall be performed in the sequence identified below
or as directed in the field by the Contract Administrator. Acceptance by the City of the
work identified in a previous step is required before work identified in the next step shall
be performed:

DESIGN AND SUBMISSION REQUIREMENTS

Work Sequence

For each MH-MH section of sewer for which work is to be performed, the sequence of
the Contractor’s work shall be as follows.

1. Perform V1 CCTV work as specified in Special Provision F-4110, submittals are


not required at this stage. No other work shall be performed prior to the
completion of this V1 CCTV work.

2. Determine whether Standard Loading Condition Design submitted with tender


applies or does not apply. Where Standard Loading Condition Design does not
apply, advise the Contract Administrator of the determination including the
reason(s).

3. For cases where the Standard Loading Condition Design does not apply, and on
the request of the Contract Administrator, prepare and provide a Non-Standard
Loading Condition Design. Include in the submission whether the Non-Standard
Loading Design will change the price of the installation versus the price for the
Standard Loading Condition Design. The design and price notification shall be
provided a minimum of 14 days prior to the planned installation of the CIPP liner
or spot repair. No further work for this situation shall proceed without the
approval of the Contract Administrator.

4. Perform sewer pipe cleaning and preparation work as specified in Special


Provision F-4109 and prepare Preliminary Service Connection Report as
specified in Special Provision F-4111.

5. Discuss and finalize Procedure for Service Lateral Investigation with Contract
Administrator as specified in Special Provision F-4111. The Contract
Administrator will notify Contractor of City’s acceptance or required modifications
to procedure.

6. Perform Investigation of Service Laterals and submit Preliminary Service


Connection Report, corresponding field notes and Final Service Lateral
Connection Report as specified in Special Provision F-4111. Perform V2 CCTV
work and submit V2 CCTV information as specified in Special Provision F-4110.
The V2 CCTV submittals must be received a minimum of five working days prior

Section F\Sewers\Trenchless\F-4113 – March 2, 2015


S.P. No. F-4113
Date: March 2015
Page: 2 of 2

to the Contractor’s proposed date to perform the CIPP Lining work. The Contract
Administrator reviews the submitted information and notifies Contractor of City’s
acceptance or of deficiencies.

7. When the Contract Administrator has approved the sewer cleaning and
preparation, perform CIPP Pipe Lining or CIPP Spot Repair work as specified in
Special Provision F-4107 or F-4108, perform Reopening of Existing Service
Laterals work as specified in Special Provision F-4111 and perform V3 CCTV
work as specified in Special Provision F-4110 including submittals. Contract
Administrator reviews V3 CCTV information and all work performed and notifies
Contractor of City’s acceptance or of deficiencies.

Contemplated Work Sites

The contemplated work sites for CIPP lining are as listed in the tender package. The
Contract Administrator may add new sites, remove a listed site or change the limits of a
listed site. There shall be no additional payment, over and above the contract unit rates,
for changes made to the work sites listed subject to the determination of Non-Standard
Loading Condition requirements necessitating increased liner or spot repair thickness.

MEASURMENT FOR PAYMENT

There shall be no measurement for payment for compliance with this special provision.

BASIS OF PAYMENT

Compensation for all materials, equipment and labour shall be deemed to be included in
the contract price for the items listed in the Schedule of Prices.

Section F\Sewers\Trenchless\F-4113 – March 2, 2015


S.P. No. F-4114
Date: March 2015
Page: 1 of 1
BYPASS PUMPING (TRENCHLESS)

SCOPE

This Specification covers the general requirements for by-pass pumping to facilitate
sewer rehabilitation work. The by-pass pumping work shall include the supply,
installation, operation and removal of all equipment required to reduce flow in sections
of sewer to the levels necessary to perform the rehabilitation work. This SP provides
general guidance only as to when and how bypass pumping may be needed. This SP is
not intended to provide an instruction on how bypass pumping will be performed by the
Contractor. The size, adequacy, capacity and performance of the bypass pumping are
the Contractor’s responsibility.

By-Pass Pumping

If by-pass pumping of the flow is required to isolate the sections of pipe designated for
rehabilitation, the bypass should be made by plugging the line at a point upstream of the
existing pipe to be rehabilitated and pumping the flow to a point downstream of the
existing pipe. The pump and bypass lines should be of adequate capacity and size to
handle the flow. Service lateral connections within this reach will be temporarily out of
service. The Contractor shall prepare and distribute public advisory notices, as outlined
elsewhere in this contract document, to notify all residents whose service lateral
connections will be out of service and to advise against water usage until the mainline is
back in service.

The Contractor shall ensure that its work is in compliance with the City’s Sewer Use By-
Law.

The Contractor shall provide at least one operational back-up pump for each main pump
in service. Each back-up pump shall be capable of moving the same flow rate as the
main pump.

The Contractor shall be responsible for all damages arising from its by-pass pumping
work.

MEASUREMENT FOR PAYMENT

The by-pass pumping work for all work locations will be measured for payment as a
lump sum item.

BASIS OF PAYMENT

Payment at the contract price for above tender item shall be full compensation for all
labour, material, equipment and testing to do the work described in contract.

Section F\Sewers\Trenchless\F-4114 – March 2, 2015


S.P. No: F-4115
Date: March 2015
Page: 1 of 3
TREATMENT OF CURING WATER

SCOPE

The treatment of the hot water that is used for the curing of styrene-based sewer
liners is mandatory on all City of Ottawa's sewer lining contracts.

The Contractor shall provide all the necessary labour, equipment, and materials to treat
the curing water to ensure styrene levels are below acceptable limits as per municipal
by-laws and provincial regulations prior to release to the downstream sanitary sewer.

CONSTRUCTION

Pre-Construction Notification

The City of Ottawa's Sewer Use Program Duty Officer must be notified a minimum of
two weeks in advance of all upcoming CIPP projects in the City of Ottawa. The
notification is to include the:

 Name of the contractor conducting the CIPP work;


 Name of the organization employing the CIPP contractor;
 Location of the CIPP lining, including a map;
 Type of sewer being relined (storm, sanitary or combined);
 Pipe diameter and total length;
 Curing method;
 Start date, anticipated duration of work and estimate of the first discharge date.

Treatment of Cured Water for Sewers

The curing water must be treated by carbon filtering prior to discharge to the
downstream sewer section.

 Note that a minimum of two carbon units in series must be used.


 More carbon units may be required to reduce the treatment period and prevent
delays associated with the release of the curing water. As an example, two sets
of two in-series carbon filters may be used for a total of four carbon filters.

Prior to each discharge, verification samples of the treated curing water must be
collected from each of the carbon units by the contractor and submitted to an accredited
lab.

 The sample from the first carbon unit in series must be submitted for rush
analysis for styrene and the remaining samples held by the lab pending the
analytical results of the first sample.
 If the result of the first sample is above the By-law limit of 0.04mg/L then the
discharge must be stopped and the Sewer Use Program Duty Officer notified
immediately.

Section F\Sewers\Trenchless\F-4115 – March 2, 2015


S.P. No: F-4115
Date: March 2015
Page: 2 of 3
 The Contractor shall not claim for delays associated the timeframe
required to obtain analytical results, nor with the Contractor's failure to
meet the City's Sewer Use By-Law.
 The sample collected from the second carbon unit must then be analyzed
for styrene and the discharge can only restart if the result for the sample
from the second carbon unit is below the By-law limit.
 If the result of the first sample is below the By-law limit, then the discharge can
begin.
 Discharge of the curing water can commence once the samples of curing
water have been submitted to the lab and the Sewer Use Program has
been notified of the intent to discharge.
 The contractor must indicate the time the discharge will start and the
location where the discharge will take place.

Copies of laboratory certificates for each sample must be forwarded to the Sewer Use
Program for review immediately upon receipt by the contractor. A copy of the certificate
shall also be provided to the Project Manager.

Samples are to be collected and analyzed for each discharge event.

If an exceedence of the By-law limit is identified in the laboratory analytical results for a
sample of treated water, then the carbon unit from which the sample was collected must
be taken out of service until the carbon has been replaced.

If steam or ultraviolet light is the curing method, no sampling is currently required.


However, the contractor is to provide all the required information regarding the project
and must notify the Sewer Use Program Duty Officer prior to starting, and after
completing each section of pipe.

Contractor's Responsibilities

The Contractor is responsible to ensure his operations comply with the Sewer Use
By-Law, which prescribes a maximum styrene concentration of 0.04mg/L.

Failure to comply with the Sewer Use By-Law will expose the Contractor to escalating
enforcement, including Contract shut down and fines. No payment will be made for any
delays and Contractor's costs associated with a shut down and/or fines.

MEASUREMENT FOR PAYMENT

Measurement for payment shall be lump sum. A percentage proportional to the work
progress will be used to determine the monthly payment value.

BASIS OF PAYMENT

Payment at the lump sum price for the item “Treatment of Curing Water” shall be full
compensation for all labour, equipment, and materials to do the work. No additional
payment will be made for the addition of carbon filters deemed necessary to increase

Section F\Sewers\Trenchless\F-4115 – March 2, 2015


S.P. No: F-4115
Date: March 2015
Page: 3 of 3
the water treatment capacity and/or to meet municipal and provincial by-laws and
regulations.

Section F\Sewers\Trenchless\F-4115 – March 2, 2015


S.P. No. F-4117
Date: March 2007
Page: 1 of 1
SEWER FROST TAPERS

OPSS 410 and City of Ottawa Special Provision F-4100 shall apply except as may be amended and
extended herein.

Trenching Backfilling and Compacting

Where sewer and/or catchbasin leads cross roads and are not below the frost treatment depth “k” of 1.5
metres, frost treatments shall be provided in accordance with OPSD 803.030 or 803.031 for Type ___
soil. The following sewers and/or catchbasin leads have been identified as requiring frost tapers:

From To Excavation Granular ‘B’


Structure/Station Structure/Station Estimate (m3) Type II Estimate (t)

Measurement for Payment

Excavation will be measured by volume in cubic metres (m3) of Subgrade material excavated.
Granular ‘B’ Type II will be measured by the tonne (t) of material placed.

Basis of Payment

Payment for the excavation and granulars placed for the frost taper construction shall be paid for under
the items “Earth Excavation – Grading Including all Removals” and “Granular ‘B’ Type II” and shall
be full compensation for all labour, equipment and material required to complete the work.

Note to Designer: Fill in soil type and list all sewers and/or catchbasin leads that require frost tapers
along with the associated excavation and granular ‘B’ quantities. Include quantities in the earth ex.
and Gran ‘B’ items.

Warrant: On all projects with sewers and/or catchbasin leads that require frost tapers.

\Section F\Sewers\F-4117 – March 31, 2007


S.P. No: F-4210
Date: March 2015
Page: 1 of 1
PIPE CULVERTS, CONCRETE HEADWALLS AND
CONCRETE APPURTENANCES

Amendments to OPSS 421 and OPSS 1801


OPSS 421 and OPSS 1801 shall apply except as may be amended and extended herein.

Source of Materials
Clause 421.05.01.01, General, of OPSS 421 is amended by the addition of the following:

Culvert pipe and fittings shall be approved products as per MS-22.15.

Unless specified otherwise in the contract documents, where OPSD 804.03 or OPSD 804.04
has been specified, approved precast alternatives may be substituted where appropriate. See
MS-22.15 for details.

Culverts in truck turning zones with less than 300mm of material between the top of the culvert
and the road surface shall use approved precast reinforced concrete culverts. The truck
turning zone is defined as the zone on the road approaching an intersection within 10m
distance to the closest shoulder edge of the intersecting road.

Measurement for Payment


Clause 421.09.01.02, Concrete Appurtenances, of OPSS 421 is deleted and replaced by the
following:

Measurement of headwall structures will be made of the number of each type and size of unit
installed.

Measurement of concrete appurtenances other than headwall structures and their associated
appurtenances will be made in cubic metres for the volume of concrete used.

Basis of Payment

Concrete Headwall and Concrete Appurtenances


Subsection 421.10. is extended to include the addition of the following:

421.10.04 Concrete Headwalls and Appurtenances


Payment at the Contract price for the type and size of headwall structure shall be full
compensation for all labour, equipment and material required to do the work including earth
excavation, removals, reinforcing steel and associated metal appurtenances.

Payment at the Contract price for the tender item “Concrete Appurtenances”, other than
headwall structures and their associated appurtenances shall be full compensation for all
labour, equipment and material required to do the work.

Section F\Sewers\F-4210 – March 2, 2015


S.P. No: F-4211
Date: March 2008
Page: 1 of 1

“ALL INCLUSIVE” PIPE CULVERTS, REMOVE AND REPLACE

Amendments to OPSS 421 and OPSS 1801

OPSS 421, and OPSS 1801, shall apply except as may be amended and extended herein.

Size of Culvert

This special provision applies to culverts of 900 mm diameter or less only.

Source of Materials

Clause 421.05.01.01, General, of OPSS 421 is amended by the addition of the following:

Culvert pipe and fittings shall be new and in accordance with the list of approved sewer products MS-22.15.

Measurement for Payment

Measurement of culvert pipes will be made in metres for the length of new culvert used.

Basis of Payment

Payment at the Contract price for the tender item “All Inclusive Pipe Culverts, Remove and Replace” shall be full
compensation for all labour, equipment and materials required to complete the work including excavating,
removals, and the supplying, placing and compacting of acceptable granular bedding (Granular ‘A’ and Granular
‘B’ or as otherwise specified in the Contract). Asphalt reinstatement will not be included.

Section F\Sewers\F-4211 – March 31, 2008


S.P. No. F-4212
Date: March 2016
Page: 1 of 4

HIGH DENSITY POLYETHYLENE PIPE LINER, CULVERTS

OPSS 421 shall apply except as amended and extended herein.

SCOPE

This specification covers the requirements to supply and install HDPE pipe liners into
existing culverts.

LINER MATERIALS

1. The HDPE pipe liner shall conform to OPSS 1840 or OPSS 1842.
2. The joined ends of the HDPE pipe liners must conform to ASTM D3350 and be
water-tight and leak-free.
3. The HDPE pipe liner shall have a ring stiffness class of RSC 160 for 460 to 760mm,
RSC 250 for 840 to 2130mm and RSC 400 for 2290 to 3050mm. Tests shall be
conducted in accordance with ASTM D2412.
4. The HDPE pipe liner shall be a closed profile pipe having a smooth non-corrugated
interior and exterior surface.
5. The HDPE pipe liner shall have fully restrained joints to enable a push or pull
insertion process. The joint must be capable of meeting the required push or pull
force to allow insertion of the pipe liners.
6. The pipe liner joint shall have the same outer diameter as the rest of the pipe liner.
The pipe liner shall be capable of being joined into a continuous length by an
interlocking or welding method.
7. Grout shall be non-shrink, non-ferrous cement grout with a minimum 28 day
compressive strength of 1.0 MPa.

SUBMISSIONS

The Contractor shall submit in writing to the Contract Administrator at least two weeks
prior to commencement of the work, the following:

1. The Contractor shall submit a Culvert Cleaning Plan to the Contract Administrator
prior to cleaning the existing culvert. The Culvert Cleaning Plan shall provide a
description of the cleaning method and equipment to be used.
2. Insertion method describing, at minimum, the location of the staging area, the push
or pull approach and a description of the equipment to be used.
3. The Contractor shall submit material technical specifications for the HDPE liner and
Manufacturer’s recommended installation procedure for the HDPE liner. The
information is to include buried pipe design and maximum allowable grout pressure.
4. Detailed plan explaining how the alignment and the grade for the pipe liner will be
achieved.

Section F\Sewers\F-4212 – March 1, 2016


S.P. No. F-4212
Date: March 2016
Page: 2 of 4
5. A grouting plan that includes, at minimum, the following:
5.1 Verification of conditions suitable for grouting.
5.2 Bulkhead design.
5.3 Grout mix design or name of proprietary product.
5.3.1 Submission shall include applicable technical data sheet outlining
general composition, limitations and acceptable uses, strengths at
various stages including the ultimate 28-day strength, as well as
information relating to allowable field adjustments.
5.4 Grout placement method and equipment.
5.5 Method of on-site storage and protection from weather (moisture and
temperature).
5.6 Temperature control, including mix design temperature and temperatures of
constituent materials.
5.7 Maximum anticipated grout pressure.
5.8 Refusal pressure.
5.9 Method of identifying and addressing blockages.
5.10 Securing method to prevent flotation of the pipe liner .
5.11 The number of grout lifts to completely fill the void between the pipe liner and
the culvert.
5.12 Theoretical volume of grout required, based on site measurements.
5.13 Method to track the actual volume of grout utilized to fill the void
5.14 Open time for period of practical use of each grout mix.
5.15 Sketches and drawings showing the entire work.

CONSTRUCTION

1. The Contract Administrator shall be notified at least 48 hours in advance of starting


work.
2. The culvert cleaning method shall not cause damage or collapse of the existing
culvert.
3. The Contractor shall measure the internal diameters of the culvert sections to be
lined and the length of the sections to be lined prior to ordering the material. The
measurements taken shall be suitable for proper sizing of the liners to be installed.
The Contractor shall not rely on dimensions provided by the Contract or other City
information. Measurements shall be provided to the Contract Administrator on
request. The Contractor shall take the measurements after cleaning and preparation
of the culvert. Where this is not feasible due to timing of liner installations, the
Contractor shall take into account the expected inside diameter of the sewer post
cleaning and preparation.
4. The Contractor shall ensure the pipe liner is ordered in laying lengths that will allow
work to be completed within the designated construction area.
5. No pipe shall be installed when damaged. Such damaged pipe shall be repaired to
the satisfaction of the Contract Administrator or a new pipe shall be provided.
6. The Contractor shall install the required supports and devices for aligning and
positioning each pipe section to the required line and grade, furnish and install

Section F\Sewers\F-4212 – March 1, 2016


S.P. No. F-4212
Date: March 2016
Page: 3 of 4
necessary pipe supports, blocking and bracing to eliminate pipe flotation and prevent
other movement during backfill placement and to securely hold the pipe in position in
such manner as not to interfere with required work at the joints.
7. The annular space between the culvert and the casing pipe shall be completely filled
with grout to support the culvert and to provide long-term stability.
8. The approved casing spacers shall have legs around the entire circumference to
allow for pipe rotation and pipe buoyancy. Exact culvert and casing dimensions
shall be confirmed prior to ordering the casing spacers to allow for pipe tolerances.
9. During grouting operations, a grout pressure gauge and recorder shall be installed
immediately adjacent to each injection port. During operations, the recorder shall
continuously record the actual grouting pressure in the annulus versus the time on
paper with ink. All gauges shall be certified and calibrated with ANSI B40, Grade
2A.
10. Pumping equipment shall be of a size sufficient to inject grout at volume, velocity
and pressure compatible with the size of the annular space. Grouting pressure
inside the annulus at any place along the section being grouted shall not exceed the
lesser of the culvert manufacturer’s recommendation or 14 kPa during placement or
curing.
11. Grouting materials shall be stored in dry conditions; at temperatures above 10
degrees Celsius. Packaged materials shall remain in their sealed packages until
batched.
12. Sufficient resources shall be on hand to ensure that grouting operations are not
interrupted due to shortage of materials, equipment breakdown, or insufficient
labour.
13. Grouting operations shall be controlled such that the liner is not subjected to
unbalanced pressure or to excessive pressure that may deform the liner.
14. The substrate surfaces and ambient air temperature in the vicinity of the grouting
work shall not be less than 10 degrees Celsius. Maintain temperatures above 10
degrees Celsius for at least 96 hours after grouting.
15. The Contractor shall complete a post-construction CCTV inspection of the liner.

QUALITY ASSURANCE

Grout

1. All grout quantity records to fill the entire void shall be submitted to the Contract
Administrator.
2. The Contractor shall be responsible for all QA sampling and testing of the grout
supplied.
2.1. Samples shall be taken during the actual grouting operations. A minimum of two
sets of three cubes shall be cast for Quality Assurance. One set shall be tested
after 7 days and one set shall be tested after 28 days.
2.2. Test results shall be forwarded immediately to the Contract Administrator.

Section F\Sewers\F-4212 – March 1, 2016


S.P. No. F-4212
Date: March 2016
Page: 4 of 4
2.3. The Contractor shall cast an additional two sets of cubes to be tested at the
discretion of the Contract Administrator for Quality Assurance purposes.
3. The Contract Administrator may perform various tests to ensure that all voids
between the existing pipe and pipe liner are filled to ensure the work is complete.
4. Upon request, suppliers shall provide a certificate to indicate that the product was
produced and tested according to the appropriate specification requirements.
5. The Owner may make inspections and tests at such times as considered necessary
to ensure that the material supplied is according to this specification.
6. All materials failing to comply with the requirements of this specification shall be
rejected

MEASUREMENT FOR PAYMENT

Measurement for pipe liner installation shall be by length in metres along the horizontal
centreline of the pipe liner.

Measurement for grout shall be by volume of grout placed as measured in cubic meters.

BASIS FOR PAYMENT

Payment at the contract price for the above tender items shall be full compensation for
all Labour, Equipment and Material required to do the work.

Section F\Sewers\F-4212 – March 1, 2016


S.P. No: F-4221

Date: March 2015

Page: 1 of 2

SUBSTITUTION OF PRECAST CONCRETE FOR CAST-IN-PLACE CONCRETE BOX


CULVERTS

Amendments to OPSS 422 and OPSS 1821

Cast-in-place concrete box culverts may be replaced by precast concrete box culverts
conforming to the requirements of OPSS 422 and OPSS 1821, amended as follows:

1821.04 SUBMISSION AND DESIGN REQUIREMENTS


Subsection 1821.04.02 of OPSS 1821 is amended by the addition of the following:

For culverts with:


 Opening dimensions not listed in OPSS 1821,
 Fill cover depth less than 600 mm or,
 Fill heights grater than those indicated in OPSS 1821,
design and shop drawings, including joint and handling details, shall be submitted. Designs
shall conform to the Canadian Highway Bridge Design Code, and six copies of all drawings
shall be submitted to the Contract Administrator a minimum of three weeks before
commencing fabrication. The proposals shall bear the seal and signature of an Engineer, and
fabrication shall not proceed until the design and shop drawings have been returned with the
notation of “Permission to Construct”.

1821.05.02 Aggregate
Subsection 1821.05.02 of OPSS 1821 is deleted and replaced by the following:

Aggregates shall conform to OPSS 1002, except that the requirement for the nominal
maximum size for the coarse aggregate of 19 mm need not apply.

422.07.07 Bedding
Subsection 422.07.07 of OPSS 422 is amended by the addition of the following:

In earth and rock excavations, the depth of the granular under the base of the precast culvert
shall be as shown on the cast-in-place drawing, but in no case less than 300 mm. This
granular shall form a bedding and levelling course.

422.07.09.01 Box Units


Subsection 422.07.09.01 of OPSS 422 is amended by the addition of the following to the third
paragraph:

End units shall be a minimum of 2.35m in length, all other units shall be a minimum of 0.914m
in length.

422.07.09.02 Geotextile at Joints


Subsection 422.07.09.02 of OPSS 422 is amended by replacing the first paragraph with the
following:

A minimum 1140 mm wide strip of geotextile shall be placed to form a continuous barrier
Section F\Sewers\F-4221 – March 2, 2015
S.P. No: F-4221

Date: March 2015

Page: 2 of 2

SUBSTITUTION OF PRECAST CONCRETE FOR CAST-IN-PLACE CONCRETE BOX


CULVERTS

centered around the exterior of all buried joints.

422.10 BASIS OF PAYMENT


Payment for precast units will be based upon the tender quantities for the construction of the
cast-in-place units including any concrete appurtenances. Concrete appurtenances are as
defined in OPSS 422.

Payment for granular material shall be according to Clause 422.10.03 of OPSS 422.

Payment for excavation quantities shall be according to Clause 422.10.06 of OPSS 422.

Section F\Sewers\F-4221 – March 2, 2015


S.P. No: F-4411
Date: March 2017
Page: 1 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Amendments to OPSS 441

OPSS 441 Construction Specification for Watermain Construction by Open Cut shall be
deleted in its entirety and superseded by this and the following special provisions
except where specifically noted.

Scope

This Special Provision covers the requirements for the installations of the water plant and
associated appurtenances using the open cut method.

References

OPSS 441 is deleted and replaced with this and the following special provisions, standards,
specifications or publications:

Ontario Provincial Standard Specifications

OPSS 212 Construction Specification For Borrow


OPSS 401 Construction Specification For Trenching, Backfilling and Compacting
OPSS 403 Construction Specification For Rock Excavation For Pipelines, Utilities And
Associated Structures In Open Cut

City of Ottawa

D-029 Contractor Quality Control Compaction


F-2120 Select Subgrade Material For Trench Backfill
F-4102 Expanded Polystyrene Insulation
F-4031 Rock Excavation (Sewer and Watermains)
F-4412 Watermain Pipe
F-4413 Valves, Valve Boxes, Valve Chambers
F-4414 Hydrants
F-4415 Insulation
F-4416 Temporary Services
F-4417 Relocations, Blankings and Connections to Existing Watermains
F-4418 Water Services
F-4419 “All Inclusive” Reinstatement for Watermain Construction
F-4420 unassigned
F-4421 Cathodic Protection of Existing Watermain and Fittings

Non Payment Specifications

F-4491 Commissioning of Watermains


F-4492 Thrust Restraint of Watermain and Fittings
F-4493 Tracing Wire for Watermain and Fittings

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 2 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

F-4494 Cathodic Protection of New Watermain and Fittings


Definitions

Definitions used for the purposes of this Special Provision shall be in accordance with OPSS
Standards except as follows:

Appurtenances: means devices and appliances other than the watermain pipe, which are
used in conjunction with the watermain. This shall include fittings such as tees, crosses
bends, reducers, caps, bedding, cathodic protection, tracer wire, thrust blocks and/or
retaining/restraining glands, etc.;

Bedding Material: means material as it relates to rigid pipe, from the bottom of the trench to
the bottom of the cover.

City Forces: means employees of the owner from the Drinking Water Services Branch that
are certified to perform “operator” functions with the City’s water distribution system as defined
by the Ontario Regulations 128/04 “Certification of Drinking Water System Operators and
Water Quality Analysts;

Cover Material: means the material placed from the top of the bedding to the bottom of the
backfill for rigid pipe.

Drawings: means the approved plans and profiles issued for construction;

In Service: references any water plant that has passed approved bacteriological testing and/or
connected to the existing water distribution system. A new water plant shall be commissioned
per the procedures specified herein before being connected to the existing system. For the
purposes of this specification the terms “existing”, “live”, “in-service”, or “commissioned”
watermain are interchangeable.

Standards: means latest revision of the City of Ottawa, Infrastructure Services Department,
Business and Technical Services Branch, Standard Tender Documents for Unit Price
Contracts, Volumes 1 and 2;

Watermain: means a water pipe of any size located in a public right-of-way or easement to the
benefit of the City;

Water Plant: means watermain pipes, valves, valve boxes, valve chambers, hydrants,
services, curb stops and associated appurtenances;

Water Services: means water service connections of any size, tapped or teed from the
watermain to the property line.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 3 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Submissions and Design Requirements

Watermain Work Schedule & Procedure

The Contractor’s written Watermain Work Schedule and Procedure shall include the sequence
of work and any variations in methods used to isolate, install and commission the new water
plant which is not in accordance with the specifications described herein. The Contractor shall
also provide proof of tapping competency and shall include the type of tapping equipment and
cutter to be used during the tapping operation used.

List of Materials

A complete listing of the materials to be used including manufacturer, supplier’s names,


description and/or model type of all pipe materials, hydrants and valves. All materials used
shall be consistent throughout the limits of the Contract.

A copy of the proposed Watermain Work Schedule and Procedure and the Materials List must
be submitted to the City's Contract Administrator.

Shop Drawings & Working Drawings

Shop drawings or working drawings are required for but not limited to the following:
 Concrete Pressure Pipe
 Butterfly and Tapping Valves, 400 mm and greater per materials specification MW 19.5
Valves
 Valve Chambers ( Non-Standard Chambers only)

Six (6) copies shall be submitted for review, of which two (2) shall be returned within two (2)
weeks of receipt.

All drawings shall be checked by the Contractor prior to submission to the City. The City shall
only review the drawings for compliance to the Standards. Work related to the drawings shall
not proceed until said drawings have been reviewed by the City’s Contract Administrator.

Layout Grade Sheets

The Contractor shall submit the layout grade sheets for verification by the City’s Contract
Administrator prior to commencing any watermain construction. The grade sheets shall
include the stations, offsets and proposed elevations of the watermain at least every 10m and
at every valve, hydrant and appurtenance.

Materials and Standard Detail Drawings

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 4 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

All materials incorporated into the proposed water plant shall be new and conform to latest City
specifications as referenced in “VOLUME NO. 2, MATERIAL SPECIFICATIONS &
STANDARD DETAIL DRAWINGS” manual as produced and amended by the City of Ottawa.

All standard detail drawings incorporated into the proposed water project plant shall conform to
latest City specifications as referenced in “VOLUME NO. 2, MATERIAL SPECIFICATIONS &
STANDARD DETAIL DRAWINGS” manual as produced and amended by the City of Ottawa.

Construction

Services Provided by the City

The City shall provide the following services during the construction of the water plant, unless
specified otherwise:

Inspection of the work related to the water plant installation;

Assistance with the coordination of services supplied by the City's Drinking Water Services
Branch;

All required valve operations. The Contractor shall not at any time operate a valve which
isolates an “in-service” watermain;

All labour and materials for blankings, connections and relocations to existing watermains. As
a general rule, the City shall only supply the appropriate transition couplings unless otherwise
noted in the Contract;

All labour, pipe materials and fittings for the installation and maintenance of temporary
overland services. As a general rule, the amount of temporary hose may be limited based
upon availability;

All labour, pipe materials and fittings for the installation of service laterals on all “in-service”
watermains;

Pressure gauges for hydrostatic and leakage tests;

All labour and materials required for flushing and disinfection of the installed watermains and
water services including the supply and installation of all 50mm disinfection nozzles on “in-
service” watermains to be used with the disinfecting equipment;

All repairs to “in-service” water plant unless otherwise directed by the City’s Contract
Administrator. All labour, material and equipment shall be charged to the Contractor
responsible for the damage;

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 5 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Final commissioning inspection in accordance with the Standards, prior to expiry of the
warranty period of the constructed water plant.

Scope of Work Provided by the Contractor

The following describes the scope of work for which the Contractor shall be responsible to fulfill
as part of the overall Contract requirements related to the water plant installation:

Layout of line and grade for the proposed water plant. The Contractor shall follow accepted
engineering practice to establish and maintain all lines and grades. The Contractor shall
protect all stakes, marks and reference points for line and grade of the proposed water plant;

All labour and equipment, which may be necessary to allow for inspection and checks of the
works;

Construction of the proposed water plant and associated appurtenances including adjustment
of all iron works and service posts to finished grade;

Excavation and backfill required to determine the exact location and elevation of the existing
water plant for all blankings, connections and relocations. The Contractor acknowledges that
the water plant being located may be live and pressurized.

Installation of all 50mm disinfection nozzles on new watermains required for the purposes of
hydrostatic testing, leakage testing, disinfection and flushing;

Provide excavation for temporary access to sterilization nozzles and maintain accessibility until
the City’s Contract Administrator verifies test results;

Furnish all the necessary tracing wire installation and testing equipment. The Contractor shall
provide the Contract Administrator with documentation verifying the testing, including the name
of the agency, person who conducted the test, date, time, clear identification of the section of
wire tested, and any pertinent comments;

All labour, equipment and materials required for the swabbing operation and watermain
cleaning.

Protection from damage or breakage of all watermains and water service laterals, which are in
service. Utility conflicts shall be exposed by hand excavation;

Protection from damage or breakage of all other utilities including storm and sanitary sewers
laterals which are in service. Utility conflicts shall be exposed by hand excavation;

Completion of the hydrostatic pressure and leakage tests in the presence of the City’s Contract
Administrator. The Contractor shall furnish the pump, pipe connection and all necessary
apparatus, except gauges and nozzles, see detail drawing W34.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 6 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Coordination of Labour, Equipment, or Materials provided by City of Ottawa Drinking


Water Services
The Contractor shall coordinate through the Contract Administrator at least two (2) business
days in advance of commencing construction in order to arrange and schedule any labour,
equipment or materials to be provided by the City of Ottawa Drinking Water Services.
Connections over 5.5m require coordination at least seven (7) business days in advance.
Business day means Monday to Friday, inclusive, between the hours of 7:30 a.m. and 4:00
p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form” with all
relevant information and submit via email to the Contract Administrator.

2. Contract Administrator will review the “DWS Construction Scheduling Request Form”
and forward via email to City of Ottawa Water Department Maintenance Planners at
water-booking@ottawa.ca. Contractor will be carbon copied on that email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form” and
water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request Form”
the scheduled start date and time and send form back to Contract Administrator via
email. Contractor will be carbon copied on that email which shall serve as confirmation
of the scheduled start date and time.

5. Contractor provides applicable labour, material, and equipment at the scheduled start
date and time.

6. Any required changes to the scheduled start date and time must be communicated to
the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners and public
traffic. This may result in work being performed during off peak hours. Any work performed
during off peak hours shall be considered incidental to the installation of the water plant.

Abandonment of Existing Water Plant

The abandonment of the existing water plant shall include removing valves, valve boxes,
service posts, fire hydrants, watermains, water services, installing caps or plugs for blanking
purposes, and all excavation and backfill required.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 7 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

The abandonment of the existing watermains is required to ensure that new underground voids
are not created within the right of way. Where the method of watermain pipe abandonment is
not otherwise prescribed in the contract documents, the following three methods may be
considered for abandonment of existing watermains:

 For watermains of any diameter, the watermain pipe may be removed and backfilled
with compacted granular ‘A’ or approved native backfill or select subgrade material;

 For watermains of any diameter the watermain pipe may be filled with flowable fill
(abandonment grout) which shall be a controlled low-strength material consisting of fluid
mixture of cement, fly ash, aggregate, water and with admixtures as necessary to
provide workable properties with 28-Day compressive strength in the range of 0.4 MPa
to 0.7 MPa; or,

 For watermains up to 200mm diameter, the existing watermain may be crushed and
backfilled with compacted granular ‘A’ or approved native backfill or select subgrade
material.

The method of watermain pipe abandonment shall be approved by the Contract Administrator.

The abandonment of the existing valve chambers shall consist of the removal of the top rings,
removed to a minimum of 2.4 meters below the final surface elevation, and disposed of offsite.
The remainder of the chamber from the bottom to the top of the subgrade level shall be filled
with Granular ‘A’, or flowable fill, or other material in accordance with F-2120, to the
satisfaction of the City’s Contract Administrator.

The following water plant shall be salvaged and transported by the Contractor, at his expense,
to City's Stores at 951 Clyde Ave., unless otherwise directed by the City’s Contract
Administrator:
 Hydrants
 Valves

Unless otherwise specified the abandonment of the existing water plant shall be considered
incidental to the scope of work provided by the Contractor and shall not be considered for
separate payment.

Watermain Construction Preparation

System Isolation

All existing watermains shall be isolated from the proposed new watermain construction by
means of a physical separation, which will consist of a closed valve and a capped watermain
stub (at least one full length of pipe). If this valve is to be replaced as part of the new

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 8 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

construction, the replacement shall be completed at the start of construction as part of the
system isolation.

The closed valve shall be designated a “perimeter valve” to the watermain construction limits.
City forces will remove the operating nuts and/or install a locking device and tag all closed
valves with a warning notice.

City forces shall have sole responsible to operate all perimeter valves that are considered part
of the existing water plant. The valves will only be operated under the direction of the Contract
Administrator. The Contractor shall not at any time operate a perimeter valve, or any other
valve on the “in-service” waterplant.

The Contract Administrator shall inform the Contractor in writing when a section of the
waterplant has been isolated as described above.

Valve Operation

Operation of any existing valves (or hydrants) by Contractors is not permitted as dictated by
the City’s Water By-Law. The City’s Drinking Water Services Branch shall have sole
responsible to operate all valves that are considered part of the “in-service” water plant. The
Contractor shall not at any time operate a valve that isolates an “in-service” water plant.

The Contractor may only operate valves that are not considered part of the “in-service” water
plant and in these instances only under the direction of the City’s Contract Administrator.

Valve Lock-Out/Tag Out

Both the City and the Contractor are responsible for valve lock out/tag out to safe guard City of
Ottawa employees, visitors, contractor personnel and property from unexpected release or
hydraulic energy during the performance of work, in compliance with the Ontario Occupational
Health and Safety Act, Canada labour code, CSA standards. These minimum requirements
are based on de-energizing of all energy sources, which can cause injury or death.

On closed valves, the operating nuts shall be removed and/or appropriately tagged with a “DO
NOT OPERATE” notice by City forces. The Contractor shall not operate or tamper with any of
these valves.

City Forces shall maintain a valve operation log noting the valve location, on/off position and
date of operation. This log shall be retained by the Contract Administrator and updated by City
Forces every time a valve is operated. The log will be made available to the contractor upon
request.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 9 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Temporary Water Supply

Operation or use of any hydrants by Contractors are not permitted and shall subject to the
terms and conditions of the City’s Water By-Law.

If required, City forces shall supply and install a meter on the temporary service by-pass
assembly to record the water usage during construction.

Temporary Water Supply to Existing Residents

City forces, shall supply and install temporary services as per F-4416 “Temporary Services”
special provision,.

Supply of water shall be provided through a dedicated nozzle that is installed on the watermain
pipe. This supply point shall be protected by a temporary chamber and shall not be used for
any other purpose other then to supply potable water to the existing residents affected by the
construction.

City forces shall supply and install the temporary by-pass assembly required for the purposes
of supplying temporary overland water supply.

Temporary Water Supply for Construction Purposes

Supply of water from the existing watermains for commissioning of the new watermains, shall
only be provided through a separate nozzle which shall include a temporary by-pass assembly
around a perimeter valve. The temporary by-pass assembly shall consists of tapped nozzles,
a 63mm (2 ½ inch) temporary hose, gate valve and a check valve for proper backflow
prevention.

Installation of nozzles consisting of main corporation stops tapped onto the existing and new
watermains will be required before and after all perimeter valves and at the end of every
watermain stub. Nozzles shall be tapped using approved shell type cutters. Solid core drills
bits are not permitted. The size of nozzles shall be in accordance with specification F-4491,
‘Commissioning of Watermains’.

City forces shall supply and install nozzles required on all existing watermains. The Contractor
shall excavate and expose the existing watermain for the City forces to install these nozzles.

The Contractor shall supply and install the nozzles on all new watermains that have not been
commissioned or placed in service. The Contractor shall supply the temporary by-pass
assembly.

The Contractor shall supply and install a temporary access chamber for the nozzles and fill
points in order to maintain accessibility by City forces during construction. An open excavated
trench is not permitted.
Section F\Watermain\F-4411– March 1, 2017
S.P. No: F-4411
Date: March 2017
Page: 10 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Blankings and Connections to Existing Watermains

All blankings and connections to existing watermains are to be performed by City forces as per
the F-4417 “Relocations, Blankings and Connections to Existing Water mains” provisions.

No section or portion of the installed watermains shall be reconnected to the existing


watermains until the installed watermains are properly flushed and disinfected by City forces.

The Contractor shall provide the excavation and backfilling required for the blankings and
connections to existing water plant.

The City forces shall complete all repairs to existing water plant unless otherwise directed by
the Contract Administrator. All labour, material and equipment costs shall be charged to the
Contractor responsible for the damage.

Watermain and Water Service Installation

Watermain pipes shall be installed in accordance with the construction specifications F-4412,
‘Watermain Pipe’.

Valves, Valve Boxes and Valve Chambers shall be installed in accordance with the
construction specifications F-4413, ‘Valves, Valve Boxes and Valve Chambers’.

Hydrants shall be installed in accordance with the construction specifications F-4414,


‘Hydrants’.

Water Services shall be installed in accordance with the construction specifications F-4418,
‘Water Services’.

Excavation

The Contractor shall dig the trench to the alignment; width and depth required and only so far
in advance of pipe laying as the Contract Administrator will permit.

Refer to drawing W17 for the minimum and maximum trench widths. The width of the trench at
ground level is not to be less than the width at any depth in the trench. Where the trench
excavations are not kept within the specified width and depth limits, the Contract Administrator
may order a higher class of pipe or higher class of bedding.

The Contractor shall:

Grade and shape the pipe trench and the specified bedding to give uniform bearing for the
length of the pipe.

Dig bell holes at each joint.


Section F\Watermain\F-4411– March 1, 2017
S.P. No: F-4411
Date: March 2017
Page: 11 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Make corrections in the grade with compacted granular material as directed by the Contract
Administrator.

Where the subgrade in its natural state is inadequate to support the pipe or, the Contract
Administrator may request the Contractor to provide additional excavation and backfill with
50mm to 100mm clear stone or other material as specified.

The Contractor shall excavate a trench in existing roadways in a manner to prevent overbreak
and saw cut pavement in clean straight lines prior to the start of excavation.

Sheeting and Shoring

All excavations shall be sheeted, braced and shored in accordance with the latest
Occupational Health and Safety Act. When required for reasons of safety or to prevent voids
behind the sheeting due to unstable ground conditions, the Contractor shall drive the sheeting
before excavating.

The Contractor may be requested to furnish the Contract Administrator with two copies of
plans of all proposed sheeting and bracing which are required under the Occupational Health
and Safety Act, as well as a certified copy of all approvals required under this Act.

Shoring shall be withdrawn and removed as the trenches are being backfilled, except:

Where the Contract Administrator requests it to be left in place or where the Contractor
requests permission from the Contract Administrator to leave shoring in place at the
Contractor's own cost.

In withdrawing shoring, the Contractor must ensure that all voids are completely filled with an
approved backfill material.

Sheeting left in place shall be cut off at least 1m below the final surface elevation or as
required by local by-laws.

Dewatering

The Contractor shall maintain the excavation free of water at all times. Dewatering shall be
carried out in accordance with the “Erosion and Sedimentation Control Plan” and/or the
appropriate contract special provision.

Pipe Embedment

In general watermain embedment material shall be as shown on the applicable standard


drawings using granular ‘A’ material in accordance with the standard specifications.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 12 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

In unstable soils, the trench shall be over excavated and the foundation filled in with granular
‘B’ material as approved by the Contract Administrator.

Embendment material shall be installed in accordance with the pipe manufacturer’s installation
specifications from the top of the foundation to 300mm above the top of the pipe unless
otherwise specified. See W17 for details regarding the required depth of bedding for soil and
rock conditions.

Compact embedment material in accordance with D-029 using mechanical tampers. Properly
shape bedding to ensure full compaction below the haunches prior to continued placement of
cover material. Do not use mechanical tampers where cover over pipe is less than 300mm.

Pipe Embedment at Intersecting Pipes

Where two pipes cross and there is more than 1m (clear) between them;

 Continue the embedment material for the lower pipe upward to the springline of the upper
pipe;
 Extend the embedment material the full width of the trench, 600mm wider than the outside
diameter of the upper pipe at the top and sloped at 1:1 down to the top of the bedding of
the lower pipe.
 Achieve specified compaction. If accessibility prevents specified compaction from being
reached, substitution with unshrinkable backfill support instead of granular bedding in the
affected area will be permitted.
 For watermains see drawing W29.1 for further details;

Where two pipes cross and there is less than 1m (clear) between them, the permanent support
must be to the satisfaction of the appropriate utility. For watermains, refer to Drawing W29 for
further details.

Thrust Restraint

Thrust restraint shall be provided on the water plant at each bend, tee, plug, dead end cap,
valve, reducer, hydrant or other fittings where changes occur in pipe diameter or direction in
accordance with the construction specifications F-4492, ‘Thrust Restraint for Watermains and
Fittings’.

Cathodic Protection

Cathodic Protection shall be installed on all new watermain pipes, valves, hydrant assemblies
and service pipelines in accordance with the construction specifications F-4494, ‘Cathodic
Protection of New Watermains and Fittings’. Cathodic Protection Test Stations shall be
installed at locations specified on the Contract Drawings. Unless otherwise specified, testing

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 13 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

and evaluation of the installed cathodic protection system will be completed by the Contract
Administrator.

Tracing Wire

Tracing wire shall be installed on all PVC, HDPE and concrete watermains and on all hydrant
laterals and services connected to PVC, HDPE and concrete watermains in accordance with
the construction specifications F-4493, ‘Tracing Wire for Watermains and Fittings’.

Insulation

Thermal Insulation shall be installed on all watermain pipes and water service pipelines in
accordance with the construction specifications F-4415, ‘Insulation’.

Final Backfill

All work shall be conducted as per OPSS 401, unless extended in this Special Provision.

Final backfilling shall only commence after the installation has been properly inspected,
structures have been completed, the pipe embedment is compacted and the concrete blocking
has acquired a suitable degree of strength, and shall thereafter proceed expeditiously

The Contractor shall final backfill trenches from the top of the pipe embedment material which
shall be 300mm above the top of the pipe to the underside of granular subgrade with material
meeting S.P. F-2120 as deemed suitable by the Contract Administrator.

The final backfill material shall be placed in layers not more than 300mm thick, wetted if
required and thoroughly compacted with mechanical tampers until the compaction achieved is
in accordance with D-029.

Trench shoring which is to be removed, shall be withdrawn as the level of the compacted final
backfill material rises in the excavation in such a manner that no voids are left in the final
backfill after the complete withdrawal of the shoring.

Before allowing the movement of any construction equipment or vehicular traffic over the
buried infrastructure, the depth of backfill shall be sufficient enough to protect the buried
infrastructure from damage.

Selected material excavated from the site shall be used for final backfill over the watermains,
services and appurtenances unless otherwise specified.

The final backfill material shall be compatible and free of any contamination, straw, roots or
organic material as is required by S.P. F-2120 and approved by the Contract Administrator.
This material can cause settlement and corrosion.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 14 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Stones or rocks larger than 300mm in its’ greater dimension shall be excluded for use as final
backfill and disposed of as surplus material. Frozen material shall not be used as final backfill.

Final backfill within 500mm of any service posts or valve boxes, shall also exclude rock or
debris of any kind greater than 150mm in diameter.

The Contractor shall not use aggregates with RAP in the installation of the water plant.

Asphalt shall not be incorporated into the final backfill.

The Contractor shall import SSM as directed by the Contract Administrator.

If the native excavated material is not suitable for final backfill, the Contractor shall dispose of
the unsuitable material as surplus material as specified.

Compaction Testing

The Contractor shall conduct QC testing and monitoring to ensure compliance with the
contract requirements. Where owner QA compaction testing shows that the compaction does
not meet the specified compaction, the Contractor shall not be permitted to lay any additional
watermain piping or structures until satisfactory compaction results are achieved. Re-
compaction effort by the Contractor or delays resulting from any additional compaction testing
by the City shall not be claimed by the Contractor and shall be considered incidental to the
water plant work.

Excavation, Backfill and Compaction for Structures

Maintenance hole and valve chamber structures shall be placed on a minimum of 150mm of
granular ‘A’ material compacted in accordance with D-029.

The Contractor shall excavate, backfill and compact around maintenance holes, valve
chambers and catchbasins in accordance with the OPSS 402.

Backfill evenly on all sides at once to keep unsymmetrical loading to a minimum and avoid
disturbance of the structures. Differential in the level of backfill not to exceed 300 mm.

Backfill material against maintenance hole walls shall consist of approved native excavated or
granular ‘B’ type I backfill. All backfill shall be compacted in accordance with D-029.

Commissioning of Water Plant

Upon completion of the installed water plant, the commissioning operation shall be completed
in accordance with the construction specifications F-4491, ‘Commissioning of Watermains’.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 15 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Watermain and Water Service Connections

No section or portion of the installed water plant shall be reconnected to the existing water
system until the installed watermains and water services have been successfully
commissioned.

Installation and connection of all new water services shall be completed in accordance with the
construction specifications F-4418 ‘Water Services’.

The installed watermains shall first be reconnected to the existing watermains before the new
water services are connected unless otherwise directed by the Contract Administrator.

Upon completion of the service connections, the Contract Administrator to will instruct City
forces to open the curb stop valves and remove any temporary water service connections and
open all the perimeter valves.

The Contract Administrator shall notify the Contractor in writing when a section of the new
waterplant is placed in-service.

Quality Assurance

The Contractor shall not commence construction of any proposed works, which requires
Ministry of Environment approval until a Certificate of Approval is received by the Contract
Administrator.

The Contractor shall construct the proposed water plant and associated appurtenances in
accordance with current City standards and specifications using accepted construction
practices. The City’s Contract Administrator shall inspect all constructed works related to the
water plant.

Final Inspection

Prior to final acceptance of the constructed water plant, the City’s Contract Administrator will
conduct a final inspection in accordance with these Specifications and Standards, which shall
include but will not be limited to the operation of all valves, curb stops, inspection of all
hydrants, valves boxes, valve chambers and service posts.

The City’s Contract Administrator shall provide written notification to the Contractor of all water
plant deficiencies and the Contractor shall correct the problems at its expense and request a
re-inspection when completed.

Non-conformance with these Specifications and Standards shall be considered as a deficiency


of the water plant installation and may result in costs being withheld from the Contractor until
the repairs have been completed and accepted by the City. Undue delays by the Contractor in
correcting the deficiencies may also result in the Contractor being charged

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4411
Date: March 2017
Page: 16 of 16
WATERMAIN CONSTRUCTION BY OPEN CUT

Measurement of Payment

The requirements described herein shall be considered incidental to the scope of work, which
the Contractor shall be responsible to fulfill as part of the overall Contract requirements related
to the water plant installation. Unless otherwise specified, no direct or separate payment shall
be considered for these requirements.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4411– March 1, 2017


S.P. No: F-4412
Date: March 2015
Page: 1 of 13
WATERMAIN PIPE

Appendix to F-4411

F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope
This Special Provision covers the requirements for the installation of the watermain pipes and
associated appurtenances.

Construction

General

Watermain excavation, pipe embedment, final backfill and compaction shall be completed in
accordance with F-4411 and the following specifications contained herein.

Materials furnished by the City to be installed by the Contractor shall be picked up by the
Contractor at designated locations and hauled to the site. The Contractor shall be responsible
for all material and shall replace all materials damaged while in his possession at his own
expense.

Trench Dimensions
The allowable trench dimensions are detailed on drawing W-17.

See S5 for standard trench terminology.

Delivery, Storage and Handling

All Materials
The Contractor should follow the manufacturers recommended handling guidelines. The
Contractor shall take the following minimum precautions when handling pipe:

 pipe should be handled in such a way that it does not touch sharp objects;
 avoid impact while lifting;
 storage areas should be flat and clean;
 pipe should not be dropped or allowed to strike other pipe.
 pipe is not to be used as a beam to support other pipes or ducts in the trench.
 gaskets should be protected from excessive exposure to heat, direct sunlight, ozone, oil
and grease.

End Caps
The interior of all pipe, fittings, and other accessories shall be kept clean and free from foreign
matter at all times.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 2 of 13
WATERMAIN PIPE

All pipes up to and including 600mm diameter shall be delivered to the construction site with
factory installed end-caps on both ends and a ‘tamper evident seal’ on the bell end only.

Removal of the cap shall render the seal unusable either by breaking the seal or by leaving a
message such as ‘void’ on the pipe. Tamper evident seals are not required where non-
reusable heat shrink plastic caps are utilised.

Cut pipes lengths 1.5m or less, fittings and valves do not require end caps but shall be field
cleaned prior to installation

Pipes delivered on-site with damaged or missing caps shall be field cleaned to remove all
undesirable material along the entire length of the interior of the pipe prior to installation. The
Contract Administrator reserves the right to reject any pipe that is not deemed clean.

PVC - Delivery, Storage and Handling Precautions


Use a fork lift or front-end loader equipped with fork to remove each top unit from the truck one
at a time. Do not run the forks too far under units as fork ends striking adjacent units may
cause damage.

If a fork lift is not available, then a spreader bar may be used with fabric straps that are
capable of handling the load, with straps spaced approximately 2.4m apart and looped under
the load. Cables may also be used if cushioned with rubber-hose sleeves or other material to
prevent abrasion of the pipe. Do not handle units with individual chains or single cables even if
padded. Do not attach cables to unit frames or banding for lifting.

PVC pipe shall be covered with canvas or other opaque materials if it is to be stored outside
for periods longer than one year. Air circulation under the cover must be provided.

The PVC pipe must not come in contact with paint, grease or oil nor be kept close to heat
sources.

The unloaded pipe skid should be placed and stored on level ground not more than two skids
high and adequately supported to prevent deformation of the pipe. Loose pipe should not be
stacked higher than 1 m.

PVC is particularly vulnerable to damage from rough handling. PVC pipe is notch sensitive
and therefore susceptible to impact damage and is more easily damaged in cold weather.
Pipe with significant scratches or gouges shall either not be used or have the damaged
sections removed from the length. Scratches that extend 10% or more into the pipe wall shall
be considered significant.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 3 of 13
WATERMAIN PIPE

Pipe Laying

Ductile Iron - Pipe Laying


All lumps, and deformations in the coating shall be removed from the bell and spigot ends of
each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and
wiped clean and dry before the pipe is laid.

All pipe, fittings and valves shall be carefully lowered into the trench in such a manner as to
prevent damage to watermain materials and protective coatings.

Pipe shall be laid with bell ends facing in the direction of laying, unless directed otherwise by
the Contract Administrator.

Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal
plane, to avoid obstructions or to plumb stems, or where long-radius curves are permitted, the
amount of deflection of each joint shall not exceed one half that specified by the manufacturer.

Every precaution shall be taken to prevent foreign material from entering the pipe while it is
being placed in the line. At times when pipe laying is not in progress, the open ends of pipe
shall be closed by a watertight plug or other approved means.

Only ductile iron fittings are to be used with ductile iron piping.

The ductile iron pipe shall be supplied with conductivity bonding straps as per MW-18.1.

When supplied with bonding strap tabs, the tabs shall be connected with a copper strap which
shall be 180mm long bolted to the tabs with 8mm x 25mm silicon bronze bolts tightened to a
minimum of 20 Nm torque.

Ductile iron piping systems shall be cathodically protected as per F-4494 and associated
specifications.

Watermain pipe less than 3m in length shall not be used for any installation unless it is
required for the purposes of connections or bends.

PVC - Pipe Laying


Prior to installation the Contractor shall remove the end caps from the pipe. Inspect the bell to
be sure no dirt or foreign material is in the groove.

In no circumstance shall bending of pipe be allowed. Whenever it is necessary to deflect pipe


from a straight line, either in the vertical or horizontal plane, to avoid obstructions, to plumb
stems or where long radius curves are permitted, the amount of deflection shall not exceed
one half that specified by the manufacturer.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 4 of 13
WATERMAIN PIPE

Every precaution shall be taken to prevent foreign material from entering the pipe while it is
being placed in the line. At times when pipe laying is not in progress, the open ends of the
pipe shall be closed by a watertight plug or other approved means.

Only PVC fittings are to be used with PVC piping, subject to approved fitting sizes as per
Materials provisions.

PVC piping systems shall have metal components cathodically protected as per F-4411 and
associated specifications.

Tracing wire shall be strapped to PVC pipe as per F-4411, associated specifications and
Drawing W36.

Watermain pipe less than 3m in length shall not be used for any installation unless it is
required for the purposes of connections or bends.

Concrete Pressure Pipe - Pipe Laying


All lumps, and deformations in the coating shall be removed from the bell and spigot ends of
each pipe, and the outside of the spigot and the inside of the bell shall be wire brushed and
wiped clean and dry before the pipe is laid.

All pipe, fittings and valves shall be carefully lowered into the trench in such a manner as to
prevent damage to watermain materials and protective coatings.

Pipe shall be laid with bell ends facing in the direction of laying, unless directed otherwise by
the Contract Administrator.

Wherever it is necessary to deflect pipe from a straight line, either in the vertical or horizontal
plane, to avoid obstructions or to plumb stems, or where long-radius curves are permitted, the
amount of deflection of each joint shall not exceed one half that specified by the manufacturer.

Every precaution shall be taken to prevent foreign material from entering the pipe while it is
being placed in the line. At times when pipe laying is not in progress, the open ends of pipe
shall be closed by a watertight plug or other approved means.

Tracing wire shall be strapped to concrete pipe as per F-4411.

Watermain pipe less than 3m in length shall not be used for any installation unless it is
required for the purposes of connections or bends.

High Density Polyethylene (HDPE) Pipe - Pipe Laying


Pipe, fittings, flanged connections and couplings shall be installed by thermal butt fusion
technique per the manufacturer recommendations.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 5 of 13
WATERMAIN PIPE

Every precaution shall be taken to prevent foreign material from entering the pipe while it is
being placed in the line. At times when pipe laying is not in progress, the open ends of pipe
shall be closed by a watertight plug or other approved means.

HDPE is particularly vulnerable to damage from rough handling. Pipe with significant scratches
or gouges shall either not be used or have the damaged sections removed. Scratches that
extend 10% or more into the pipe wall shall be considered significant.

Tracing wire shall be strapped to the HDPE pipe as per F-4492.

Watermain pipe less than 3m in length shall not be used for any installation unless it is
required for the purposes of connections or bends.

Contaminated Soils
Where hydrocarbon contaminated soils are discovered during the course of work the
Contractor shall notify the Contract Administrator immediately. Nitrile gaskets may be
required.

Pipe Cutting and Jointing

Ductile Iron – Pipe Cutting


Cutting of pipe for insertion of valves, fittings or closure pieces shall be done in a neat and
workmanlike manner without damage to the pipe and so as to leave a smooth end at right
angles to the axis of the pipe. It is recommended that the pipe be marked around its entire
circumference prior to cutting to assure a square cut. Abrasive saws or wheel cutters maybe
used for cutting.

After cutting, draw a new and visible reference mark on the spigot end of the pipe. The
reference mark is defined as the line marking the limit of insertion of the spigot end into the bell
end of the pipe. The proper distance for the reference mark from the spigot end of the pipe
shall be in accordance with the manufacturer’s specifications for each size of pipe.

All cutting dust and debris shall be removed from the inside of the pipe prior to installation.

Ductile Iron - Push-On Joints


When jointing pipe, the manufacturer's instructions shall be followed and shall include the
following:

Slide on any restraining and retaining rings needed. Thoroughly clean the groove and the bell
socket of the pipe or fitting and the plain end of the mating pipe. Using a gasket of the proper
design for the joint to be assembled, make a small loop in the gasket and insert it in the socket,
making sure the gasket faces the correct direction and that it is properly seated. In cold
weather, it is necessary to warm the gasket and lubricate to facilitate insertion.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 6 of 13
WATERMAIN PIPE

Apply a generous coating of lubricant to the exposed surface of the rubber gasket and a thin
film to the outside edge of the plain end of the pipe for a distance of about 25mm back from the
end of the pipe. See MW-19.15 for approved joint lube products The lubricant is furnished in
sterile containers and every effort should be made to protect against contamination of the
containers’ contents.

Be sure that the plain end is bevelled; square or sharp edges may damage or dislodge the
gasket and cause a leak. Push the plain end into the bell socket of the mating pipe until it just
makes contact with the gasket. The assembly shall then be completed by forcing the plain end
past the gasket until the second stripe on the barrel is flush with the bell face. The joint is to be
kept straight while pushing. Make deflection after the joint is assembled.

Small pipe can be pushed into the bell socket with a long bar. Large pipes require additional
power such as a jack, lever puller, or backhoe. A timber header shall be used between the
pipe and the jack or backhoe bucket to avoid damage to the pipe.

Assemble any restraining and retaining rings.

PVC – Pipe Cutting


PVC pipe may be cut with a fine-toothed hand saw, power saw or hacksaw, chains saws shall
not be used. It is recommended that the pipe be marked around its entire circumference prior
to cutting to assure a square cut. Use a factory-finished bevelled spigot end as a guide for
proper bevel angle, and depth of bevel plus the distance to the insertion mark. The end may
be bevelled using a pipe bevelling tool or a wood rasp, portable sander or abrasive disc.
Round off any sharp edges.

Use a factory finished spigot end as a guide to determine the correct angle and length of
bevelled taper. The end may be bevelled using specially designed tools for this work, portable
sanders or a coarse flat file.

After cutting, draw a new and visible reference mark on the spigot end of the pipe. The
reference mark is defined as the line marking the limit of insertion of the spigot end into the bell
end of the pipe. The proper distance for the reference mark from the spigot end of the pipe
shall be in accordance with the manufacturer’s specifications for each size of pipe.

Cut off the factory bevelled end and provide only 3mm or so of bevel when inserting into a
push-on joint. No bevel is permitted for an MJ fitting.

All cutting dust and debris shall be removed from the inside of the pipe prior to installation.

PVC - Push-On Joints


When jointing pipe, the manufacturer's instructions shall be followed and shall include the
following:

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 7 of 13
WATERMAIN PIPE

Slide on any restraining and retaining rings that are needed. Thoroughly clean the groove and
the bell socket of the pipe or fitting and the plain end of the mating pipe. Using a gasket of the
right material for the joint to be assembled, make a small loop in the gasket and insert it in the
socket making sure the gasket faces the correct direction and that it is properly seated. The
gasket shall be inserted and seated evenly in the groove with colour markings facing toward
the outside of the bell. No lubricant shall be applied to the gasket or bell groove.

The Contractor shall make sure the spigot end is clean all around to a point at least 25mm
beyond the reference mark. See MW-19.15 for approved joint lube products. The lubricant is
furnished in sterile containers and every effort should be made to protect against
contamination of the containers’ contents.

Be sure to cover the entire circumference with particular attention paid to the bevelled end of
the spigot. The coating should be equivalent to a brush coat of enamel paint. After the spigot
end has been lubricated, it must be kept clean and free of dirt and sand.

Insert the spigot end into the bell so that it is in contact with the gasket. For normal
temperature installation push the spigot end until the reference mark is flush with the end of
the bell. A visual check of the insertion line location shall be conducted to ensure that the
spigot is not over-inserted and that previously assembled joints are not damaged. For cold
weather installation consult the pipe manufacturer to determine if extra space is required
between the reference mark and end of the bells. This would be needed to prevent over-
insertion by accounting for pipe expansion as pipe temperature increases during summer.
Water temperature typically reaches 24˚C in summer. PVC expansion and contraction rates
can be found in the Uni-Bell Handbook of PVC Pipe. In it they state “Agood rule of thumb in
design of PVC piping systems is to allow inch of length variation for every 100 feet of pipe for
each 10° F change in temperature.

Over-insertion eliminates the gap between the ends of the two pipes. The gap is critical to
allow for flexibility and expansion and contracting during the life of the system. If the insertion
mark is not visible after assembly, the pipe was over-inserted or homes. The joint needs to be
disassembled and done correctly. An over-inserted joint has no flexibility, cannot expand and
in fact can be under substantial stress. In pressure pipe these stresses are in addition to
hydrostatic stresses and potentially bells can fail directly due to over-insertion. The PVC
manufacturers feel so strongly that many will consider the warranty void if the installer chooses
to ignore these simple requirements. Likewise if the mark falls well short of the lip of the bell,
the installer can push a little further until the mark is aligned. If over-insertion has occurred,
the previous joint needs to be inspected to ensure that it has not moved.

The recommended method for assembly is using a bar and a timber plank, but other pullers
may be used a long as the pipe is protected with blocks at all points of contact. Make sure that
the ends of the pipe are not damaged when pushed.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 8 of 13
WATERMAIN PIPE

If undue resistance of the spigot end is encountered or the reference mark does not reach the
edge of the bell, disassemble the joint and check the position of the rubber gasket. If the
gasket is not the problem, then check the accuracy of the reference mark from the spigot end.

PVC pipe has the same outside diameter as a ductile iron pipe, which allows assembly into a
ductile iron bell or fitting.

When connecting a PVC pipe to a DI pipe and vice versa be sure the correct rubber gasket is
used with a PVC or ductile iron bell or fitting, i.e. use a push-on gasket with a push-on bell,
mechanical joint rubber gasket with MJ fittings, etc. DO NOT use a PVC rubber gasket in a
ductile iron bell or fitting.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 9 of 13
WATERMAIN PIPE

DI and PVC - Mechanical Joint (MJ) Fittings


When assembling a mechanical joint, the manufacturer's instructions shall be followed and
shall include the following for a mechanical joint wedge action restrainer:

Slide on any restraining rings that may be required. Wipe clean the socket and the plain end.
Apply a generous coating of lubricant to the exposed surface of the rubber gasket and a thin
film to the outside edge of the plain end of the pipe for a distance of about 25mm back from the
end of the pipe. See MW-19.15 for approved joint lube products. The lubricant is furnished in
sterile containers and every effort should be made to protect against contamination of the
containers’ contents.

Place the gland on the plain end with the lip extension toward the plain end, followed by the
gasket with the narrow edge of the gasket toward the plain end.

Insert the pipe into the socket and press the gasket firmly and evenly into the gasket recess.
Keep the joint straight during the assembly.

Push the gland toward the socket and centre it around the pipe with the gland lip against the
gasket. Insert T-Bolts and hand tighten nuts. Make deflection after joint assembly but before
tightening T-Bolts. At all times maintain approximately the same distance between the gland
and the face of the flange at all points around the socket. This can be accomplished by
partially tightening the bottom T-Bolt first, then the top T-Bolt, next the T-bolts at either side,
finally the remaining T-bolts. Repeat the process until all T-bolts are within the appropriate
range of torque. Tighten the T-bolts for 100mm to 600mm dia., DI, C900 and C905 PVC to 102
to 122 Nm (75 to 90 ft-lbs.). For 100mm to 300mm dia., C909 PVCO (Bionax) tighten the T-
bolts to only 75 to 88Nm (55 to 65 ft-lbs.).

Hand tighten the torque limiting twist-off nuts in a clockwise direction until all wedges are in
firm contact with the pipe surface.

Continue tightening in an alternating manner until all of the nuts have been twisted off. Never
turn a single nut over 180 degrees without alternating to another nut. If removal is necessary
utilize the hex head provided. If reassembly is required, tighten the wedge bolt to 122 N-m.

Concrete Pressure Pipe - Joints


Concrete pressure pipe shall be jointed in accordance with AWWA Manual of Practice No.
M-9, and the following.

The position of the each joint gasket shall be checked visually or manually by using a feeler
gauge. If the joint is not properly in place, the pipe shall be completely removed and the joint
shall be redone using a new rubber gasket.

Grouting of the exterior joint space is accomplished by using a "bituminous lined diaper" (coal
tar surface of the diaper on the pipe side; grout to be poured between tarred diaper and pipe

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 10 of 13
WATERMAIN PIPE

surfaces), on restrained joints or plain “diapers” on other joints, and wrapped around the entire
pipe. The diaper is held in place on either side of the joint with steel straps or bands. The ends
are pulled together near the top of the pipe so that the access hole for pouring will allow the
grout to be poured down one side until the mortar appears on the other side.

The recommended mix for the cement grout is one part cement to not more than three parts
sand and should be wetted only to the consistency of a thick cream. The grout should be
placed by filling the band from one side only until the grout rises up the opposite side, and the
grout should be rodded or agitated to ensure complete filling of the joint recess. The band
should then be left undisturbed for 15 minutes to allow the grout to mechanically stiffen and
any excess water to seep out. After this period more grout should be added if necessary to fill
the joint completely. The gap at the top of the grout band should be protected from penetration
of backfill into the grout by allowing the grout to stiffen, by capping with a stiff mortar mix or by
covering with a structurally protective material. The band should not be removed from the
joint. Grouting of the inside joint gap is not required.

Damage such as small nicks or chips to the factory applied protective epoxy coatings caused
by field handling shall be repaired immediately using a liquid epoxy coating material. Oils or
other contaminants shall be removed from the damaged area using suitable solvents. All
visible rust shall be removed by wire brush, grinding, filing or sanding methods. Roughen the
surface of the existing epoxy coating surrounding the damaged area. Apply two layers of the
liquid epoxy coating over lapping the existing coating and allow the coating to dry as per
manufacturer’s recommendations.

Before final backfilling, all exposed steel fittings to be buried such as flanges and branches,
plain steel ends, closures, etc., shall be protected with a minimum 25mm of cement-mortar or
by an approved mastic corrosion protection system. This is in addition to the epoxy coatings
for corrosion protection. The above measures do not apply to exposed steel in chambers.

Jack and Bore Installations

General
When constructing a watermain requiring an encasement (i.e. boring and jacking) the
encasement and carrier pipe shall be constructed in accordance with OPSS 416 and conform
to the following specification unless approved otherwise by the Contract Administrator.

Encasement Pipe
The outer encasement pipe shall be a steel wall pipe in accordance to ASTM A252, with a
minimum 9.5 mm wall thickness. Pipe ends shall be bevel edged for field welded butt joints.
The interior welded joints shall be smooth to permit unobstructed movement of the carrier pipe
during the jacking process.

The inside diameter of the encasement pipe shall be determined by the sum of the greatest
outside dimension of the carrier (watermain ) pipe; the carrier pipe support outside dimension

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 11 of 13
WATERMAIN PIPE

such that the weight of the pipe is not supported by the pipe bell or restraining device, and a
minimum 50mm installation allowance.

Carrier (Watermain) Pipe


The carrier shall be PVC, ductile iron or concrete pressure pipe.

All pipe joints within the encasement pipe shall be restrained.

Tracing wire shall be cad welded to the inside wall on both ends of the steel encasement pipe.
The weld shall be protected with an approved product.

PVC and Ductile Iron Pipe Grouted Installations


PVC and ductile iron pipe shall be temporarily supported and protected with construction grade
(fir) sawn lumber skids which is to be strapped securely to the pipe with steel strapping, cables
or clamps. The position and minimum number of skids required are as follows:

305mm or smaller - 4 skids @ 90


406mm - 6 skids @ 60

The lumber shall be of sufficient thickness to ensure that the weight of the pipe in contact with
the encasement pipe is not supported by the pipe bell or restraining device. The carrier pipe
shall be further braced at the outside obvert of the pipe to prevent floatation or movement
during grouting operation. Use of acceptable lubrication between the skids and the casing can
ease installation into the casing. Approved casing spacers may be used in lieu of lumber
skids.

Concrete Pressure Pipe


Concrete pressure pipe, 406mm or greater in size shall be supported using plastic/stainless
steel casing spacers. Wooden skids are not permitted.

Factory made casing spacers shall be made of T-304 stainless steel having a minimum 14
gauge thickness, minimum 305mm width, complete with a PVC liner. The risers shall also be
stainless steel having a minimum 10 gauge thickness. The runners shall be a minimum 50mm
wide made of either glass reinforced plastic or high compressive strength polymer material.
Fasteners shall be made of stainless steel. The carrier pipe shall be positioned in the centre of
the encasement pipe. Shop Drawings and technical information specifying installation
procedures and spacer intervals shall be submitted by the manufacturer for review by Contract
Administrator.

Jacking
The jacking shall proceed in such a manner that no bell or spigot joints are damaged. If
damage occurs, the pipes shall be replaced at the Contractor’s expense.

Hydrostatic Testing

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 12 of 13
WATERMAIN PIPE

After completion of the jacking, the carrier pipe shall be hydrostatically tested prior to grouting
and placement of end seals.

Corrosion Protection
Grouting - The space between the encasement pipe and PVC or ductile iron carrier pipe shall
be sufficiently filled with a grout mixture consisting of one part cement to two parts clean sand
and sufficient clean water such that all voids are eliminated.

Corrosion Protection of PVC Carrier Pipes by Petrolatum Coating - The space between the
encasement pipe and PVC carrier pipe may be left empty provided the installation includes
casing seals, casing spacers and all ductile iron or steel restraint devices are coated with an
approved petrolatum coating system. Coating of the PVC pipe or any stainless steel or plastic
components is not required.

Corrosion Protection of Ductile Iron Carrier Pipes by Petrolatum Coating - The space between
the encasement pipe and PVC carrier pipe may be left empty provided the installation includes
casing seals, casing spacers and all carrier pipe and restraint devices are coated with an
approved petrolatum coating system. Coating of any stainless steel or plastic components is
not required.

For concrete pressure pipes grouting is not required but all exposed steel within the
encasement shall be covered with an approved mastic corrosion protection system. The ends
of the encasement pipe shall be sealed using an approved rubber end seal product to prevent
any water seepage into the encasement cavity.

Any voids in the exterior area of the encasement pipe shall be grouted with a grout mixture
consisting of one part cement to two parts clean sand such that all voids are eliminated, using
grout holes provided in the encasement pipe.

Measurement for Payment

Watermains
Watermain pipe shall be measured in metres of horizontal length of watermain installed for
each size and type specified. Measurement shall be made over the centreline of the pipe,
from centre to centre of valve chambers or from centre of valve chamber to the ends of pipe
not terminating in a valve chamber.

Service laterals, 100 mm diameter in size or greater shall be measured over the centreline of
the pipe, from the centre of the tee connection at the watermain to the connection on the
existing service lateral.

Hydrant laterals, 150 mm diameter in size shall be measured over the centreline of the pipe,
from the centre of the tee connection at the watermain to the centre of the hydrant.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4412
Date: March 2015
Page: 13 of 13
WATERMAIN PIPE

The unit price shall be full payment for the installation of the watermain pipe and
appurtenances including all requirements as stated in the applicable specification.

All concrete work required for thrust blocks, anchor blocks, pipe embedment, cradle and
encasement of pipes, as may be detailed on the Drawings or as specified in the Standards
shall also be considered incidental to the work and not considered for separate payment.

The Contractor shall final backfill the trench with the specified material from the top of the pipe
embedment to a minimum of 150 mm from the existing grade. The top portion of the trench
shall be final backfilled using granular “A” as a temporary road surface and maintained as
directed by the City’s Contract Administrator until such time as the road construction begins.
The Contractor shall include the cost of supplying and placing the granular “A” for the
temporary road surface in the cost of the watermain.

Basis of PaymentPayment shall be for pipe and associated appurtenances with regular gaskets
except where pipe and associated appurtenances with nitrile gaskets are specified on the
drawings and/or specifications.

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4412– March 2, 2015


S.P. No: F-4413
Date: March 2015
Page: 1 of 4
VALVES, VALVE BOXES, VALVE CHAMBERS

Appendix to F-4411

F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope

This specification covers the requirements for the installation of valves, valve boxes, valve
chambers and associated appurtenances.

Construction

Valves

Valves shall be installed in accordance with standard drawing details.

All isolation valves located at the end of a dead end watermain will require at least one full pipe
length to be installed and capped beyond the downstream side of the valve. The valve shall
remain in the closed position and the operating nut removed to prevent opening of the valve.

Bedding for valves will be in accordance with the standard pipe bedding specifications unless
otherwise noted.

Flange or Mechanical Joint Valve Assembly

The bolts and nuts and gaskets shall be supplied in accordance with the applicable Materials
provisions and AWWA C207. The minimum bolt lengths shall be the sum of the mating flange
thicknesses, the gasket, and the depth of the nut plus a minimum of 12.5mm before torquing.

Valve Restraint

All mechanical joint valves shall be coupled to the main using a pipe restraint device.

Cathodic Protection

Anodes & Petrolatum Wrap

Anodes shall be installed and a petrolatum corrosion protective wrap shall be applied in
accordance with the construction specifications F-4494, ‘Cathodic Protection of New
Watermains and Fittings’

Epoxy Coating Repairs

Damage such as small nicks or chips to the factory applied protective epoxy coatings caused
by field handling shall be repaired immediately using a liquid epoxy coating material. Oils or
other contaminants shall be removed from the damaged area using suitable solvents. All

Section F\Watermain\F-4413– March 2, 2015


S.P. No: F-4413
Date: March 2015
Page: 2 of 4
VALVES, VALVE BOXES, VALVE CHAMBERS

visible rust shall be removed by wire brush, grinding, filing or sanding methods. Roughen the
surface of the existing epoxy coating surrounding the damaged area. Apply two layers of the
liquid epoxy coating overlapping the existing coating and allow the coating to dry as per
manufacturer’s recommendations.

Section F\Watermain\F-4413– March 2, 2015


S.P. No: F-4413
Date: March 2015
Page: 3 of 4
VALVES, VALVE BOXES, VALVE CHAMBERS

Valve Supports

Valves 400mm or larger which are housed in either a R-3 or R-4 chambers shall be supported
by concrete.

The concrete support shall either be cast-in-place or solid concrete block extending from the
base of the chamber up to within 50mm to 100mm of the underside of pipe. Wooden wedges
shall then be placed securely to ensure adequate contact is achieved between the pipe and
the concrete support. The support shall be located on both sides of the valve and between
500mm to 1000mm from the valve flanged ends.

Valve Housing

 Service main stops and nozzles to be buried.


 Curb stops up to 50mm to be housed in service posts.
 Isolation and auxiliary valves 100mm to 250mm shall be housed in a valve box.
 For tapping valves up to and including 250mm, shall be housed in valve boxes.
 Isolation and tapping valves 300mm and larger shall be housed in a valve chamber in
accordance with the appropriate standard drawings.

Valve Boxes

Valve Boxes shall be installed in accordance with standard drawing details. Bedding and
backfilling around the valve boxes will be in accordance with the standard pipe bedding
specifications unless otherwise noted. Valve boxes, including TVS valve boxes shall be
centred and plumb over the valve nut with the cover adjusted to match the final surface.

Valve Chambers

Valve Chambers shall be installed in accordance with standard drawing details. Bedding and
backfilling around the valve chambers will be in accordance with the standard pipe bedding
specifications unless otherwise noted. Valve chambers and covers shall be centred and plumb
over the valve nut with the cover adjusted to match the surface.

Pipe in Walls

The clearance around a pipe passing through the wall of a valve chamber shall be a minimum
50mm as shown on the detail drawings. The chamber shall in no case rest upon the pipe. For
chambers that do not use bedding as the chamber floor, the annular space shall be grouted to
achieve a watertight joint.

Measurement for Payment

Valves and Valve Chambers

Valves and chambers shall be measured by the number of each type and size of unit installed.
Section F\Watermain\F-4413– March 2, 2015
S.P. No: F-4413
Date: March 2015
Page: 4 of 4
VALVES, VALVE BOXES, VALVE CHAMBERS

The unit price shall be full payment for the installation of the valves and concrete chambers
including the earth excavation, granular base, concrete thrust blocks, restraining/retaining
glands, anodes and petroleum wrap , circular sections, top sections, adjusting units, frames
and covers, backfill, and clear stone. Adjustments shall be made under the applicable
adjustment item.

Where larger chambers are specified, the unit price shall also include all butterfly valves, air
relief valves, drain out valves, access tees, blind flanges, anodes and petroleum wrap ,
concrete thrust blocks and supports, drain piping; mortar grout and insulation in accordance
with the Standards.

Valves and Valve Boxes

Valves and boxes shall be measured by the number of each size of unit installed.

The unit price shall be full payment for the installation of the valve including the earth
excavation, restraining/retaining glands, concrete block, valve box, temporary supports,
backfill, clear stone and final adjustments. Adjustments shall be made under the applicable
adjustment item.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4413– March 2, 2015


S.P. No: F-4414
Date: March 2017
Page: 1 of 3
HYDRANTS

Appendix to F-4411
F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope
This specification covers the requirements for the installation of hydrants, laterals, isolation
valves and associated appurtenances.

Construction

Hydrant Location
Hydrants shall stand plumb with two hose outlet nozzles parallel with, and the pumper outlet
nozzle facing the roadway as per standard detail drawings W-19 & W-20

Hydrants shall be located in accordance with the Ottawa Design Guidelines, Water Distribution
and standard detail drawing W-18. Subject to utility clearances, hydrants shall be installed
600mm clear from concrete sidewalks and 3 m clear from driveways. Where there are no
sidewalks, the position of hydrants shall be a minimum of 1.5 m and a maximum of 2.5 m from
the edge of pavement. In areas where concrete sidewalks extend to the building face, the
hydrant shall be 600mm from the curb. A barrier free corridor shall be maintained to the
hydrant from the edge of pavement and within a 1.5 m radius of the hydrant.

For instances where the requirements above cannot be met, the hydrant shall be located such
that it will be protected from damage and where it can be easily accessed for emergency and
maintenance purposes. The approved location will be at the discretion of the Contract
Administrator.

Auxiliary Valves
As per drawing W-19, hydrant auxiliary valves shall be installed on all hydrant laterals.
On watermains 400mm or less, the valves shall be located within 1m of the hydrant tee.
On watermains 600mm or greater the valves shall be installed directly on the flanged hydrant
tee outlet.

Hydrant Installation
The drain holes shall be left open and surrounded with 20mm clear stone. Where the water
table will rise above the hydrant drain ports the drain ports shall be closed/plugged to the
satisfaction of the Contract Administrator.

In non-residential areas, the hydrant ramp shall be finished with granular ‘A’ material. In
residential grassed areas, the hydrant ramp shall be surfaced with 150mm of topsoil and
sodded.

For hydrants installed behind or close to existing ditches, the Contractor shall install a culvert
as per drawing W-20 and OPSS 421. The culvert invert shall be 75mm to150mm below ditch
bottom, and a minimum of 300mm compacted granular "A" shall be provided on each side and

Section F\Watermain\F-4414 – March 1, 2017


S.P. No: F-4414
Date: March 2017
Page: 2 of 3
HYDRANTS

above the culvert. The size and length of the culvert shall be determined by the Contract
Administrator.

The hydrants shall be installed so that the breakable flange shall be 50mm to 150 mm above
finished grade. The Contractor shall provide hydrants of appropriate "bury length". Where
extensions greater then 150mm are required to achieve the proper ground clearance, the
Contractor, at his expense, shall remove the existing hydrant and replace it with a new hydrant
with the appropriate “bury length”.

Appropriate harnesses/sling shall be utilized for installing hydrants so as not to damage the
painted surface of the hydrants. Prior to backfilling the void around the hydrant, a protective
hard surface cover shall be placed over the hydrant to protect the hydrant coating from
damage from rocks etc. Any damage to the finished painted surface shall be repaired to the
Contract Administrator's satisfaction and at the Contractor's expense.

Qualified Contractors shall be permitted to repair/replace or install barrel extensions in


accordance with the manufacturer’s specifications, but shall be limited to hydrants, which have
an operable auxiliary valve. All hydrant adjustments/extensions by Contractors require written
permission from the Contract Administrator before work commences.
Once the adjustments have been completed, the Contractor shall notify the Contract
Administrator for a re-inspection of the completed work. Should defects and /or deficiencies
remain in the hydrant installation, the outstanding work shall then be done by the City. All
labour, material and equipment shall be charged to the Contractor responsible for the
installation.

An “Out of Service” sign shall be placed by the Contractor on: every hydrant taken out of
service; and on every new hydrant installed by the Contractor. The “Out of Service” sign shall
not be removed until the hydrant is placed in service by City forces.

Measurement for Payment

Hydrants
Hydrants shall be measured by the number of units installed. The unit price shall be full
payment for the installation of the hydrant including the earth excavation, concrete support,
clear stone, retaining/restraining glands and backfill.

In ditched areas, the unit price shall also include the culvert and associated earthworks, as
defined in the Standards and shall be considered incidental to the work and not considered for
separate payment.

Any required adjustments/extensions to hydrants placed in service may be completed by the


Contractor; alternatively the work could be completed by the City and charged to the
Contractor as directed by the City’s Contract Administrator.

Section F\Watermain\F-4414 – March 1, 2017


S.P. No: F-4414
Date: March 2017
Page: 3 of 3
HYDRANTS

Hydrant Laterals
Hydrant Laterals, 150 mm diameter in size shall be measured on a per meter basis, from the
center of the tee connection at the watermain to the center of the hydrant in accordance with
F-4412 “Watermain Pipe”. The unit price shall be full payment for pipe including the earth
excavation, concrete thrust block, retaining/restraining glands and backfill.

Hydrant Valves and Boxes


Hydrant Valves shall be measured for payment in accordance with F-4413 “Valves, Valve
Chambers and Boxes”.

Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4414 – March 1, 2017


S.P. No: F-4415
Date: March 2015
Page: 1 of 2
INSULATION FOR WATERMAINS

Appendix to F-4411F-4411 Watermain Construction by Open Cut shall be appended with


the following subsections:

ScopeThis specification covers the requirements for the installation of thermal insulation
required for water plant installation and associated appurtenances.

MaterialOnly approved insulation materials with Grade A or higher compressive strength shall
be used. See MW-19.15 for approved insulation materials.

ConstructionThermal insulation is required on all watermains and water services where the
depth of cover is less than 2.4m. No water service is permitted with less earth cover than 2.4m
without approval of the Contract Administrator.

Insulation shall be installed over areas and in thicknesses specified on the contract drawings.
Insulation shall be installed at specified locations in accordance with the detail drawings W20,
W 21, W22, W23 & W25.2.

The insulation shall be placed on the compacted bedding material over the pipe. Sheets shall
be placed lengthwise and parallel to the centreline of the installation with staggered transverse
joints. All sheets shall be tightly butted together and secured to prevent movement.

All watermains and water services that either cross below the bottom of an open ditch, cross
over a sewer or cross under a sewer with less than 2.4m of depth of cover or earth separation,
shall require insulation per standard drawing details or as directed by the Contract
Administrator.

All watermains and water services less than 2.4m from a storm sewer, catchbasin or manhole
shall be insulated in accordance with the standard detail drawing detail.

For new installations or rehabilitation, the use of insulation shall be restricted to certain
applications, as directed by the Contract Administrator, such as connections to existing
watermains or existing water services with less than 2.4m of cover.

Insulation material shall be new and damage free. Pre-insulated pipe such as “Urecon”
insulated pipe in lieu of slab insulation in the trench is acceptable provided equivalent R value
is used.

Measurement for Payment

Payment for insulation shall be made on either:

1) a per each basis for each grade type of 2400 mm x 600 mm x 50 mm thick sheet or
2) a per square metre basis of the surface area per unit thickness and grade specified of
insulation incorporated into the work as directed by the City’s Contract Administrator.

Section F\Watermain\F-4415 – March 2, 2015


S.P. No: F-4415
Date: March 2015
Page: 2 of 2
INSULATION FOR WATERMAINS
Basis of PaymentPayment at the Contract price(s) for the applicable tender item(s) specified
for the water plant shall be full compensation for all labour, equipment and materials required
to do the work.

Section F\Watermain\F-4415 – March 2, 2015


S.P. No: F-4416
Date: March 2016
Page: 1 of 3
TEMPORARY SERVICES

Appendix to F-4411
F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:
Scope
This specification covers the requirements for the installation of the temporary overland water
services and associated appurtenances.
Construction
All labour, pipe materials and fittings for the installation and maintenance of temporary
overland services shall be supplied by the City as required. As a general rule, the amount of
temporary hose may be limited on a project by project basis, based upon availability. The City
reserves the right to limit the amount of temporary hose provided.

Temporary overland services may be utilized from approximately mid-April, subject to


favourable weather conditions. No overland services will be installed after September 30th.
All service transfers from the temporary water supply shall be completed by approximately
mid-October to allow for complete removal by City crews before freezing conditions. The
Contractor shall take all necessary measures to protect the temporary services from freezing.
Any costs associated with frozen temporary services will be charged to the Contractor. Any
variation from the schedule above must be approved by the City.

The Contractor shall coordinate through the Contract Administrator at least two (2) business
days in advance of commencing construction in order to arrange and schedule any labour,
equipment or materials to be provided by the City of Ottawa Drinking Water Services.
Connections over 5.5m require coordination at least seven (7) business days in advance.
Business day means Monday to Friday, inclusive, between the hours of 7:30 a.m. and 4:00
p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form” with all
relevant information and submit via email to the Contract Administrator.

2. Contract Administrator will review the “DWS Construction Scheduling Request Form”
and forward via email to City of Ottawa Water Department Maintenance Planners at
water-booking@ottawa.ca. Contractor will be carbon copied on that email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form” and
water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request Form”
the scheduled start date and time and send form back to Contract Administrator via
email. Contractor will be carbon copied on that email which shall serve as confirmation
of the scheduled start date and time.

Section F\Watermain\F-4416 – March 1, 2016


S.P. No: F-4416
Date: March 2016
Page: 2 of 3
TEMPORARY SERVICES
5. Contractor provides applicable labour, material, and equipment at the scheduled start
date and time.

6. Any required changes to the scheduled start date and time must be communicated to
the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners and public
traffic. This may result in work being performed during off peak hours. Any work performed
during off peak hours shall be considered incidental to the installation of the water plant.

Written notices from the City to all property owners, is required a minimum of 24 hours prior to
any disruption of water service as a result of the temporary by-pass.

The Contractor shall provide assistance in the installation and coordination of this work with
the City, prior to abandoning the existing water plant. When excavation is required to provide
temporary services, the Contractor shall provide all labour and equipment to assist the City
during installation.

The Contractor shall be required to provide protection of the temporary services installed by
the City at locations such as road crossings, sidewalks, driveways and walkways as directed
by the City’s Contract Administrator.

Temporary services shall be buried at all road crossings, sidewalks, driveways and walkways.
Where temporary services are used on partial road reconstruction (ie watermain only) projects,
a ramping assembly may be constructed at sidewalks, driveways and walkways. Ramping
locations and permission shall be approved by the Contract Administrator in writing prior to
installation. If permission is denied, then the contractor shall ensure the temporary service
piping is buried at all road crossings, sidewalks, driveways and walkways at no additional cost
to the owner.

All temporary hose and service connections must be chlorinated and tested by the City before
the system becomes operational. The City is also required to take weekly samples once the
system is operational.

Measurement for Payment


Temporary Overland Services - Installation and Protection
Installation and protection of the temporary overland services shall be measured on a lump
sum “all-inclusive” basis for the entire project.

The Contractor shall coordinate the staging of the temporary services with the City’s Contract
Administrator on-site and shall provide assistance in the installation of this work with the City.
The Contractor shall make no claim for the unavailability of temporary hose on site.

Section F\Watermain\F-4416 – March 1, 2016


S.P. No: F-4416
Date: March 2016
Page: 3 of 3
TEMPORARY SERVICES
The Contractor shall be required to protect the temporary services installed across all road
crossings, sidewalks, driveways and walkways during the extent of the construction schedule.
This shall include earth excavation, backfill, asphalt reinstatement and ramping material
required as directed by the Contract Administrator.

The Contractor shall be required to provide adequate signage at locations where hoses are
exposed and may present a public safety hazard such as “blowoff” hoses at catchbasins.
Excavation for Temporary Service Connections
When excavation is required to provide temporary services, the Contractor shall provide all
labour and equipment to assist the City during the temporary services installation. This shall
include saw cut and removal of asphalt/concrete, earth excavation, backfill and temporary
and/or permanent reinstatement for connections to existing hydrants, mains or services as
deemed necessary to provide the temporary services.

Excavation, backfill and reinstatement for temporary services shall be measured on a per each
basis for payment where the City requires an excavation to connect the temporary service.

Re-excavation, backfill and reinstatement, which may be required to disconnect the temporary
services shall be considered incidental to this work and shall not be measured for separate
payment.

Co-ordination time for City crews to perform the work and/or work which may be performed
during off peak hours shall be considered incidental to this work and shall not be measured for
separate payment.

For estimating purposes, the Contractor shall assume that 10% of the number of water
services shall require excavation for temporary service connections.
Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4416 – March 1, 2016


S.P. No: F-4417
Date: March 2016
Page: 1 of 3

RELOCATIONS, BLANKINGS AND CONNECTIONS TO EXISTING WATERMAINS

Appendix to F-4411
F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope
This specification covers the requirements for the relocations, blankings and connections
required as part of the water plant installation and associated appurtenances.

Watermain Isolation Plan


The Contractor shall develop, after consultation with the City of Ottawa Drinking Water Service
and approved by the City of Ottawa, a watermain isolation plan prior to any work commencing
on site with respect to the watermain installation. This plan shall be submitted to the Contract
Administrator 5 days prior to any work commencing on the isolation of the live watermain. The
Contractor shall keep this plan on site showing the location of caps, blanking, temporary
services including date installed. Contractor must adjust their methods based on the age of
the main.

Construction
The City’s Drinking Water Services Division shall supply all labour and materials for
relocations, blankings and connections to existing watermains. The City shall only supply the
following unless otherwise noted in the Contract:

Relocations: all labour, equipment and materials to supply and install of the transition
couplings;

Blankings: all labour, equipment and materials to supply and install the end caps or the repair
sleeves/couplings required to isolate the “in-service”(live) watermain;

Connections: all labour, equipment and materials to supply and install the transition couplings.

The Contractor shall provide the labour, material and equipment for the excavation and
backfilling required for all relocations, blankings and connections and repairs to existing water
plant including all required thrust restraints.

The Contractor shall coordinate through the Contract Administrator at least two (2) business
days in advance of commencing construction in order to arrange and schedule any labour,
equipment or materials to be provided by the City of Ottawa Drinking Water Services.
Connections over 5.5m require coordination at least seven (7) business days in advance.
Business day means Monday to Friday, inclusive, between the hours of 7:30 a.m. and 4:00
p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form” with all
relevant information and submit via email to the Contract Administrator.

Section F\Watermain\F-4417 – March 1, 2016


S.P. No: F-4417
Date: March 2016
Page: 2 of 3

RELOCATIONS, BLANKINGS AND CONNECTIONS TO EXISTING WATERMAINS

2. Contract Administrator will review the “DWS Construction Scheduling Request Form”
and forward via email to City of Ottawa Water Department Maintenance Planners at
water-booking@ottawa.ca. Contractor will be carbon copied on that email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form” and
water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request Form”
the scheduled start date and time and send form back to Contract Administrator via
email. Contractor will be carbon copied on that email which shall serve as confirmation
of the scheduled start date and time.

5. Contractor provides applicable labour, material, and equipment at the scheduled start
date and time.

6. Any required changes to the scheduled start date and time must be communicated to
the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners and public
traffic. This may result in work being performed during off peak hours. Any work performed
during off peak hours shall be considered incidental to the installation of the water plant.

TVS (Tapping Valve and Sleeve) Service connections, 100mm and greater:
Connections on existing watermains, 100mm and greater, shall be made by utilizing a tee
fitting. Where the existing watermains cannot be isolated to install the tee connection then a
tapping sleeve and valve (TVS) shall be utilised.

The City’s Drinking Water Services Division shall provide all labour, equipment and materials
to supply and install the tapping valve and sleeve.

The Contractor shall supply the appropriate valve box or valve chambers as per F-4413
“Valves, Valve Boxes, Valve Chambers” provisions.

Note On TVS connections, a second valve shall be installed at the property line as per F-
4413 “Valves, Valve Boxes, Valve Chambers” provisions.

Measurement for Payment

Excavation, and Backfilling for Relocations, Blankings and Connections to Existing


Watermains
Payment shall be made where materials, equipment and labour are required to be supplied
and installed by City forces which would include relocations of existing hydrants, valves or

Section F\Watermain\F-4417 – March 1, 2016


S.P. No: F-4417
Date: March 2016
Page: 3 of 3

RELOCATIONS, BLANKINGS AND CONNECTIONS TO EXISTING WATERMAINS

mains; blanking of existing mains in use (live mains), for isolation purposes, and connections
to existing mains in use (live mains).

Connections made to isolated watermains by the Contractor shall be considered incidental to


the water plant work and shall not be measured for separate payment.

The abandonment of the existing water plant including removing of valve chambers, valve
boxes, fire hydrants, installing caps or plugs for abandonment purposes, and the salvaging of
materials shall be considered incidental to the water plant work and shall not be measured for
separate payment.

Measurement shall be made on either:

1) a per each basis or


2) metres of the horizontal length of the relocation or connection measured over the
centreline of the trench, from centre of existing location to centre of new location as
established by the City’s Contract Administrator.

Where measurements are specified on a per each basis, the unit price shall be full payment to
excavate a “pit” for City forces to complete the necessary work required, regardless of the
number of blankings, connections and/or relocations completed within the ‘pit’.

Earth excavation, backfill, reinstatement co-ordination time for City crews to perform the work,
dewatering, pavement cut and disposal, bedding, backfill and work performed during off peak
hours shall be considered incidental to this work and shall not be measured for separate
payment.

If a “pit” requires re-excavation and reinstatement due to operational constraints then the re-
excavated “pit” shall be measured for payment under the item. The Contractor shall notify the
Contract Administrator of “pits” that require re-excavation prior to any work being completed in
the pit area.

Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4417 – March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 1 of 11
WATER SERVICES

Appendix to F-4411
F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope
This specification covers the requirements for the installation of the service saddles,
corporation/main stops, water service laterals, curb stops and service posts, 50mm in diameter
in size or less and associated appurtenances.

Water Services, 100mm diameter in size or greater


Service connections on existing watermains, 100mm and greater, shall be made as per F-4417
“ Relocation, Blankings and Connections to Existing Watermains” provisions.

Water Services, 100mm diameter in size or greater shall be installed as per the F-4412
“Watermain Pipe” provisions.

Valves for the water services, 100 mm diameter in size or greater shall be installed as per F-
4413 “Valves, Valve Boxes, Valve Chambers” provisions.

Coordination of Labour, Equipment, or Materials provided by City of Ottawa Drinking


Water Services
The Contractor shall coordinate through the Contract Administrator at least two (2) business
days in advance of commencing construction in order to arrange and schedule any labour,
equipment or materials to be provided by the City of Ottawa Drinking Water Services.
Connections over 5.5m require coordination at least seven (7) business days in advance.
Business day means Monday to Friday, inclusive, between the hours of 7:30 a.m. and 4:00
p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form” with all
relevant information and submit via email to the Contract Administrator.

2. Contract Administrator will review the “DWS Construction Scheduling Request Form”
and forward via email to City of Ottawa Water Department Maintenance Planners at
water-booking@ottawa.ca. Contractor will be carbon copied on that email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form” and
water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request Form”
the scheduled start date and time and send form back to Contract Administrator via
email. Contractor will be carbon copied on that email which shall serve as confirmation
of the scheduled start date and time.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 2 of 11
WATER SERVICES

5. Contractor provides applicable labour, material, and equipment at the scheduled start
date and time.

6. Any required changes to the scheduled start date and time must be communicated to
the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners and public
traffic. This may result in work being performed during off peak hours. Any work performed
during off peak hours shall be considered incidental to the installation of the water plant.

Construction
General
Existing water services shall either be replaced, relocated or reconnected based on the field
assessment of each service by the City’s Contract Administrator at the time of construction.
The following criteria shall be used:

a) Construction of watermain services shall be in accordance with the Standards.


b) If the existing services are found to have insufficient cover material, they shall be replaced
to the property line unless otherwise directed by the City’s Contract Administrator.
c) If the existing services are lead, they shall be replaced to the property line.
d) If the existing services are copper, 15 mm diameter and greater, they shall be reconnected
unless otherwise directed by the City’s Contract Administrator.
e) If unable to replace the services to the property line due to existing features, then the
service shall be relocated as directed by the City’s Contract Administrator.
f) Services that conflict with sanitary or storm sewers at crossings shall be installed under the
sewers unless otherwise directed by the City’s Contract Administrator.

Depth of Cover
Depth of cover for services shall be installed with a minimum of 2.4 m of cover material as per
drawing W17.

Under no circumstances shall rock removal be considered an exception to the minimum depth
of cover requirement.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 3 of 11
WATER SERVICES

Where a 2.4 m separation from buried structures and ditched areas is not possible, water
services shall be protected with thermal insulation in accordance with F-4415, ‘Insulation’ and
detail drawings W21, W22 & W23.

Location of Services
Services shall be perpendicular to the watermain and be straight to the service post. Location
to be in accordance with the contract drawings and be co-ordinated with all utilities and
landscape features to avoid conflicts and maintain minimum clearances.

The location of existing service laterals shall be adjusted/relocated to achieve proper utility
clearance as directed by the City’s Contract Administrator. As a general rule, a minimum 2.0m
horizontal separation is required between the new water plant and catchbasins or open
structures.

Service Materials
Services of 50mm diameter or less shall be approved service tubing products as per
MW-19.15 and shall be installed in accordance with the provisions described herein.

Note PEX has only been approved for new greenfield developments and is not to be used for
rehab projects. PEX shall not be installed in soils which may be contaminated with hydro
carbons, chemicals or any other substance which may permeate the pipe.

All new private services to the building shall be pipes of the same size, material and
specification as the service installed by or on behalf of the City.

Service Saddles
The following Table 1 provides details for various pipe materials and tap sizes.
TABLE 1: SERVICE INSTALLATION REQUIREMENTS (19MM - 50MM)
WATERMAIN SERVICE SIZE & TAPPING GOOSENECK &
MATERIAL PURPOSE LOCATION SERVICE SADDLE
REQUIREMENTS
Ductile Iron & 19mm and 25mm 3 o'clock Horizontal gooseneck,
Cast Iron services direct tap
Ductile Iron & 38mm and 50mm 3 o'clock No gooseneck, service
Cast Iron services saddle
Ductile Iron 50mm Sterilization 12 o'clock No service saddle for
(General) nozzle 200mm and up
Ductile Iron 50mm Sterilization 3 o'clock Service saddle
nozzle to be used for
50mm WM in a Cul-
de-sac

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 4 of 11
WATER SERVICES

WATERMAIN SERVICE SIZE & TAPPING GOOSENECK &


MATERIAL PURPOSE LOCATION SERVICE SADDLE
REQUIREMENTS
PVC, AC 19mm & 25mm 3 o'clock Horizontal gooseneck,
services service saddle
PVC, AC 38mm and 50mm 3 o'clock No Gooseneck, service
services saddle
PVC (General) 50mm Sterilization 12 o'clock Service saddle
nozzle
PVC 50mm Sterilization 3 o'clock Service saddle
nozzle to be used for
50mm WM in a Cul-
de-sac
All service connections including 50mm nozzles shall be tapped using approved shell type
cutters. Solid core drills bits are not permitted.

Service saddles are to be used for all 19mm to 50mm main stops on PVC and existing
asbestos cement watermain. Service saddles must be sized to provide even support around
the full circumference of the pipe.

Once installed, the saddles should be closely inspected to ensure that the lugs do not dig into
the pipe and that the U-bolt type of straps or clamping arrangements are fully contoured to the
outside diameter of the pipe.

The bolt and nut closures shall be tightened to achieve a uniform and snug fit of the saddle on
the pipe. A torque wrench shall be used to check that a recommended torque of 88 N-m (65 ft-
lbs) is obtained. The torque should not exceed 95 N-m (70 ft-lbs). Double bolt saddles shall
be torqued as evenly as possible.

Service Connections to All Watermains


Service connections, 50mm and smaller shall be tapped utilizing a main stop (see Table 1).

“Y” connections are no longer allowed.

Where goosenecks on services are required (see Table 1), the gooseneck shall be formed in
the horizontal position before connection to the main stop.

Where PEX services are connected, manufacturer approved stainless steel support liner/
inserts shall be installed inside the pipe at the coupling nut to enable sufficient compression at
the joint. Where PEX is being installed approved stainless steel support liners shall be used
when connecting to brass compression fittings. Plastic support liner/inserts shall not be used.
Coupling nuts (c/w electrical connector) and the brass appurtenances they are connected to

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 5 of 11
WATER SERVICES

shall be from the same approved manufacturer to ensure maximum holding strength. Coupling
nuts are not interchangeable between makes when it comes to providing adequate gripping
force. Coupling nuts shall be tightened up to ¼ turn before bottomed out for PEX. If the
electrical connection post conflicts in any way rotate nut +/- ¼ turn as required to avoid conflict.
If clearance is available, snake PEX across the bottom of the trench to accommodate thermal
expansion. PEX shall not be stored in a location exposed to sunlight. For installation
procedures not covered in this specification consult the manufacturers installation guide.

Service Connections to Ductile Iron Watermains


Ductile iron watermains shall be direct tapped for 19mm and 25m main stops. For all 38mm
and 50mm main stops installed in DI watermains, approved service saddles shall be used.

Service Connections to PVC Watermains.


Service saddles shall be used for all 19mm to 50mm main stops on PVC watermain.

Services connections, 50mm and smaller on PVC mains 200mm and smaller may use either
Single or double tapped couplings subject to the approval of the Contract Administrator.

Multiple taps on PVC watermains shall be staggered, shall be a minimum of 600mm apart,
shall be a minimum of 600mm from the end of the pipe and shall be in accordance with the
standard drawings.

All PVC fittings shall be installed in accordance with the manufacturers guidelines and
specifications.
Note: The corporation stop shall be installed into the tapped coupling using a torque wrench to
achieve a torque not to exceed 61 N-m (45 ft-lbs).

The colder the pipe temperature, the more care shall be exercised during tapping to ensure
against impact damage. When the air temperature is below 0° Celsius, the service connection
shall be protected from freezing after tapping.

Tapping Machines
The cutting tool shall be a shell type cutter, which will retain the coupon and is designed to
accommodate the pipe wall thickness involved. See MW-19.15 for approved Tapping
Machines.

Curb Stops
The new curb stop shall be located at the property line as directed by the City’s Contract
Administrator.

Curb stops shall be installed plumb with the operating “tee-head” in the vertical position.
Proper support shall be installed in accordance with the standard drawings.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 6 of 11
WATER SERVICES

At the discretion of the contract Administrator; where a tapped coupling is not in-line with the
path of the service as required, the compensating bend shall be located between the curb stop
and the main stop. Alignment of the curb stop shall always be parallel with the service line on
the private property to ensure consistent valve turning operation.

Service Piping
Service piping less than 100mm diameter shall be laid in one continuous pipe length (i.e.
splicing and jointing of short pipe material shall not be permitted) from the inside face of the
building to the curb stop and from the curb stop to the main/corporation stop. For 100mm and
larger services, joints shall be kept to the absolute minimum.

Tracing Wire
Tracing wire shall be connected to all service installations per F-4493 Tracing Wire for
Watermains and Fittings.

Service Post
Service posts shall be installed plumb and in the vertical position. The service posts shall be
clearly marked with a stake, flexible flag or other acceptable means until final reinstatement is
completed. The ribbed covers of the service posts are to be set flush with all surfaces by the
Contractor.

The Contractor shall backfill and compact the service post as per W19 and W33.

Service Post Adjustment


The Contractor is responsible for the final setting of the tops/ribbed covers of service posts in
all surfaces such as dirt, grass, asphalt, concrete, concrete pavers or interlocking brick.

In the case of hard surfaces such as asphalt, concrete and interlocking brick etc., the tops are
to be set flush with the surface.

In the case of installation in grassed areas, the tops of the service posts are to be exposed and
set by the Contractor to ground level as specified in W-33, during final reinstatement.

Method of Installation
General
Installation of the completed water services shall be completed before the commencement of
any commissioning operation of the installed waterplant.

A hydrostatic and leakage test shall be conducted on the installed water services in
accordance with the construction specifications F-4491, ‘Commissioning of Watermains’.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 7 of 11
WATER SERVICES

The connections to the existing watermains and existing water services shall be completed by
City forces only after the installed water plant has been successfully disinfected by the City.

Water Services Installed by the Contractor


Contractors shall only tap new watermains that have not been commissioned by the City and
are not in service.

Water Services shall be “wet” or “dry” tapped using approved shell type cutters. The services
shall be typically tapped under no pressure. Pipe coupons shall be retrieved and provided to
the Contract Administrator if requested. Solid core drills bits are not permitted.

The Contractor shall provide all excavation and backfill and supply and install all service
materials as specified herein and the Schedule of Prices.

The Contract Administrator, or designate, will visually inspect each water service tapping
operation and service pipe installation for service tap alignment, tightness and leakage, proper
alignment of the service piping and valves, and depth of cover.

The Contractor shall not be permitted to backfill the excavated trench until the Contract
Administrator, or designate, inspects each water service installation. The main/corporation
stop at the watermain shall only be opened in the presence of the Contract Administrator, or
designate.

The Contractor shall be responsible for closing the curb stop, backfilling the excavated trench
and installing the service post. The Contractor shall also backfill the service post. The backfill
shall be free of any boulders or rocks greater then 100mm in size.

The Contractor shall install the service piping from the curb stop valve to the point of
connection to the existing private service at or near the property line.

The Contractor shall either cover the curb stop valve with at least 0.5 m3 of 19mm clear stone
or extend a pipe from each curb stop to the surface for flushing and/or bacteriological testing
purposes until the service is connected and put into service. Each service line shall be clearly
staked and protected from damage.

Each service line shall be clearly staked and protected from damage.

Water Services Installed by the City


City forces shall supply all labour and materials for the installation of the new water services to
all “in service” watermains.

Installation of the water services by City forces shall be scheduled after the new watermains
have been successfully flushed and disinfected by the City.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 8 of 11
WATER SERVICES

Water service pipe material 50 mm diameter in size or less is to be supplied and installed by
City forces. Supplied materials shall include the service saddle, corporation stop, service pipe,
tracer wire, cathodic protection, curb stop and service post.

The Contractor shall provide all excavation, backfill and insulation as specified in the Schedule
of Prices.

Water Service Connections


City forces shall supply all labour and materials for the connections of the new water services
to all existing water services. The City shall only supply and install the necessary transition
coupling to connect the new service lateral to the existing water service.

The Contractor shall maintain safe access to the excavated trench at the property line to
permit the City to connect the new service lateral to the existing private service.

The City shall flush and disinfect the water services prior to connecting the new service laterals
to the existing private service.

“Reconnection” of existing water services to the installed new watermains shall also be
completed by City forces. This includes watermain only projects where the existing water
service laterals are not being replaced. The City only shall supply and install the necessary
transition couplings to connect the new service lateral to the existing water service.

City forces will record the service information including the location of new curb stop with
reference to building corner.

Open Cut or Horizontal Drilling


Service lines may be installed either in open cut or by horizontal drilling (boring) and shall
extend from the watermain to the property line where a service post shall be located. Where a
horizontal drilling method is selected, all bore holes greater than 50mm diameter shall be lined
with a rigid pipe casing to be approved by the Contract Administrator and supplied by the
Contractor.

Measurement for Payment


Excavation and Backfill for Water Services (by Open Cut )
Excavation and backfill for water services shall be measured in metres of horizontal length of
excavated trench, regardless of the number and size of the water services installed in a single
trench.

Measurement shall be made from the centre of the watermain to the curb stop at the property
line.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 9 of 11
WATER SERVICES

The unit price shall be full payment for the earth excavation, exposing and watermain
preparation for the tap, coordination time for City crews to tap or connect the service, backfill,
asphalt cut, curb and sidewalk cut, topsoil and sod removal and all other items incidental to the
installation of the water services. The unit price shall also include the service post adjustment
to grade at final reinstatement.

Water Service material costs shall be included in a separate tender item(s) as specified in the
Schedule of Prices.

Where specified, the unit price(s) shall also include complete reinstatement of the trench,
pavement and other areas disturbed as a result of construction in accordance with F-4419 “All
Inclusive Reinstatement for Watermain Construction” provisions.

Horizontal Drilling for Water Services


If too many obstructions exist to excavate a trench, the Contractor may be instructed to use
horizontal directional drilling. In this case, the horizontal directional drilling shall be measured
in metres regardless of the size of the water services installed.

Measurement shall be made from the centre of the watermain to the curb stop at the property
line.

The unit price shall be full payment for the earth excavation of the connection pits, installation
of the service piping, coordination time for City crews to tap or connect the service, and all
other items incidental to the service replacement. The unit price shall also include the service
post adjustment to grade at final reinstatement.

Water Service material costs shall be included in a separate tender item(s) as specified in the
Schedule of Prices.

Where specified, the unit price(s) shall also include complete reinstatement of the trench,
pavement and other areas disturbed as a result of construction in accordance with F-4419 “All
Inclusive Reinstatement for Watermain Construction” provisions.

Relocation of Existing Water Services


Where a water service cannot be replaced to the property line along the existing alignment due
to a conflict with an existing feature, then the service shall be relocated/realigned as directed
by the City’s Contract Administrator. Where possible the water services to be relocated shall
be indicated on the drawings. In most cases, the relocation of a water service shall be
determined in the field by the City’s Contract Administrator.

The relocation may be extended beyond the property line onto private property in order to
connect to the existing water service. The City’s Contract Administrator shall obtain the
necessary consent from the property owner before entry onto the private property is permitted.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 10 of 11
WATER SERVICES

Payment for relocation of existing water services shall be in accordance with established unit
prices or provisional items included in the Schedule of Prices, or as an extra by a negotiated
unit price or on a cost plus basis.

Excavation and Backfill for Water Service Reconnection (any size)


Where the existing water service lateral is not being replaced then the existing water service
shall be reconnected to the new watermain by City forces and shall be considered a
"Reconnection".

Reconnection of existing water services shall be measured by the number of each water
service reconnected regardless of size.

The unit price shall be full payment for the earth excavation, exposing and watermain
preparation for the tap, coordination time for City crews to tap or connect the service, backfill
and all other items incidental to the service reconnection.

Water Service material costs shall be included in a separate tender item(s) as specified in the
Schedule of Prices.

Where specified, the unit price(s) shall also include complete reinstatement of the trench,
pavement and other areas disturbed as a result of construction in accordance with F-4419 “All
Inclusive Reinstatement for Watermain Construction” provisions.

Supply and Installation of Water Service Material (by Contractor)


When specified in the Schedule of Prices the Contractor shall supply all labour, pipe materials
and fittings required for the installation of service laterals including the PVC molded tapped
couplings or service saddle, corporation (main) stop valves, service pipes, curb stop valves,
service posts, tracer wire and cathodic protection anodes.

The supply and installation of the water service material shall be measured in metres of
horizontal length of the water service pipes installed, for each size specified in the Schedule of
Prices. Measurement shall be made from the centre of the watermain to the connection at the
property line.

Material costs for the corporation stop, service pipe, curb stop, stand post, tracer wire, and
cathodic protection anodes, shall be included in the unit price of the installed service pipes
specified in the Schedule of Prices. The tapped couplings shall be deemed to be included in
the unit price. Sizes for each tapped couplings shall be determined at the time of construction.

The City shall not accept any extra claims for the number of services installed.

The unit price shall be full payment for the water service materials, coordination time for the
City to connect the new service lateral to the existing private service, and all other items
incidental to the supply and installation of the water service material.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4418
Date: March 2016
Page: 11 of 11
WATER SERVICES

BASIS OF PAYMENT
Payment at the contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4418– March 1, 2016


S.P. No: F-4419
Date: March 2015
Page 1 of 3
“ALL INCLUSIVE” REINSTATEMENT FOR WATERMAIN CONSTRUCTION

Appendix to F-4411

F-4411 Watermain Construction by Open Cut shall be appended with the following
subsections:

Scope

This specification covers the general requirements for the installation of the water and
associated appurtenances on an “All Inclusive Price Method” basis including complete
reinstatement of trench, pavement and other areas disturbed as a result of the construction.

References

This special provision refers to the following standards, specifications or publications:

OPSS

OPSS 492 Construction Specification for Site Restoration for Underground Utilities

City of Ottawa

F-1201 Amendment to OPSS, General Specifications for the use of Explosives


F-2060 Earth Excavation, Grading (Including Removals)
F-3104 Performance Graded Hot Mix Asphalt
F-3110 Asphalt Sidewalk, Medians, Boulevards, Islands, Private Walks and Driveways
F-3145 Clear Stone
F-3147 Granular Material
F-3500 Ultra Thin White Topping (UTW)
F-3510 Concrete Sidewalks, Medians, Boulevards and Islands
F-3514 Replace and/or Extend Private Walks and/or Steps
F-3531 Concrete Curb and Gutter
F-3532 Precast Concrete Curb
F-3550 Interlocking Concrete Pavers
F-4050 Pipe Subdrain
F-4070 Manholes, Catchbasins, Ditch Inlets and Chambers
F-4080 Adjusting or Rebuilding of Maintenance Holes, Catchbasins, Ditch Inlets and
Valve Chambers
F-4102 Expanded Polystyrene Insulation
F-5040 Low Density Concrete
F-5103 Removal of Asphalt Pavement, Partial Depth
F-4031 Rock Excavation for Sewers and Watermains
F-4411 Watermain Construction by Open Cut
F-4412 Watermain Pipe
F-4413 Valves, Valve Boxes, Valve Chambers
F-4414 Hydrants
F-4415 Insulation for Watermains

Section F\Watermain\F-4419– March 2, 2015


S.P. No: F-4419
Date: March 2015
Page 2 of 3
“ALL INCLUSIVE” REINSTATEMENT FOR WATERMAIN CONSTRUCTION

F-4416 Temporary Services


F-4417 Relocations, Blankings and Connections to Existing Watermains
F-4418 Water Services
F-4421 Cathodic Protection of Existing Watermain and Fittings
F-8011 Tree Protection
F-8021 Topsoil, Imported
F-8024 Warranty Period Maintenance
F-8028 Sweeper/Flusher
F-8031 Sodding, Staked and Unstaked
F-8041 Seeding and Mulching
F-8045 Miscellaneous Reinstatement of Adjacent Properties
F-9047 Field Sampling and Testing of Concrete

Construction

The Contractor shall complete the required restoration of the trench disturbed as a result of the
water plant construction as specified on the drawings and in compliance with associated City
requirements.

If restoration requirements are not specified and there are no acceptable municipal
specifications or requirements available, then OPSS 507 Standards shall be applicable.

Measurement for Payment

“All Inclusive Price Method” Trench Reinstatement

Where an “All Inclusive Price Method” is specified, the unit price shall be full payment for all
earth excavation, backfill, and complete restoration of the trench disturbed as a result of the
construction.

The “all inclusive” unit price shall be full payment for the supply of all equipment, labour and
materials for restoration including iron work adjustments, squaring off edges, sawcutting,
asphalt keying, granular, and asphalt overbreak. The asphalt and granular subgrade
requirements shall be indicated on the Drawings.

Measurement for payment will be based on the horizontal length of the restored area as
specified on the Drawings, regardless of the trench width. In no cases shall the length of
restoration exceed the length of watermains.

Notwithstanding the “All Inclusive Price Method” provision, separate reinstatement items (i.e.
sidewalks, curbs, etc.) may be specified in the Schedule of Prices of the contract. These
reinstatement items when specified shall be measured separately and not be considered for
payment under this item.

If the permanent asphalt restoration on paved areas is delayed and the City’s Contract
Administrator considers that it is not practical to satisfactorily maintain the gravel surface, the

Section F\Watermain\F-4419– March 2, 2015


S.P. No: F-4419
Date: March 2015
Page 3 of 3
“ALL INCLUSIVE” REINSTATEMENT FOR WATERMAIN CONSTRUCTION

Contractor shall carry out temporary restoration using 50 mm cold mix cold laid asphalt. The
Contractor shall be responsible for the winter maintenance of the temporary reinstatement.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4419– March 2, 2015


S.P. No: F-4421
Date: March 2016
Page 1 of 5
CATHODIC PROTECTION OF EXISTING WATERMAIN AND FITTINGS

Amendments to OPSS 442


OPSS 442 Construction Specifications for Corrosion Protection of Watermains and Fittings
shall apply except as may be amended or extended herein.
Scope
This specification covers the requirements for the installation of Cathodic Protection on existing
ductile or cast iron watermain, service connections and associated appurtenances.

References
This special provision refers to the following standards, specifications, or publications:

City of Ottawa
F-4411 Watermain Construction by Open Cut
F-4419 “All Inclusive” Reinstatement for Watermain Construction

Submissions and Design Requirements


Work Schedule
The Contractor shall submit a Work Schedule to the City’s Contract Administrator within two
weeks of the date of the Commence Work Order, which details the water plant installation.

The Contractor shall coordinate through the Contract Administrator at least two (2) business
days in advance of commencing construction in order to arrange and schedule any labour,
equipment or materials to be provided by the City of Ottawa Drinking Water Services.
Connections over 5.5m require coordination at least seven (7) business days in advance.
Business day means Monday to Friday, inclusive, between the hours of 7:30 a.m. and 4:00
p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form” with all
relevant information and submit via email to the Contract Administrator.

2. Contract Administrator will review the “DWS Construction Scheduling Request Form”
and forward via email to City of Ottawa Water Department Maintenance Planners at
water-booking@ottawa.ca. Contractor will be carbon copied on that email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form” and
water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request Form”
the scheduled start date and time and send form back to Contract Administrator via
email. Contractor will be carbon copied on that email which shall serve as confirmation
of the scheduled start date and time.

Section F\Watermain\F-4421 – March 1, 2016


S.P. No: F-4421
Date: March 2016
Page 2 of 5
CATHODIC PROTECTION OF EXISTING WATERMAIN AND FITTINGS

5. Contractor provides applicable labour, material, and equipment at the scheduled start
date and time.

6. Any required changes to the scheduled start date and time must be communicated to
the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners and public
traffic. This may result in work being performed during off peak hours. Any work performed
during off peak hours shall be considered incidental to the installation of the water plant.

Materials and Standard Detail Drawings


All materials incorporated into the proposed water plant shall be new and conform to latest City
specifications as referenced in “VOLUME NO. 2, MATERIAL AND STANDARD DETAIL
DRAWINGS MANUAL” as produced and amended by the City of Ottawa.

Upon request of the City’s Contract Administrator, the Contractor shall submit a complete
listing of the materials to be used including manufacturer’s and supplier’s names. All materials
used shall be consistent throughout the limits of the Contract.

All standard drawings incorporated into the proposed water plant shall conform to latest City
specifications as referenced in “VOLUME NO. 2, MATERIAL AND STANDARD DETAIL
DRAWINGS MANUAL” as produced and amended by the City of Ottawa.

Construction
Application of Cathodic Protection
General
The method of anode installation shall be pre-determined by the Contract Administrator and
specified in the Contract Specifications and/or Contractor Drawings. The appropriate items
shall be identified in the Schedule of Prices.

Ductile Iron Watermain Systems


On ductile iron or cast iron watermains and services, packaged magnesium anodes shall be
installed along the entire length of the pipe as follows:

Section F\Watermain\F-4421 – March 1, 2016


S.P. No: F-4421
Date: March 2016
Page 3 of 5
CATHODIC PROTECTION OF EXISTING WATERMAIN AND FITTINGS

TABLE 1: ANODE SPACING

PIPE DIAMETER ANODE MAXIMUM ANODE


SPACING
100mm M-32-22 18m
150mm M-32-22 15m
200mm M-32-22 11m
300mm M-32-22 8m
400mm M-32-22 6m

Zinc anodes shall be installed on services as specified in the Table 2 below:

TABLE 2: ANODES FOR SERVICES ON DUCTILE IRON WATERMAINS

SERVICE SIZE SERVICE ANODE


MATERIAL
19mm - 51mm Copper Z-12-24
100mm or larger Ductile Iron Z-24-48

The end of the anode lead wire shall be bared of insulation and attached to the metal surface
by approved thermite welder and powder cartridge.

After cooling, the thermite weld shall be tested by striking with a hammer, and repeated if
necessary. All welds are to be protected using an approved product as per the Material
provisions.

At test station locations, the anode shall not be connected directly to the pipe and the three
preceding steps shall not be performed.

Installing Anodes on Copper Piping


Anodes shall be installed complete with their containers and special backfill.

Where possible, each zinc anode shall be placed horizontally, 300 mm below, and 500 mm to
the side of the pipe.

The anode lead wire shall be wrapped around the pipe and secured (e.g. knotted). Sufficient
slack shall be left in the wire to prevent any stress on either the anode or the pipe connection
during backfilling and subsequent soil settlement.

Section F\Watermain\F-4421 – March 1, 2016


S.P. No: F-4421
Date: March 2016
Page 4 of 5
CATHODIC PROTECTION OF EXISTING WATERMAIN AND FITTINGS

Anodes shall be connected to copper services using an approved solid brass ground clamp.

Anode Arrays
When specified by the Contract Administrator, anode arrays or “anode banks” may be utilised
to provide the cathodic protection on existing watermain and fittings. Anode minimum spacing
and locations are specified in the applicable Standard Detail Drawings.

Installation of Anodes on existing Water Plant exposed during Construction


The City shall supply the all anodes and ground clamps necessary for each installation.
The materials will be available from the City’s Stores at 951 Clyde Avenue.

Upon receipt of the materials, the Contractor shall be responsible for proper storage and
protection from damage. Anodes shall be stored in a dry, enclosed and secured container until
it is installed.

Anode Installation
Anodes shall be installed complete with their containers and special backfill.

The anode shall not be lowered into the trenched by its lead wire.

The anode shall be placed in a horizontal position parallel to the water main below the spring
line.

The anode lead wire shall be wrapped around the pipe and secured to the copper service
using an approved solid brass ground clamp.

Sufficient slack shall be left in the wire to prevent any stress on either the anode or the pipe
connection during backfilling and subsequent soil settlement.

The connection shall be properly coated with an approved bituminous coating material.

The anode installation must be inspected by the on-site inspector prior to backfilling.

At least 300mm of backfill shall be packed uniformly around the anode to eliminate voids of air
pockets adjacent to the anode.

Unless otherwise stated, Test Stations shall be supplied and installed by the City.

Quality Assurance
The Contractor shall construct the proposed water plant and associated appurtenances in
accordance with current City standards and specifications using accepted construction
practices. The City’s Contract Administrator shall inspect all constructed works related to the
water plant.

Section F\Watermain\F-4421 – March 1, 2016


S.P. No: F-4421
Date: March 2016
Page 5 of 5
CATHODIC PROTECTION OF EXISTING WATERMAIN AND FITTINGS

The City reserves the right to randomly test any anode or backfill material composition to
guarantee its composition. The City also reserves the right to reject any anode for any reason
and request a suitable replacement.

Measurement for Payment


Anode Installation
The contract per unit price shall be full compensation for all earth excavation, regardless of
depth, for all necessary dewatering, shoring, backfilling, compacting the granular material, and
for all other labour, equipment and materials required to complete the work.

Test Stations
The contract per unit price shall be full compensation for all earth excavation, regardless of
depth, for all necessary dewatering, shoring, backfilling, compacting the granular material, and
for all other labour, equipment and materials required to complete the work.

Post Construction Testing and Evaluation Report


The contract lump sum price shall include the labour, equipment and materials required to
complete post construction testing and the submission of three (3) copies of the
comprehensive written report.

Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4421 – March 1, 2016


S.P. No: F-4427
Date: March 2015
Page 1 of 2

WATER SERVICES OPTION

Amendments to F-4418

F-4418 Water Services shall apply except as may be amended or extended herein.

Method of Installation

General

This section is extended with the following:

In areas where it is impractical to provide and maintain access to water service curb stops
during the period between the installation and final connection by the City of Ottawa due to
the close proximity of the building face and the back of sidewalk or roadway, the
requirement to install the water service in advance of the hydrostatic and leakage test is
waived at the following locations:

Note to Designer - Street/block or address descriptions to be inserted here

Water Services Installed by the Contractor

The Contractor shall install all the service saddles and main/corporation stops within the
construction limits before the commencement of the commissioning operation of the
installed water plant.

All service saddles and corporation/main stops within the construction limits must be
included in the hydrostatic and leakage test in accordance with F-4491 Commissioning of
Watermains.

The installed watermain shall then be disinfected and thoroughly flushed by City forces in
accordance with F-4491 Commissioning of Watermains.

The Contractor shall then install the service lateral piping from the main/corporation stop at
the watermain to the curb stop at the property line.

The Contractor shall not be permitted to backfill the excavated trench until the Contract
Administrator, or designate, inspects each water service installation. For the purposes of
this inspection, the service lateral must be under normal operating pressure to ascertain
there are no visible leaks. The main/corporation stop at the watermain shall only be
opened in the presence of the Contract Administrator, or designate. The Contractor shall
be responsible for closing the curb stop.

City forces shall then complete the connections of all the new water services to the
existing water services. The City shall flush and disinfect the water services prior to
connecting the new service laterals to the existing private service.

Section F\Watermains\F-4427 – March 2, 2015


S.P. No: F-4427
Date: March 2015
Page 2 of 2

WATER SERVICES OPTION

Completion of Commissioning Operation

The City reserves the right to maintain isolation of a section or portion of the installed
water plant by means of closed valves and/or requiring that a reconnection of a specific
watermain pipe to the existing water system be completed after the installed watermains
and water services have passed the disinfection and bacteriological testing requirements
of the City. The City shall not accept any extra claims for this isolation requirement.

Warrant: On Division Managers Approval on Capital Contracts only.

Section F\Watermains\F-4427 – March 2, 2015


S.P. No: F-4451
Date: March 2016
Page: 1 of 40

WATERMAIN CLEANING AND STRUCTURAL LINING

SCOPE

This Specification covers the general and specific requirements for the cleaning and
lining of watermains including the provision of temporary water services during these
activities.

REFERENCES

Watermain Disinfection Procedure, MOECC, November 2015


AWWA Standard AWWA/ANSI C651-14 – Disinfecting Water Mains
NSF/ANSI 61: Drinking Water System Components – Health Effects
ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by
the Inversion and Curing of a Resin-Impregnated Tube
OPSS 441 is deleted and replaced with this and the following special provisions,
standards, specifications or publications:
Ontario Provincial Standard Specifications:
OPSS 212 Construction Specification For Borrow
OPSS 401 Construction Specification For Trenching, Backfilling and Compacting
OPSS 403 Construction Specification For Rock Excavation For Pipelines, Utilities
And Associated Structures In Open Cut
City of Ottawa Special Provisions (S.P.):
F-2120 Select Subgrade Material For Trench Backfill
F-4102 Expanded Polystyrene Insulation For Sewers
F-4031 Rock Excavation For Sewers and Watermains
F-4411 Watermain Construction by Open Cut
F-4412 Watermain Pipe
F-4413 Valves, Valve Boxes, Valve Chambers
F-4414 Hydrants

Section F\Watermain\F-4451 – March 1, 2016


S.P. No: F-4451
Date: March 2016
Page: 2 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

F-4415 Insulation For Watermains


F-4416 Temporary Services
F-4417 Relocations, Blankings and Connections to Existing Watermains
F-4418 Water Services
F-4419 "All Inclusive" Reinstatement for Watermain Construction
F-4421 Cathodic Protection of Existing Watermain and Fittings
Non Payment Specifications
F-4491 Commissioning of Watermains
F-4492 Thrust Restraint of Watermains and Fittings
F-4493 Tracing Wire for Watermains and Non-metallic Forcemains
F-4494 Cathodic Protection of New Watermains and Fittings

DEFINITIONS

Tenderer: Any Contractor submitting a formal bid; and,


TWS: Overland Temporary Water Supply System.
See F-4411 for additional definitions.

DESIGN AND SUBMISSION REQUIREMENTS

The Tenderer shall submit the following documents with the tender:

• List of similar projects completed by the Tenderer;


• A sample from the Tenderer's previous cleaning and lining contract (at least 200
metres in length) on DVD format. The DVD must show the reinstatement of the
service connections;
• List of key personnel that will be assigned to the project, including their CV's and
pertinent experience in their area of responsibility with the lining process in
accordance with the requirements of this specification;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 3 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• Proof that the liner being used complies with NSF/ANSI 61 and is in accordance
with the requirement set out in the Structural Lining Materials section. The
conformity must be tested on a liner whose thermosetting resin has cured; and,
• Samples of the Tenderer's proposed quality control measures to be used during
the project in accordance with the requirement set out in the Quality Assurance
section.
Once the Contract has been awarded, the Contractor shall submit to the Contract
Administrator:

• All the calculations for the structural lining system, approved by a Professional
Engineer licensed to practice in the Province of Ontario;
• Third party liner testing results including Flexural Modulus short-term, Tensile
Strength short-term and liner thickness;
• All parameters used in the design including the short term and long-term CIPP
properties used in the design;
• Cleaning and reaming of host pipe, “Wet out”, transportation, installation, curing,
lateral reinstatement and liner termination procedures to be employed by the
Contractor;
• Proof that the Contractor possesses all the necessary equipment to perform the
"wet out" in a controlled and suitable environment for the lining system intended
to be employed for the project;
• If the "wet out" procedure will be carried out on the job site, proof that the
Contractor possesses all the appropriate equipment;
• Proof that the Contractor possesses all the necessary equipment for the curing
process, such as the boiler truck and the appropriate accessories for the proper
curing of the structural liner;
• Proof in writing that the Contractor’s key staff has been fully trained by indicating
their experience and any training that they have undergone (for their specific role
and responsibility);
• Exact locations of the access pits that are to be used for the installation of the
structural liner;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 4 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• Shoring drawings prepared by a Professional Engineer licensed to practice in the


Province of Ontario;
• Details of the temporary protective fencing;
• Proposed locations for the cappings (physical isolation) and chlorination nozzles;
• TWS plan stamped by a Professional Engineer licensed to practice in the
province of Ontario showing:
a) location of the operating valves that will be used for flushing purposes
during the chlorination of the TWS,
b) location of backflow prevention devices,
c) location of the sampling stations (up to 8 sampling stations per 500 metres
of temporary pipe),
d) location of the bleeders,
e) details of all materials to be used as a part of the TWS.
• Discharge Permit(s) for discharge of all water and superchlorinated water to be
directed to the sanitary collection system;
• The Contractor shall supply the Contract Administrator with a full set of
documents that shall be used for Quality Control purposes for each section of
watermain to be lined. If the Contractor wishes to submit supplemental
information, it will be accepted;
• A complete list of materials to be used for the project including the name of
manufacturer, name of supplier, description and/or model type of all pipe
materials, hydrants and valves. Materials used shall be consistent throughout
the limits of the Contract and shall be in accordance with the City of Ottawa
Standard Tender Documents for Unit Price Contracts, Material Specifications;
• The proposed Watermain Work Schedule;
• For each segment of lined watermain the following shall be provided:
o Contract Number,
o Operator's name,
o Date(s),
o Location of lining section (Pit # to Pit #),
o Length of section being lined,
o Cleaning (start and finish),

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 5 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

o Pre-Lining CCTV inspection (date),


o Information on service connections of section being lined (number,
address, capped or abandoned, defects, etc),
o Batch numbers and volume of resin/catalyst used,
o Batch numbers of liner used,
o Time of impregnation (start and finish),
o Time of installation of impregnated tubing (start and finish),
o Time of curing (start and finish),
o Pressure gauge readings (during curing),
o Air or water temperature (during curing),
o Pressure testing before reinstatement of service connections (date and
results),
o Reinstatement of service connections (date, address, capped or
abandoned, defects, etc),
o Excavation of blocked service connections (date and time), if applicable,
o Post-Lining CCTV inspection (date, defects),
o List of observations, defects and repairs made to the liner,
o Third party testing results,
o Report in case of an anomaly during any stage of the process,
o Date the section was accepted by the Professional Engineer licensed to
practice in the Province of Ontario.

LINER DESIGN REQUIREMENTS

The lining wall thickness shall be designed by the Contractor in accordance with ASTM
F1216-07a, Appendix X1, Design Considerations, Section X1.3.2 (fully deteriorated
design). The design method in later editions of the ASTM F1216 shall not be permitted.
The design method and the design parameters for the liner are prescribed below. The
designs shall be stamped by a Professional Engineer licensed to practice in the
Province of Ontario. The Contract Administrator reserves the right to reject the design,
design method or design parameters should they differ from those prescribed in this
section.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 6 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The thickness determined by the liner wall thickness design shall be the required wall
thickness of the completed liner. The wall thickness shall be the wall thickness of the
liner’s structural zone only. Wall thickness measurements of the finished liner used to
compare with design thickness shall not include such non-structural zones. If these
zones have been included in the measurement, they shall be subtracted to determine
the effective thickness of the liner. The determination of the actual thickness of the
installed liner shall be in accordance with the method in ASTM D5813-04(2008). It is
noted that among its provisions for measuring liner thickness and for calculating the
effective thickness from these measurements, the ASTM 5813 requires that no
thickness can be less than 87.5% of the required thickness.

CIPP LINER DESIGN PARAMETERS

Parameter: Design Method


Requirement: ASTM F1216-07a, Appendix X1 for Fully Deteriorated Pressure Pipe.
Design by later versions of ASTM F1216 is not permitted.
Parameter: Design Life:
Requirement: 50 years or greater.
Parameter: Safety Factors
Requirement: External Loads: 2.0; Internal Pressure: 2.0; Vacuum: 2.0
Parameter: Design Pressure
Requirement: 1034 kPa (150 psi) internal pressure.
Parameter: Vacuum
Requirement: 50 kPa below atmospheric pressure.
Parameter: External Hydrostatic Pressure
Requirement: Based on ground water table at 1.5 m below ground surface.
Parameter: External Earth Load
Requirement: For 3.0 meters cover or the cover at the liner location, whichever is
greater.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 7 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

Parameter: Live Load


Requirement: AASHTO HS-20
Parameter: Ovality
Requirement: 2%
Parameter: Soil Weight
Requirement: 1920 Kg per cubic meter
Parameter: Soil Modulus
Requirement: 6.89 MPa
Parameter: Flexural Modulus Long-term for Design
Requirement: The long-term flexural modulus used for design shall be the amount of
short-term flexural modulus retained for the design life. The retention factor shall be
derived from long-term testing and be appropriate for stress and stress duration in the
installed liner. Independent third party test data (by ASTM D2990 or direct equivalent) is
required to substantiate the retention factor used in deriving long-term values used in
design. When ASTM D2290 testing data is not available the long-term retention shall be
a conservative estimate appropriate for the type of material and shall not exceed 50%.
The short-term value of flexural modulus used shall be the value that will be reliably and
repeatedly obtained in the installed liners as substantiated by ASTM D790 testing of
samples from installed liners. Independent third party testing data (by ASTM D790) is
required to substantiate the short-term value used. The short-term value used shall be
identified in the liner design.
Parameter: Tensile Strength Long-term for Design
Requirement: The long-term tensile strength used for design shall be the amount of
short-term tensile strength retained for the design life. The retention factor shall be
derived from long-term testing and be appropriate for stress and stress duration in the
installed liner. Independent third party test data (such as establishing hydrostatic design
basis) is required to substantiate the retention factor used in deriving the long-term
value used in design. When appropriate long-term testing data is not available, the long-

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 8 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

term retention shall be a conservative estimate appropriate for the type of material and
shall not exceed 50%.
The short-term value of tensile strength used shall be the value that will be reliably and
repeatedly obtained in the installed liners as substantiated by ASTM D638 testing of
samples from installed liners. Independent third party testing data (by ASTM D638) is
required to substantiate the short-term value used. The short-term value used shall be
identified in the liner design.

VACUUM

In accordance with the ASTM F1216 design method, vacuum is treated as an external
pressure. For design purpose use of short-term liner flexural modulus is acceptable for
vacuum resistance. Alternately an equivalent vacuum may be used with long-term
flexural modulus that has the same result as specified vacuum using short-term flexural
modulus.

DESIGNS SHALL BE CORRECT FOR FIELD CONDITIONS

The Contractor shall check and determine that actual field conditions for any liner
installation watermain section correspond with the liner design for that installation. The
field conditions to be checked shall include deepest cover over top of the watermain and
live load situation. Where the existing liner design is not appropriate for the field
conditions, the Contractor shall adjust the liner design accordingly and the liner installed
shall meet the requirements of the adjusted design. The adjusted liner design shall be
submitted to the Contract Administrator for review.
Where a liner design previously reviewed by the Contract Administrator is found
needing adjustment due to determined actual field conditions, the Contractor shall
advise the Contract Administrator within 48 hours. Where the adjusted design results in
a thicker liner to be installed, any additional cost involved shall be determined in
accordance with the Contract Unit prices where applicable and if Contract Unit prices
are not applicable, then the additional cost shall be negotiated.
No liner shall be installed that does not meet the requirements for actual field
conditions, including required liner thickness for actual field conditions.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 9 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

MATERIALS AND STANDARD DETAIL DRAWINGS

All materials, and all standard detail drawings incorporated into the proposed water
plant, shall be new and conform to the latest City specifications as referenced in
Standard Tender Documents for Unit Price Contracts "Volume 2, Material Specifications
& Standard Detail Drawings" manual as produced and amended by the City of Ottawa.
See MW-19.15 for approved water distribution products. All materials incorporated into
the the proposed water plant that will come in contact with the potable water supply
shall be NSF/ANSI 61 certified.

STRUCTURAL LINER

The lining shall be cured-in-place-pipe (CIPP) in accordance with the requirements of


ASTM F1216-09, ASTM F1743-08 or ASTM F2019-03(2009) with exceptions made for
where the watermain liner is required to differ specifically from requirements in these
standards.
The liner shall be approved for potable water use and comply with ANSI/NSF 61.
The Contract Administrator reserves the right to accept/reject these certifications. All
materials must be delivered to the site in their appropriate containers that clearly show
that the product has various agencies’ approvals.
The liner shall utilize a thermally cured epoxy type resin where the cure does not rely on
ambient heat for curing. The liner shall be uniformly impregnated with the correct
quantity of resin to produce a cured result that has homogeneous and uniform physical
properties throughout the liner wall that meet or exceed the required physical properties
premised in the liner design. In this context the liner wall does not include the surface
waterproof membrane layer. The correct quantity of resin shall be determined by the
Contractor and be in accordance with the specifications of the liner manufacturer. The
liner shall be provided with sufficient resin to effect the required bonding to the inside
surface of the existing watermain including around the service connections.
The liner shall be capable of remote reinstatement of service connections from within
the interior of the watermain and no further work shall be required to seal or otherwise
connect the service connections for the liner to function for its design life.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 10 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The Contractor shall confirm and record the internal diameters of each watermain
section to be lined by measuring the watermain internal diameters. Measurements shall
be taken for each individual liner installation. The measurement procedure shall depend
on whether the completed liner is intended to have a longitudinal fold or is not intended
to have a longitudinal fold.

LINERS NOT INTENDED TO HAVE A LONGITUDINAL FOLD

At a minimum, internal diameter measurements shall be made at each end of a


watermain section to be lined. Measurements shall be made with a suitably accurate
device (such as inside calipers). Measurement by tape measure is not acceptable. The
internal diameter measurements made by the Contractor shall be recorded on the liner
record sheet and be available to the Contract Administrator for review, if requested. The
Contractor shall immediately notify the Contract Administrator of any step size
discrepancy (such as nominal 300mm instead of nominal 250mm) between any internal
diameter measurement and the diameter identified in the Contract.
The Contractor shall size the liner to be installed based on the watermain section’s
inside diameter that will be in effect when the liner is installed, that is, the post cleaning
and preparation size of the watermain. The Contractor shall be aware that
measurements taken after cleaning and preparation may differ significantly (for the
purpose of liner sizing) from measurements taken before cleaning and preparation.
The liner shall be sized to assure a tight fit to the watermain and the required bonding to
the inside surface of the watermain is achieved in the installation. The liner
manufacturer’s allowance for circumferential expansion of the liner during installation
shall not be exceeded, based on the measurements taken post cleaning and
preparation.

LINERS INTENDED TO HAVE A LONGITUDINAL FOLD

To assure required tight fit and bonding to the watermain inside surface, it is acceptable
that the liner be sized relative to the watermain inside diameter so that there is sufficient
liner material to assure a tight fit throughout the full length of the watermain. This sizing
will typically result in a longitudinal fold along all or part of the length of the installed

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 11 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

liner. The absence of such a fold may be evidence that the liner is not fully in contact
with the inside surface of the watermain.
For this type of liner, measurement of the inside diameter of the watermain shall be
done by a continuous measuring of the pre-lining diameter along the full length of the
watermain section to be lined. This measurement shall be done by using a laser type
measuring tool or other equivalent device with the results of the measurement survey
recorded on the liner record sheet and available to the Contract Administrator for
review, if requested.
The Contractor shall size the liner to be installed based on the watermain section’s
inside diameter that will be in effect when the liner is installed, that is, the post cleaning
and preparation size of the watermain. The Contractor shall be aware that
measurements taken after cleaning and preparation may differ significantly (for the
purpose of liner sizing) from measurements taken before cleaning and preparation.
The liner shall be sized to assure a tight fit at the largest diameter measured in the
section of watermain by the laser measuring tool as well as assuring the required
bonding of the liner to the watermain. At smaller diameters in the section of watermain,
the longitudinal fold is expected to be greater in size than at larger diameter locations.
Comparing the laser profiling of the pre-lining watermain diameter to the completed liner
installation will be used, if necessary, to verify that variations in fold size correspond
with variations in the watermain internal diameter.
Longitudinal fold resulting from liner size versus watermain size shall be acceptable
providing the completed liner meets the requirements for liner fit, finish and properties
as outlined herein. Where the Contractor’s measurements of watermain diameter, in
conjunction with liner size available for installation indicate that the longitudinal fold will
not meet the fit, finish and property requirements (such as due to a larger than typical
variation between largest and smallest inside diameters of the watermain), the
Contractor shall advise the Contract Administrator before installing the liner and the
installation shall only be done with the Contract Administrator’s approval.

CONSTRUCTION

Scope of Work Provided by the City

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 12 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The City shall provide the following services during the construction of the water plant,
unless specified otherwise:

• Inspection of all the work related to the water plant installation, cleaning and
lining;
• Location of existing water service posts.
• List of on/off status of service posts.
• All required valve operations including locking out of perimeter valves where
required.
• All labour for relocations, cappings and connections of existing watermains. The
City shall only supply caps for isolation of the system and the appropriate
transition couplings for connections to the live distribution system unless
otherwise noted in the Contract. The cappings are required to provide a
construction area isolated from the live distribution system. The location and
order of the cappings and connections shall be determined in consultation with
the Contract Administrator.
• Chlorination and flushing of all temporary water supply and watermains prior to
placing them in service.
• Temporary water supply through an approved backflow prevention device. The
City shall provide and install 50mm double check valves. If a larger diameter
backflow device is required, it shall be supplied by the contractor and installed by
City forces;
• All labour, pipe materials and fittings for the installation of service laterals on all
“in-service” watermains;
• Pressure gauges for hydrostatic and leakage tests;
• All labour and materials required for flushing and disinfection of the installed
watermains and water services including the supply and installation of all 50mm
disinfection nozzles on “in-service” watermains to be used with the disinfecting
equipment;
• All repairs to “in-service” water plant unless otherwise directed by the City’s
Contract Administrator. All labour, material and equipment shall be charged to
the Contractor responsible for the damage;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 13 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• Final commissioning inspection prior to expiry of the warranty period of the


constructed water plant.
Scope of Work Provided by the Contractor
The following describes the scope of work for which the Contractor shall be responsible
to fulfill as part of the overall Contract requirements related to the water plant
installation. Unless otherwise specified, no direct or separate payment shall be
considered for these requirements:

• All labour and equipment, which may be necessary to allow for inspection and
checks of the works;
• Excavation, disposal of the excavated material
• Shoring (certified by a Professional Engineer licensed to practice in the Province
of Ontario)
• Backfill and reinstatement;
• All other labour, materials and equipment required to excavate and expose the
existing water plant for all blankings, relocations, connections and the installation
of chlorination nozzles. The required pits shall be excavated to give a minimum
net interior size of 3.0 metres long by more than 2.0 metres wide with a
maximum size of 5.0 meters long by 3.0 meters wide and at least 0.3 m below
the pipe. The Contractor acknowledges that the water plant being located may be
live and pressurized.
• Replacement of all service posts for services connected to the section of
watermain to be structurally lined in advance of the lining operations.
• Disinfection of all materials used for the temporary water supply. The disinfection
of these materials shall be witnessed by the Contract Administrator and the
materials shall be protected from contamination up to and during field installation.
• Swabbing of the temporary water supply following installation and prior to
disinfection by City forces.
• Installation of all 50mm disinfection nozzles on the isolated watermain (where
required - up to 10 nozzles per street) required for the purposes of hydrostatic
testing, leakage testing, disinfection and flushing;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 14 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• Excavation for temporary access to sterilization nozzles and maintain access


until the City's Contract Administrator verifies test results;
• Furnish all the necessary tracing wire installation and testing equipment.
• The Contractor shall provide the Contract Administrator with documentation
verifying continuity testing, including the name of the agency, person who
conducted the test, date, time, clear identification of the section of wire tested,
and any pertinent comments;
• Protection from damage or breakage of all watermains and water service laterals,
which are in service. Utility conflicts shall be exposed by hand excavation or by
hydro excavation;
• Protection from damage or breakage of all other utilities including storm and
sanitary sewer laterals which are in service. Utility conflicts shall be exposed by
hand excavation;
• Completion of the hydrostatic pressure and leakage tests in the presence of the
City's Contract Administrator. The Contractor shall furnish the pump, pipe
connection and all necessary apparatus and nozzles, except gauges, see detail
drawing W34;
• CCTV inspections: Pre-Line, Pre-Insertion Post-Cure
• All connections of the lined sections within the construction area; and
• Filling of the relined watermain from an approved water source, prior to the
chlorination process.
Coordination of Labour, Equipment, or Materials provided by City of Ottawa
Drinking Water Services
The Contractor shall coordinate through the Contract Administrator at least two (2)
business days in advance of commencing construction in order to arrange and schedule
any labour, equipment or materials to be provided by the City of Ottawa Drinking Water
Services. Connections over 5.5m require coordination at least seven (7) business days
in advance. Business day means Monday to Friday, inclusive, between the hours of
7:30 a.m. and 4:00 p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form”


with all relevant information and submit via email to the Contract Administrator.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 15 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

2. Contract Administrator will review the “DWS Construction Scheduling Request


Form” and forward via email to City of Ottawa Water Department Maintenance
Planners at water-booking@ottawa.ca. Contractor will be carbon copied on that
email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form”


and water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request
Form” the scheduled start date and time and send form back to Contract
Administrator via email. Contractor will be carbon copied on that email which
shall serve as confirmation of the scheduled start date and time.

5. Contractor provides applicable labour, material, and equipment at the scheduled


start date and time.

6. Any required changes to the scheduled start date and time must be
communicated to the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners


and public traffic. This may result in work being performed during off peak hours. Any
work performed during off peak hours shall be considered incidental to the installation of
the water plant.

ABANDONMENT OF EXISTING WATER PLANT

The abandonment of the existing water plant shall be performed in accordance with the
procedures outlined in City of Ottawa S.P. F-4411.

WATERMAIN CONSTRUCTION PREPARATION

SYSTEM ISOLATION

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 16 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

All existing watermains shall be isolated from the proposed new watermain construction
by means of a physical separation. This shall be achieved by cutting and capping the
watermain and closing and locking out perimeter valves where appropriate. .
The Contract Administrator shall inform the Contractor in writing when a section of the
waterplant has been isolated as described above.
If a valve is to be replaced as part of the new construction, the replacement shall be
completed at the start of construction as part of the system isolation.

VALVE OPERATION

City forces shall have sole responsibility to operate all valves that are considered part of
the existing water plant. The valves will only be operated under the direction of the
Contract Administrator. The Contractor shall not at any time operate a perimeter valve,
or any other valve or hydrant on the in-service waterplant, nor shall they operate any
hydrant or valve that has been identified as "do not operate" within the designated area
by the City or any hydrant or valve on the temporary system once it has been turned
over for chlorination or has been placed in service.
Once the project limits have been established in the field and the project area has been
isolated, the City shall verify that curb stops can be operated to a closed position.
If curb stops need to be replaced due to a leak, the Contractor is responsible for
excavation and City will make the repair. The Contract Administrator shall maintain a
curb stop status list to monitor the on-off status. This information shall be available on
site at all times.

OVERLAND TEMPORARY WATER SUPPLY, INSTALLATION AND PROTECTION

The Contractor shall supply and install the overland temporary water supply (TWS)
system. Once the TWS has been handed over to the City for disinfection, the
Contractor shall not operate or modify the system.

TWS MATERIALS

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 17 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• All TWS materials shall be NSF/ANSI 61 certified and approved materials per
M.W- 19.15;
• TWS shall be sized to meet domestic supply needs;
• The temporary service connections shall range from 20mm to 50mm braided
hose and all fittings shall be rust free (brass, copper or stainless steel);
• The Contractor shall use "Y" piece fittings for the building connections;
• The Contractor shall chlorinate the TWS pipes and fittings prior to delivery to the
job site. This chlorination shall be done in the presence of the Contract
Administrator. If not, the TWS pipes and fittings will not be accepted on site;
• To prevent contamination, the Contractor shall chlorinate and bag all pipes that
are being stored for future use on the TWS system;
• The Contractor shall store the chlorinated pipes in an enclosed and secured
container; and,
• Every container to be used for chlorine shall be a clean un-used container.

INSTALLATION SCHEDULE

• The Contractor shall note that the TWS may be utilized from mid-April to mid-
October. Any variation from this schedule must be submitted to the Contract
Administrator for approval 30 days in advance. If the City authorizes a variation
from this schedule, the Contractor may be requested to provide winter protection
to the TWS – i.e.: blankets or shallow burying – at no additional cost to the City
for provision, installation, maintenance and removal. The Contractor shall also
have, at all times, and at no extra cost, braided hoses available to be able to
have a service replaced if it freezes;
• Under no circumstances will a TWS be installed if the Contractor is not actively
carrying on the regular construction operations; and,
• The Contractor shall start working on the streets where TWS have been installed,
no later than 48 hours after the system is operational.
• Written notice from the City to all property owners, shall be provided a minimum
of 24 hours prior to any interruption of water service. Work shall be phased to
minimize interruptions to service.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 18 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

INSTALLATION METHOD

• The Contractor shall fill the TWS system with potable water only from an
approved water supply as determined by the Contract Administrator;
• The City will provide a water source for the temporary water supply. A double
check valve shall be installed at every point of connection between the temporary
bypass system and the City's water supply source;
• The Contractor will provide the excavation and shoring for connecting to the City
watermain for supply purposes — hydrants shall not be used to supply the
temporary services or to fill the temporary services;
• The contractor shall install line valves at a maximum spacing of 125 m on the
temporary service system and shall install a minimum of 2 valves at all TEE
connections and 3 valves at all cross connections on the temporary service
system;
• 50mm nozzles shall be installed at each end of the temporary water systems and
other locations, as per the Contract Administrator, for flushing and chlorination;
• The TWS shall be installed with the following protection measures:
o Protection of the TWS will be required at locations such as: road
crossings, sidewalks, driveways and walkways, as directed by the
Contract Administrator.
o Hot mix asphalt shall be used for ramping;
o Asphalt grindings may be used for ramping with the approval of the
Contract Administrator;
• Cones and reflective flagging shall be used in areas of pedestrian and vehicular
traffic as per the Ontario Traffic Manual - Temporary Conditions - Book 7;
• Additional ramping or protection that may be required to accommodate any
special needs of the homeowners, or as identified by the City, shall be at the
Contractor's cost;
• The Contractor shall make a provision for plumbing work (addition of hose bibs,
removal of back water valves) which shall be paid by the City under the
appropriate item;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 19 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• The Contractor will set up sampling stations at the request of the Contract
Administrator (up to 8 sampling stations per 500 meters of temporary pipe). The
exact locations will be proposed by the Contractor and approved by the Contract
Administrator on a TWS plan submitted by the Contractor before the TWS is
installed;
• The TWS shall be swabbed by the Contractor prior to chlorination and
bacteriological testing by the City;
• Service lines shall be connected to the TWS prior to chlorination and
bacteriological testing by the City. The individual temporary services must be
protected at their connection point with the mainline TWS with a backflow
prevention device;
• The Contractor shall install sufficient "bleeders" on the TWS to maintain a
constant flow. The Contract Administrator will approve the number of bleeders
and the Contractor shall add more at its own cost if required;
• The bleeders shall discharge to a sanitary sewer and shall be approved by the
Contract Administrator. All costs associated with this set up are the Contractor's
responsibility;All bleeders must be protected, at their connection point with the
TWS, with a backflow prevention device;
• The TWS shall be chlorinated and tested by the City before the system is put into
service;
• The City will make the connections of the temporary water supply to outdoor taps
or directly to services only after the installed system has been approved and
successfully disinfected; and
• The City shall take regular water quality samples once the system is operational.

OPERATION AND MAINTENANCE

• Once the TWS has been placed in service, all valve operations and modifications
to the system shall be undertaken by or under the supervision of a City Drinking
Water Operator.
• The Contractor shall immediately advise the Contract Administrator of any
interruption or problem with the TWS;

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 20 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• The Contractor shall also advise the City's "Call Center" at 311 of any interruption
in the TWS system.
• The Contractor shall provide all materials required for repair or replacement for
temporary water system (TWS) and provide support for the repairs as directed by
the City;
• The Contractor shall provide a 24 hour contact for repair.
• Should the water supply quality deteriorate during the operation of the TWS, the
City shall direct and supervise the Contractor until such point that the water
supply quality has been rectified to the satisfaction of the City. The Contractor
shall be responsible for all costs associated with the rectification work.

REMOVAL OF TWS

Once the lined watermain has been accepted and placed in service, the individual
services can be reconnected to the main line watermain by City forces. When all
services have been transferred back to the mainline, the Contractor shall request
authorization from the Contract Administrator prior to removing to the TWS.

PREPARATION OF PITS FOR TRENCHLESS CONSTRUCTION

The locations of the access pits are shown on the contract drawings. The Contractor
shall locate those pits on site. No excavation will proceed until the Contract
Administrator verifies and agrees with the location of the pits.
The Contractor shall note that contract drawings are showing pits that shall be placed at
road intersections and changes in direction. All other pits required to install the
structural lining shall be included in the lineal meter price of the structural lining for its
respective diameter. The Contractor can request to delete any pit proposed on the
contract drawings at its own risk. Any consequence - such as failures during any of the
cleaning and lining, stages -would be the Contractor's responsibility and no extra
payment will be made. The Contract Administrator shall approve any changes to the pits
shown on the contract drawings.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 21 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The Contractor shall excavate and adequately shore the excavation in accordance with
the Ontario Occupational Health and Safety Act, to the satisfaction of the Contract
Administrator.
The Contractor shall provide shoring drawings (prepared by a Professional Engineer
licensed to practice in the Province of Ontario). The Contractor shall submit original
copies to the Contract Administrator prior to the commencement of the work and a copy
of the approved drawings must be in the site office and wherever else required by the
Ministry of Labour. The Contractor shall provide fencing around each excavation pit.
This fencing shall be done by using the "Instafence" type fencing with a 3M Linear
Delineation System reflective strip (150mm in width by the length of each panel) on
each "Instafence" panel or approved equivalent. The Contractor shall submit the details
of the fencing that is intended for use on this project. During access to the excavations,
the Contractor shall conform to the safety requirements of Ontario Traffic Manual -
Temporary Conditions — Book 7.
The required pits shall be excavated to give a minimum size of 3.0 metres long by 2.0
metres wide with a maximum size of 5.0 meters long by 3.0 meters wide and at least
0.3 m below the pipe, unless otherwise approved by the Contract Administrator.
To facilitate removal of water from the access hole, a sump should be excavated below
the level of the watermain. Suitable pumps shall be provided to remove water. In
addition to the settling tank for the cleaning process, the Contractor shall supply and
install a sump pit in the receiving hole of the cleaning process. The sump pit shall be
constructed with the following, minimum specifications: 600 mm (wide) x 600 mm (long)
x 600 mm (deep) of clear stone, wrapped with a geotextile material.
The Contractor must supply water tight end caps for each extremity of watermain that is
exposed. Under no circumstances shall a pipe extremity be left without a watertight cap.

WATERMAIN CLEAN AND LINE

CLEANING METHODS

Candidate cleaning methods include water-propelled cleaning devices, cable pulled


scrapers and rack boring. The cleaning method must be chosen based on the nature of

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 22 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

the incrustation or deposit to be removed. The method of cleaning utilized shall be


submitted to the Contract Administrator for approval before the start of the work.
Cleaning operations must remove all tuberculation, deposits and loose or deteriorated
remains of any original coating and other foreign materials from inside the pipe.
The Contractor must select a cleaning technique that will not damage the host pipe wall
or services. If the cleaning equipment causes damage to the host pipe or service
connections, the City reserves the right to have the Contractor replace the damaged
infrastructure at the Contractor's expense.
Suitable precautions must be taken to protect the workers and the public from injury
during the use of the equipment.
The Contractor shall pass the cleaning device through the main as many times as is
necessary and in each direction as necessary to obtain results satisfactory for the
requirements for the lining operation and satisfactory to the Contract Administrator.
The cleaned and prepared surface shall be suitable for CIPP liner installation and its
long-term performance including the necessary bonding of the liner to the watermain
surface. Where any small hard deposit cannot be removed by cleaning and preparation
operations and it is determined that such deposit is of a size and in a location that will
not negatively affect long-term liner performance, then, at the discretion of the Contract
Administrator, lining may be permitted to proceed.
In the event that any service taps protrude too far into the interior of the existing
watermain resulting in interference with required cleaning and preparation, or protrude
to the extent that they will have a negative effect on the liner (including its long-term
performance), the service taps shall be trimmed back to an acceptable protrusion
length. The method of trimming shall not damage the service taps and the method must
be approved by the Contract Administrator.
Cleaning and preparation operations shall be carried out in a manner that will avoid the
application of vertical or horizontal loads on the pipe. Boxes of adequate size with
compartments or other suitable and approved means shall be provided to function as
settling tanks for the retention of solids removed during cleaning, flushing and pumping
operations.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 23 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

On total completion of the cleaning and preparation (including grinding of any service
taps), a pre-line CCTV inspection shall be undertaken.
Contractor shall notify the Contract Administrator if any holes in the watermain are
evident. Contract Administrator will provide instructions to the Contractor prior to
proceeding further.

GRINDING FLUSH OF ABANDONED SERVICE TAPS

Upon review of the pre-line CCTV inspection, service connections that have been
identified as no longer required (abandoned) shall be ground back flush with the inside
surface of the watermain prior to the installation of the CIPP lining and prior to the post
cleaning CCTV inspection. These service connections and their grind-off shall be
identified in the final Contractor report.

SETTLING TANKS

Settling tanks of a suitable size and capacity shall he used to remove a minimum of
85% of the suspended iron oxide solids from the discharge water. Documentation of
third party testing of the settling tank capability shall be provided, if requested by the
Contract Administrator. Discharge of water must be to a sanitary sewer, in accordance
with the City and requirements of the local environmental Authorities. Prior to disposing
of any water generated from the cleaning process into the sanitary sewer, the
Contractor must obtain all the necessary permits. All solid debris shall be removed to an
approved disposal site and not stockpiled on site.
In addition to the settling tank for the cleaning process, the Contractor shall supply and
install a sump pit in the receiving hole of the cleaning process. The sump pump shall be
placed in clear stone and the cleaning water shall be pumped from the sump pit into the
settling tank and be discharged into the sanitary sewer. Under no circumstances shall
the Contractor be permitted to discharge any cleaning water into the storm sewer, or
directly on the road or yards.

PLUNGING AND SWABBING

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 24 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

Prior to the structural lining, the Contractor shall insert a suitable prover/plunger into the
watermain to ensure free passage of the structural liner and complete removal of
residual debris and water.
If the method involves propelling pigs or swabs with compressed air, the Contractor
shall ensure that filters are fitted to the compressor to remove oil and other
contaminants and that they be regularly checked and maintained in working order.
Swabs shall be passed through the pipe until the recovered swab is clean and dry.

PRE-LINE CCTV INSPECTION

The Contractor shall inspect the cleaned watermain, using a full colour pan and tilt
CCTV camera and survey of the entire cleaned length always in the presence of the
Contract Administrator. The Contractor will also provide a copy of the CCTV inspection
to the Contract Administrator, for review, at the end of the day.
The Contractor shall be responsible for providing and operating the equipment. The
CCTV equipment and cables being used shall be completely sterilized before being
placed in the watermain. The use of CCTV or cleaning equipment used for non-potable
uses (i.e. sewer pipe) shall not be allowed at any time.
The CCTV inspection shall not be done at a speed greater than 5 meters/minute and
the operator shall stop and record all service connections using a pan and tilt camera
for at least 5 seconds. The inspection shall not be accepted until the Contract
Administrator has viewed the CCTV survey and the watermain is deemed suitable for
lining. The watermain must be clean, smooth and free from residual or passing water
and debris.
For each inspected pipe section, the Contractor shall record the location (chainage,
street address and clock position) of service laterals. This information must be recorded
on the CCTV video. The Contractor must be in possession of this information at the time
of service lateral reinstatement.
Prior to the installation of the lining material, the Contractor shall install a suitable plug
into the service connection to prevent resin from migrating into the service connection.
The plug and any product used to keep the plug in place shall be FDA and NSF/ANSI

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 25 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

61 approved. The Contractor must be able to demonstrate that this method has been
successfully used on other projects.
During this pre-line CCTV inspection, if a leaking curb stop is detected, the Contractor
shall immediately inform the Contract Administrator. City forces will try to access the
homes for those leaking services reported, to close the meter isolation valve or
disconnect the water meter.. The decision to operate a valve or disconnect a meter will
be solely at the discretion of the City.
Only if the property is not occupied and with authorization from the Contract
Administrator, can the temporary service be disconnected for the lining process.
Otherwise, the Contractor cannot proceed until the leak has been addressed. The cost
of any downtime incurred as a result shall be absorbed by the Contractor and shall be
included in the cleaning and lining price. Extra time will be paid on a time and material
basis ONLY if the leaking curb stop was not able to be disconnected until the following
day of detection and a new set up is needed only to plug the leaking service.
The Contractor must eliminate all infiltration observed during the CCTV survey.
The CCTV inspection will include the survey of any existing vertical bends as well as
chambers, valves and other accessories not indicated on the drawings. The Contractor
shall inform the Contract Administrator of these discrepancies and include them in the
report.
The Contractor shall submit one (1) raw copy of the CCTV survey to the Contract
Administrator within one week of a request from the Contract Administrator of CCTV
survey, and three (3) copies of the pre-lining CCTV survey within two (2) weeks after
completion of the CCTV surveys for the entire project. The CCTV surveys shall not be
acceptable if the metering device on the CCTV equipment is not functional.

PRE-INSERTION CCTV INSPECTION

A pre-insertion CCTV inspection must be done, in addition to the pre-lining inspection,


just before liner installation and in the presence of the Contract Administrator. The
Contractor is not required to provide a report for this inspection.

LINER INSPECTION BEFORE RESIN IMPREGNATION

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 26 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The Contractor must visually inspect and vacuum test the liner before resin
impregnation in order to locate all defects. The Contractor must also validate that the
length of liner is sufficient for the pipe section to be rehabilitated.
Once the liner has been properly checked, it must be identified (date, length, pipe
section ID, etc.). The Contractor must make the liner available to the Contract
Administrator for visual inspection of the material, if required.
Non-compliant liners must me marked in red and removed from the batch in order to
ensure that they are not installed at a later date.

INSTALLATION OF THE STRUCTURAL LINER

The Contractor must respect the technical parameters and tolerances described in the
work documents provided after the contract was awarded. Relevant information must be
recorded on a suitable Lining Record Sheet and provided in a report to the Contract
Administrator.
The installation of the structural liner shall be done according to ASTM F1216 and
ASTM F1743 standards.
Once lining is complete, the Contractor shall cap and seal the watermain using suitable
watertight end caps.
Every precaution shall be taken by the Contractor to avoid damage to the lining. Should
lining damage occur as a direct result of the Contractor's operations at any time, the
damage shall be corrected at the Contractor's expense and any excavation required
shall be done to the satisfaction of the City and under the Contractor's expense.

PULL-IN-PLACE METHOD

Rollers must be used to ensure that the resin is uniformly distributed within the liner and
that the liner is devoid of air.
The use of lubrication is not permitted.
The liner must be pulled in place using a mechanical winch. The winch must be
securely anchored in place and be able to withstand the loads of pulling the liner (weight

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 27 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

of the impregnated liner, friction, etc.). The speed of insertion must be controlled and
uniform.
A gauge indicating the tension exerted on the liner must be visible throughout the
insertion process. The tension exerted, must not be superior to the limits indicated by
the manufacturer. Tension reading must be done continuously. The gauge must be
calibrated before each contract and the Contractor must be able to prove to the
Contract Administrator that the readings are accurate. Gauges that are defective must
be replaced and cannot be re-used under any circumstance.
During the liner insertion process, the Contractor must prevent the liner from rubbing
against any surface, using equipment such as a pulley, in order to prevent loss of resin
or contamination. At the very least, a device must be present at the refrigeration truck
exit, at the entrance to the pipe and at the top of the exit pit.

INVERSION METHOD

Insertion of the liner using an inversion process must be in accordance with article 7.4
of the ASTM F1216 standard.

RESIN PREPARATION

No other products other than the hardener can be added to the resin mix.
The resin must be prepared in sufficient quantities to fill all voids present in the liner
fabric with a sufficient surplus to take into account curing shrinkage and host pipe
surface irregularities.

PRE CURE LINER INSPECTION

After the liner has been inserted into the host pipe using one of the installation methods
listed above, the liner must once again be measured to determine its elongation. The
maximum acceptable longitudinal elongation is 5%. All liners whose longitudinal
elongation is superior to 5% must be removed and cannot be used for other
installations.

CURING AND COOLING

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 28 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The Contractor must respect the technical parameters and tolerances described in the
work documents provided after the contract was awarded. Relevant information must be
recorded on a suitable Lining Record Sheet and provided in a report to the Contract
Administrator.
After the liner has been inserted into the host pipe, the Contractor must install the
necessary equipment, with sufficient capacity, to uniformly increase the water or vapor
temperature in order for the curing process to take place. The thermal cycle is a function
of the resin and hardener used. Heating must be done according to the manufacturer’s
recommendations.
The Contractor must ensure that the pressure applied in the liner during the curing
process corresponds to the manufacturer’s recommendations. A pressure reading must
be recorded at least every 30 minutes.
The Contractor must ensure that the liner cooling period is progressive to avoid thermal
shocks.

POST CURE LINING INSPECTION

On completion of the specified cure period for the structural lining, the Contractor shall
inspect the ends of the pipe for any damage. Full details of each lining length and
critical aspects of the lining quality shall be recorded on a suitable Lining Record Sheet,
and a copy shall be made available to the Contract Administrator.
All lining defects including incorrect application and faults in the curing of the material
shall be corrected, at the Contractor's expense, before return to service. The City can
request additional testing and/or sampling. Any additional testing and/or sampling
requested will be paid for by the City.

POST CURE CCTV INSPECTION

A full colour pan and tilt CCTV inspection of the watermain shall he carried out after the
full reinstatement of the service connections, as part of the post cure inspection. The
Contract Administrator shall be notified of such inspection so it can be present. If the
Contract Administrator is not notified, the City can request the Contractor to repeat the

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 29 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

CCTV inspection at no extra cost to the City. If the liner is not clean and clear prior to
the CCTV inspection, the Contractor will be required to clean the pipe at its cost. No
CCTV work will be accepted if there is more than 5% of water in the pipe and if the pipe
surface is dirty or improperly lit.
All CCTV survey equipment required including video-recording equipment shall be
provided and operated by the Contractor. The Contractor shall conduct a colour CCTV
survey of every lining length at a speed of advancement not greater than 5
meters/minute and must stop and record each service connection reinstatement with a
pan and tilt camera for at least 5 seconds.
The camera equipment and the cable shall be doused with an approved chlorine based
product prior to the insertion into the watermain. This step shall be repeated for every
section that is to be inspected. This is done to keep the equipment clean and operating
in such a manner as to prevent any contamination of the watermains during use.
Experienced personnel shall operate the equipment in such a manner as to allow the
Contract Administrator to obtain a clear picture of the state of the pipe work at all times
during draw-through.
The equipment shall provide a full colour picture using DVD recording/replay facilities
complete with slow motion or frame-by-frame replay. The Contractor shall make a
colour recording of every relined length and this shall be labelled with full location
details and the date and time of relining.
The Contractor shall submit one (1) raw copy of the post lining CCTV surveys on DVD
to the Contract Administrator within one week of a request from the Contract
Administrator, and three (3) copies of the post cleaning CCTV survey in DVD
recording/replay facilities format within two (2) weeks after completion of the CCTV
surveys for the entire project. The CCTV surveys shall not be acceptable if the metering
device on the CCTV equipment is not functional.

PRESSURE TEST AND LEAKAGE TESTING OF LINED WATERMAIN

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 30 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The lined watermain shall be pressure tested before the reinstatement of the service
connections. The test pressure shall be completed at 150 psi with all requirements as
per F-4491.
The Contractor shall complete a leakage test of the completed installation following
reinstatement of all service connections, valves, hydrants and new watermain
installations at all pits and hydrant locations, but before final connections to the live
water distribution system by City forces. The purpose of the leakage test is to verify that
there are no leaks in the various closure pieces used to close up lined sections of
watermain and that there are no leaks in any new hydrant leads or other new
construction incorporated with the watermain lining.
The leakage test shall be completed at a pressure 5 psi below the pressure of the
temporary water supply and shall meet the requirements specified in ASTM F1216.
Where a leak is discovered, the Contractor shall repair the leak to the satisfaction of the
Contract Administrator and in accordance with the City of Ottawa’s Standard Tender
Documents.

REINSTATEMENT OF SERVICE CONNECTIONS

The water service connections shall be reinstated from inside of the lined pipe, using a
mechanical robot equipped with a camera and activated by an operator using a remote
control and television unit. The robot shall be equipped with a drilling tool that allows
the operator to drill a hole in the liner at the precise location of the connection. The
service connection shall be opened to the full pre-existing flow opening size, including
the removal of any resin slugging in or up the service connection that will impede flow.
The Contractor will be fully responsible to locate and successfully reinstate each
existing service connection, without damaging the lining. Any damage to the service
connection or the lining caused by the reinstatement process will require immediate
corrective action by the Contractor. Such corrective action shall be outlined to the
Contract Administrator for approval prior to any action being taken.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 31 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

If the Contractor is unable to reinstate a service connection from the inside, a suitable
excavation will be required to access the main stop and to disconnect the existing
copper or pex pipe and reconnect the copper or pex piping with approved fittings.
If the Contractor is unable to effectively reconnect the service connection to the
Contract Administrator’s satisfaction, the Contractor shall be required to re-tap the
watermain in accordance with the City’s standards.
The Contractor shall maintain a record of all services which could not be reinstated from
inside the lined watermain and make this record available to the Contract Administrator
upon request. This record shall include, at a minimum the municipal address, reason
why reinstatement could not be achieved from inside the watermain and size of service.

CLEARING OF OBSTRUCTION IN WATER SERVICES

Should any services be partially or fully obstructed due to the ingress of liner resin or
other foreign materials it shall be the Contractor's responsibility to remove such
obstructions in a manner approved by the Contract Administrator.
Where an excavation of a water service is required and not caused by the negligence of
the Contractor, payment will be made at the unit price under the applicable tender item.
Payment by the City to clear water services plugged or obstructed with liner resin by
excavating and clearing blockage via main stop shall be limited to 6% of the total
number of properties within the project limit. The Contractor should take precaution to
minimize the number of plugged services that need to be cleared.

SEALING OF PIPE ENDS

At the extremity of each lined pipe section and at any location where the lined pipe is
cut and replaced, when requested by the Contract Administrator, the Contractor must
apply an NSF/ANSI 61 approved product or material to prevent the potable water from
infiltrating between the liner and the host pipe.

WATERMAIN RECOMMISSIONING

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 32 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

Upon completion of the lining operation and all internal connections, the Contractor shall
thoroughly flush all new watermain sections, hydrant leads and service laterals, at an
adequate flow velocity and quantity to remove any foreign debris. A flow velocity of at
least 0.8m/s to 1.0m/s should be maintained long enough to allow for a minimum of two
complete changes of water and for the water to run visibly clear.
The service laterals shall be back-flushed by the Contractor to remove any debris which
may have entered into the service piping as a result of the cleaning and lining process.
This shall be completed by the Contractor by opening the curb stop to allow sufficient
water to flow from the temporary service (house connection) back into the newly lined
pipe. The watermain pipe shall then be flushed to expel this debris from the pipe.
All water must be flushed to the sanitary sewer and in accordance with the discharge
permit.
The Contractor shall fill the relined watermain, hydrant leads and service laterals from
an approved water source, prior to the chlorination process. The City will be responsible
for the disinfection and the final flushing of all watermains prior to returning them into
service, in accordance with the procedures outlined in City of Ottawa S.P. F-4491.

WATERMAIN RECONNECTION

City forces will connect the relined watermain to the live water distribution system only
after the relined watermain has been chlorinated in accordance with the requirements in
F-4491 and AWWA Standard C-651. City forces will also reconnect those meters that
were removed prior to the lining process.
The Contractor will be responsible for the complete removal of the temporary services.
The Contractor will not remove the temporary water services until such authorization is
received from the Contract Administrator.

CURB STOP REPLACEMENT

At the Contract Administrator's discretion, and as part of the contract items, the
Contractor shall totally replace the curb stops indicated by the Contractor Administrator.

WATERMAIN INSTALLATION BY OPEN CUT INCLUDING ALL APPURTENANCES

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 33 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

When sections of watermains are to be installed by open cut inside the lining pits, the
installation shall be in accordance with City Standard F-4411.

EXCAVATION AND REPLACEMENT OF VERTICAL BENDS

If the Contractor cannot line through a series of vertical bends, the vertical bends and
pipe between the bends shall be replaced with a new watermain and connect to the
lined main or existing watermain as per contract drawings. The Contractor shall
communicate this situation to the Contract Administration as soon as it is detected.

GATE VALVES AND VALVE BOXES

When gate valves and valve boxes are to be installed, they shall be in accordance with
City Standards F-4411 and F-4413, including cathodic protection, excavation and
backfilling. This includes new valves in entrance pits for trenchless construction or new
valves installed on relined sections of watermains, as shown on the Contract drawings.
The existing valves shall be delivered to the City yard at 951 Clyde Avenue at no cost to
the City.

FIRE HYDRANTS

The contract may include new fire hydrants, fire hydrants to be replaced and fire
hydrants to be removed. This work shall be undertaken in accordance with City
Standard F-4414.
If during construction, when a fire hydrant is replaced or excavated around, the
Contractor breaks the connecting wires of a test station or anode bank, it shall reinstall
that connection as per the detail drawings, at no additional cost.
When a fire hydrant is installed, the Contractor shall connect the hydrant lateral tee to
the host pipe using couplings.
When a fire hydrant is to be removed, the Contractor shall close the existing hydrant
valve, remove the valve box to at least 0.6 metres below the ground level, remove the
hydrant and the hydrant barrel to at least 0.6 metres below the ground level, fill the
hydrant barrel with stone dust and install a waterproof ductile iron cap on the top of the

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 34 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

hydrant barrel once it is filled and reinstate the affected area to the original conditions. If
in any case during the removal of an existing fire hydrant, the homeowner's laneway is
disturbed, the entire laneway will be reinstated at the Contractor's expense.
The removed fire hydrants and valves shall be delivered to the City yard at 951 Clyde
Avenue at no cost to the City.

ADDITIONAL CCTV INSPECTION

The Contract Administrator may require additional pre or post line CCTV inspection. All
CCTV survey shall be conducted as specified under "Pre-line CCTV inspection" and/or
“Pre-insertion CCTV Inspection” and/or "Post Cure CCTV inspection".
This item will be used at the discretion of the Contract Administrator for any of the
streets identified in the contract documents and will not replace any CCTV work
specified in other items in the contract.

SITE RESTORATION

After the work is completed, the Contractor must restore the site (sidewalks, fences,
grass, etc.) to its original state or better.

QUALITY ASSURANCE

For each relined pipe, the Contractor report must include the following items in the final
report within 10 days of lining:

• Results of tests required in the specification;


• CCTV inspection report pre-ling and post-lining;
• Liner design conformity report submitted by a Professional Engineer licensed to
practice in the Province of Ontario;
• Lining Record Sheet;
• Internal host pipe diameter measurement and liner thickness;
• Pipe length measurement;
• Lined pipe length;
• Liner, epoxy and hardener information (lot numbers, expiry dates);

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 35 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

• Quantity of resin and hardener used;


• Time, temperature and pressure of curing;
• Location of service laterals;
• Liner sampling locations, results and calculations; and,
• As built drawings.
As-built drawings shall be provided which shall include the rehabilitated pipe lengths,
the location of installed and abandoned valves, the location of service laterals, the
location and length of replaced pipe sections and all other changes recorded or other
works located during the project.

LINER SAMPLING AND TESTING

The Contractor must proceed with all relevant quality control procedures required in this
specification.

LINER THICKNESS AND INTERIOR DIAMETER

Once the liner has cured, its thickness must be uniform throughout its length and the
color must allow for light to be reflected, in order for the CCTV inspection to be
performed.
The internal diameter of the rehabilitated pipe must not be inferior to 90% of the host
pipe diameter. It is the responsibility of the City to calculate the hydraulic capacity of the
rehabilitated pipe and consequently, the required internal diameter.

LABORATORY TESTING AND LINER SAMPLING

Samples must be taken after lining is completed, in order to verify that the technical
requirements specified in the tender have been met.
For each rehabilitated pipe diameter, the Contractor must collect two (2) samples. When
the length of pipe rehabilitated for a certain diameter exceeds 500m, two (2) more
samples must be taken for each additional 500m in length. The Contract shall note that
one of the samples may include a service.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 36 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

The liner sampling method must be presented by the Contractor with his submission.
Samples must be taken from a 300mm length extension of the installed liner. Samples
must be representative of the actual lining conditions presented by the host pipe.
The first sample is submitted to the City immediately following curing. The second
sample must be submitted to a certified laboratory chosen by the Contract
Administrator, to be tested for:

• Flexural Strength (short term) (ASTM D790 standard): the minimum acceptable
value is 31 MPa [4 500 psi];
• Flexural Modulus of elasticity (short term): secant modulus of 1% (ASTM D790
standard); the minimum acceptable value is 1724 MPa [250 000 psi];
o The external surface of the sample (surface of the liner that touches the
host pipe after installation) must be placed on the opposite side of the
supports;
o The support span length vs the depth of beam must have a 16 to 1 ratio;
o Procedure B must be used with a rate of straining of 0.1 mm/mm/min;
o For design purposes, the thickness of the internal liner membrane must be
subtracted from the total thickness;
• Tensile resistance (short term) (ASTM D638 Standard): the minimum acceptable
value is 21 MPa [3 000 psi]; and,
• Liner thickness (ASTM D5813 Standard).
Laboratory testing performed on the second sample shall be included in the linear meter
cost item for the structural liner. The Contractor must provide the Contract Administrator
with a report, signed by a Professional Engineer licensed to practice in the Province of
Ontario, showing that calculations using the laboratory results obtained from the field
collected liner samples, conform to the ASTM F1216 standard.
Each sample must be labeled as follows: name of street, number of pipe section lined,
date (YYMMDD).
Laboratory results must be transmitted to the Contract Administrator within five days,
following the sample collection date agreed to between the Contract Administrator and
the Contractor.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 37 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

If laboratory results do not respect the specifications listed in this tender, other samples
must be taken and analyzed at the Contractor’s expense. If the results of these samples
are still not compliant, the work must be corrected or redone at the Contractor’s
expense.

MEASURMENT FOR PAYMENT

Payment at the contract Lump Sum Price for the item "Clean and Line Temporary
Services – Supply, Install and Protect” shall be based upon the following schedule:
a) 45% once all the house connections have been transferred to the TWS;
b) 40% pro-rated into equal payments over the months that the TWS is in
service; and
c) 15% once the TWS is removed from the project and the site has been
restored to its original condition or better.
This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.
Payment for the item “Access Pit for Watermain Lining” shall be measured by each
entrance and exit pit required as identified on the drawings. The item shall include the
excavation and disposal of the excavated material, approved shoring of the excavation,
backfilling with Granular 'A' material, and the complete reinstatement of the pits and
restoration of the site to its original condition or better. Excavation, backfilling and
reinstatement shall be in accordance with the City Standard or as specified. The cost of
all other access pits (with the exception of vertical bends or other unknown obstructions)
required by the Contractor to install the structural liner, and not shown on the contract
drawings, shall be included in the linear meter item for the structural liner.
Payment for the item(s) “Watermain Clean and Line”, with the applicable pipe
diameter(s), shall be measured by the meter of lined watermain. This price shall also
include any other necessary pit that is not shown on the contract drawings, including
backfilling, compaction according to City Standards and complete reinstatement to
existing conditions. It shall also include the pre and post-lining CCTV surveys, including
all the labour, equipment and material required to properly clean and survey any
existing vertical bends, pressure tests, liner sampling, robotic reinstatement of the

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 38 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

service connections, sealing of line ends, correction of all lining defects including
incorrect application and faults in the curing of the material and full reinstatement, for
each lined section. The price also includes any costs for all the necessary permits for
the disposal of any cleaning water and excess debris generated from the cleaning
process as well as all deliverables.
Payment for the item “Connection to Existing Watermains” shall be measured by each
connection required to the existing pubic watermain network and shall include the
excavation and installation of 45-degrees bends that may be required to replace existing
90-degree bends, the supply and installation of the appropriate number of 32-pound
magnesium anodes in each connection pit, restoration of the site to original conditions
and deliverables, as per the contract drawings and City Standards. All reconnections to
existing watermains shall be included under this item and shall be made using a
coupling.
Any other watermain to be installed by open cut in a different location from the lining pits
will be installed according to City Standard F-4411 and F-4419 and will be paid under a
different item. Payment will be at the Contract price(s) for the applicable tender item(s),
and shall be full compensation for all labour, equipment and material to do the work. It
shall include all labour, material and equipment required to complete the work in
accordance with the City Standards and to the satisfaction of the Contract
Administrator. The unit price shall also include complete restoration of the excavation
and backfill shall include all necessary restoration including saw cuts of existing
concrete work, keying of asphalt, granular material, full pavement and concrete work
restoration to match the existing profiles and deliverables.
Replaced service posts and/or curb stops shall be paid under the applicable items and
shall be measured by each service post or curb stop replaced. The unit price submitted
for this item shall also include excavation and disposal of the excavated material,
shoring of the excavation, backfilling and the complete reinstatement of the excavation
and site conditions. The backfilling and reinstatement shall be all according to the City
Standards. It will also include the removal of the existing service posts and/or curb stops
and the supply and installation of new ones as well as all deliverables.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 39 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

Payment for the item “Excavation and Replacement of Vertical Bends” shall be
measured by each excavation and replacement of vertical bends required and shall
include excavation and disposal of the excavated material, shoring of the excavation,
backfilling using granular `A' material and the complete reinstatement of the excavation.
The backfilling and reinstatement shall be all according to the City Standards. The
Contractor must use a coupling at every point of reconnection with the watermain. If
existing valves and valve boxes or valve chambers are to be replaced and/or to be
removed, the price will include the removal of the existing valves and valve boxes or
valve chambers and all its appurtenances and the supply and installation of a new valve
and valve box including cathodic protection, excavation and backfilling per City of
Ottawa S.P. F-4411 and complete reinstatement. It shall also include removal of the
frame and cover and/or valve box, removal of the chamber and deliverables.
Payment for the item “Hydrant, W19” shall be measured by each hydrant installed or
replaced. The unit price shall also include all the materials specified on the approved
City drawings and shall be measured for payment in accordance with City Standard F-
4411. This unit price shall include the supply and installation of the hydrant, valve and
valve box, tee, any necessary bends, insulation, couplings and cathodic protection,
complete with excavation, thrust blocks, clear stone, retaining / restraining, glands,
backfilling as per City Standard F-4411. If fire hydrants are to be replaced and or
abandoned the price shall also include the removal of the existing hydrant and all its
appurtenances, the supply and installation of the new hydrant, including valve and valve
box, tee, bends, insulation, couplings and cathodic protection It will also include
excavation, thrust blocks, clear stone, retaining / restraining glands, suitable caps and
backfilling as per City Standards, complete reinstatement of the site, including the
installation of any existing Cathodic Protection Test Stations and deliverables.
Payment for the item “150mm Hydrant Lateral, DI, CL 52 or PVC CL 150, DR18
Including Reinstatement” shall be measured on a per meter basis, from the center of the
tee connection at the watermain to the center of the hydrant in accordance with F-4412
“Watermain Pipe”. The unit price shall be full compensation for pipe including the earth
excavation, installation, concrete thrust block, retaining/retraining glands, cathodic
protection, backfilling and reinstatement unless otherwise noted.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4451
Date: March 2016
Page: 40 of 40
WATERMAIN CLEANING AND STRUCTURAL LINING

Payment for the item “Additional CCTV Inspection for Watermain Lining” shall be
measured by the hour of additional CCTV. This item shall only be used at the request
of the Contract Administrator. The price will also include all deliverables.

BASIS OF PAYMENT

Payment at the contract prices for the applicable tender items shall be full compensation
for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4451 - February 2016


S.P. No: F-4491
Date: March 2017
Page 1 of 11
COMMISSIONING OF WATERMAINS
Amendments to F-4411
F-4411 Watermain Construction by Open Cut shall apply except as may be
amended or extended herein.

Scope
This Special Provision covers the requirements for commissioning of watermains.

References
Standard Procedures for Disinfection and Flushing

 MOE Procedure for Disinfection of Drinking Water in Ontario (latest revision);


 AWWA C651 - Standard for Disinfecting Watermains (latest revision);

Submission and Design Requirements


Commissioning Procedures: Swabbing and Hydrostatic Leakage Test
The Contractor shall provide written commissioning procedures that clearly describe the
labour, materials and equipment necessary to implement and complete the swabbing
and the hydrostatic and leakage test operations described herein. These procedures
must be submitted for review at least two (2) weeks prior to the swabbing operation.
Commissioning shall not proceed without the submission and review by the City’s
Contract Administrator.

The swabbing procedure shall clearly stipulate the swabbing materials and equipment
for launching, propelling, and retrieving the swabs, labour, water supply requirements,
location of launch and exit points, overall swabbing sequence, water discharge
treatment methods and any other pertinent information. The swabbing procedure shall
include a sketch, including the individual swabbing operation phases, and the launch
and retrieval locations.

The hydrostatic and leakage test procedure shall include the project phasing and a
sketch, which includes the size, type and length of watermain to be tested, location of
valves and hydrants, and location of all disinfection nozzles.

Confirmation of the Hydrostatic and Leakage Test


The results of the hydrostatic and leakage test shall be submitted and certified by the
Contract Administrator that witnessed the test. The test results shall include a complete
list of the installed watermain pipe, material, length, valves and hydrants, including the
pressure, duration, and amount of leakage.

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 2 of 11
COMMISSIONING OF WATERMAINS

Request for Disinfection and Sample


In support of the Request for Disinfection and Sample a copy of the certified hydrostatic
and leakage tests results shall be submitted to Drinking Water Services. The Request
for Disinfection and Sample shall include a sketch detailing the size, type, and length of
watermain to be disinfected, location of valves and hydrants, and all disinfection
nozzles.

Construction
Commissioning of Water Plant
Following installation of the water plant, the commissioning operation shall be
completed in accordance with AWWA C651 Standard for Disinfecting Watermains. The
commissioning operation shall consist of the following sequence:

1. Hydrostatic and Leakage Test, Swabbing and Initial Flushing


2. Disinfection
3. Final Flushing
4. Bacteriological testing

The exact sequencing of the Hydrostatic and Leakage Test, and Swabbing and Initial
Flushing, is at the discretion of the Contractor.

General
Only clean and potable water shall be used for all commissioning operations. This
includes make-up water for the pressure test as well as a disinfected container for the
make-up water and hydrostatic testing machine

Under no circumstances shall air pressure testing be allowed for hydrostatic and
leakage testing.

Water required to fill the new main for hydrostatic pressure and leakage testing shall be
supplied through a temporary water connection between the distribution system and the
new main. The temporary connection shall include a Contractor-supplied backflow
prevention device consistent with CSA-B64.10.1-11.

The location of the backflow prevention device shall be no more than 5.5 m from the
connection point.

All materials upstream of the backflow preventer shall conform to latest City
specifications as referenced in “VOLUME NO. 2, MATERIAL SPECIFICATIONS &
STANDARD DETAIL DRAWINGS” manual as produced and amended by the City of
Ottawa.

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 3 of 11
COMMISSIONING OF WATERMAINS

As required by CSA-B64.10.1-11 the device will be field tested upon each installation.
The test results shall be reported on the CSA form appropriate to the type of backflow
preventer and procedure. The Contractor shall submit the test result form to the
Contract Administrator prior to using any temporary service for swabbing and
hydrostatic pressure and leakage testing.

In order to maintain the disinfection integrity of the in-service distribution system, the
Contractor shall clean or wipe any dirt or debris from the interior surface of any hosing,
filler pieces, fittings, couplings and backflow preventers included in the temporary
connection. The Contractor shall spray disinfect the temporary connection with a 6%
solution of fresh sodium hypochlorite to disinfect the interior service of the temporary
connection prior to installation. After installation, the complete assembly will be flushed
until the chlorine residual is equal to the source water. The Contractor is required to
provide the Contract Administrator with written confirmation that the temporary
connection has been properly disinfected.

If the backflow prevention device is removed for any reason, it will need to be reinstalled
and re-tested per above

The temporary connection shall be disconnected (physically separated) from the new
main during the hydrostatic pressure test.

After successful completion of the hydrostatic pressure test, water required to fill the
new main for disinfection and flushing shall be supplied through a temporary connection
between the distribution system and the new main. This temporary connection shall
include a backflow prevention device and shall be supplied and installed by the City.

New watermain shall be less than 5.5 m from the in-service watermain to be connected
to and in the same line. Any changes to alignment or elevation need to be done on the
new watermain by the contractor prior to swabbing or pressure testing unless otherwise
approved by the Contract Administrator.

Disinfection Nozzles
For the purpose of hydrostatic testing, leakage testing, disinfection and flushing, the
size of the nozzles provided shall be:

For watermains and services up to 406mm: 50 mm nozzles will be installed.

For pipes greater than 406 mm: 150 mm air release valves and/or drain
valves

The nozzles shall be installed in accordance with standard detail drawing W46 at the
following locations:

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 4 of 11
COMMISSIONING OF WATERMAINS

 at the end of all dead end watermains and stub watermains;


 before and after all valves within a chamber;
 at the beginning and end of the length of watermain being chlorinated; and
 at any other location as directed by the Contract Administrator.

The following table indicates the flow rate and number of nozzles or hydrant outlets
required to flush pipelines:

Flow Required to
# of 50mm Number of
Pipe Diameter produce 0.76 m/sec
Nozzles Hydrant Outlets
Velocity in Main
mm L/sec
102 6.3 1 1
152 12.6 1 1
203 25.2 1 1
254 37.9 2 1
305 56.8 2 2
406 100.9 4 2
Watermain Preparation
The main shall be slowly filled at a flow velocity of 0.3 m/s to 0.6 m/s to prevent air
entrapment. Any remaining air should be expelled through air valves, hydrants, dead
end nozzles, and corporation stops located at high points.

Concrete pressure pipe shall remain filled under low pressure for a period of at least 24
hrs prior to testing. This will allow proper saturation of the concrete pipe walls.

Swabbing & Initial Flushing


General
Unless otherwise approved by the Contract Administrator, all new watermain sections
100-300 mm in diameter, which are 5.5 m or longer, shall be cleaned by the swabbing
operation in a sequence described herein.

“Private” watermains that have two or more connections (“looped”) to a public


watermain shall be cleaned by the swabbing operation described herein. Swabbing is
recommended for all other watermains and services that are deemed “Private” or
“Plumbing.” As a minimum they shall be flushed at a flow velocity of at least 0.91m/s to
ensure the removal of any foreign debris and for the discharge water to run clear.

The extent of the swabbing operation shall apply to any and all lateral stub watermains,
services connections, and any hydrant leads, that are 5.5 m or longer and have been

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 5 of 11
COMMISSIONING OF WATERMAINS

installed as part of the new watermain section being commissioned.

Watermain sections less than 5.5 m shall be manually cleaned to the satisfaction of the
Contract Administrator and flushed at a flow velocity adequate to remove any foreign
debris and for the discharge water to run clear.

Watermains 406 mm and larger in diameter shall be cleaned by flushing only unless
otherwise specified in the Contract. A flow velocity of at least 0.91 m/s should be
maintained long enough to allow for a minimum of two complete changes of water and
for the water to run clear.

Swabbing
Permission to proceed shall not relieve the Contractor of total responsibility for the
swabbing operation. All swabbing must be done in the presence of a City Contract
Administrator.

Only new swabs manufactured of flexible open cell polyurethane foam made for soft
wiping applications shall be used. The swab shall be of one piece construction with a
cone shaped leading edge and a density ranging from 32 kg/m3 to 128 kg/m3, sized a
minimum of 51 mm larger than the nominal pipe diameter and with a minimum length of
one and one half (1.5) times its diameter. Swab may have a rotating patterned surface.
Swabs shall be launched into the new watermain at hydrants, or at special entry
sections installed by the Contractor utilizing an appropriate swab launcher facility.

Where possible, the swab shall travel from a low elevation launch location to a high
elevation discharge location to provide better control over the swab speed.

Swabs shall be propelled with potable water at an adequate pressure to achieve a flow
velocity of 0.76m/s. The Contractor shall provide the necessary equipment to achieve
the required flow rate:

Pipe Diameter Flow (Pump) Rate


Mm L/min
100 358
150 806
200 1433
250 2238
300 3223

The Contractor shall not rely on the City’s water supply to achieve the required flow
rate. The Contractor shall consider additional storage or shorter swabbing lengths

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 6 of 11
COMMISSIONING OF WATERMAINS

instead.

The Contractor shall provide all piping complete with a valve at the discharge point to
provide controlled discharge of the water used in the swabbing operation. Additional
outlet connections will be at the Contractors expense. Swabs shall be retrieved from
the watermain utilizing swab catcher outlet connections.

All new watermains sections to be cleaned by swabbing shall use a minimum of four
swabs per section. The swabs should be marked and must be inspected by the
Contract Administrator after the swabbing operation is complete.

The Contractor shall first launch and retrieve a single swab to prove the direction of flow
and pipeline integrity. The remaining swabs can then be launched independently until
the discharge water runs clear within one (1) minute of the last swab exiting the
discharge point.

The Contractor shall repeat the swabbing procedure as often as required to achieve the
required result, at no additional cost to the City or Owner.

The watermain shall be flushed until the water is clear of swab material and all pieces of
the swab are to be accounted for. Valves shall then be closed very slowly to prevent
surges.

Initial Flushing
The Contractor shall thoroughly flush all new watermain sections, hydrant leads and
service laterals for sufficient duration at an adequate velocity to remove any foreign
debris and for the discharge water to run clear.

Discharge water from the cleaning operation shall be directed to an acceptable outlet in
a manner that strictly meets the requirements of all applicable acts, legislation and
regulations.

Hydrostatic and Leakage Testing


Once the watermain has been filled with water, the Contractor may begin to increase
the pressure. Once the pressure has been increased to the proper testing level, it is
recommended to allow the watermain pressure to stabilize before starting the actual
test. Fluctuations in the pressure reading may indicate the presence of trapped air
pockets, which will affect the test results and should be expelled.

Hydrostatic pressure and leakage tests shall be performed after the trench has been
properly backfilled but before placement of any permanent reinstatement. Where
concrete thrust blocks have been cast in place, seven (7) days should have passed to
allow an initial setting time for the concrete, before commencement of any tests.

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 7 of 11
COMMISSIONING OF WATERMAINS

All temporary pipe and fittings installed for the purpose of swab entry, exit and launching
shall be removed and end caps shall be installed and properly restrained before the
hydrostatic and leakage test can be undertaken; the allowable exception is that the
Contractor may leave the swab launcher in place during the hydrostatic and leakage
testing, provided that it is constructed in accordance with standard detail drawing W34.1
Swab Stack.

All watermains 5.5 m and longer shall be tested for hydrostatic pressure and leakage in
the presence of the Contract Administrator. The measured length shall include any
portion of installed watermain beyond an isolation valve or any stub watermain installed
for future connections.

Testing against a closed valve that is used to isolate the “in-service water plant” from
the new watermain shall not be permitted.

All new watermains must be installed, tested, and commissioned as a continuous length
unless otherwise approved by the Contract Administrator

Valves 406mm or larger in size shall be tested in both the open and closed position and
shall be included in the hydrostatic test.

All hydrants shall be tested with the valve located at the hydrant base in both the open
and closed position and shall be included in the hydrostatic test. With the valve open in
the open position, the hydrant shall first be filled and inspected for leakage under the
test pressure. The hydrant valve shall then be closed and inspected to verify that there
is no leak through and that the hydrant barrel is properly draining.

The duration of the tests shall be a minimum of two (2) hours or longer if so directed by
the Contract Administrator.

All exposed pipe, fittings, valves, and hydrants shall be carefully examined before and
during the test for visible leaks. The Contractor shall repair any damaged or defective
pipe, fittings, valves, or hydrants discovered as a result of the pressure test and the test
repeated to the satisfaction of the Contract Administrator.

The Contract Administrator shall then complete the written report of the results from
tests that identifies the specific length of pipe tested, the pressure, the duration of the
test, and the amount of leakage.

Ductile Iron, PVC and Concrete Pressure Pipe


Both the hydrostatic test and leakage test shall be conducted at the same time.
The specified hydrostatic test pressure shall start at a pressure of 1034 kPa (150 psi)
and after a period of two hours shall not drop by more than 34.5 kPa (5psi). The test

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 8 of 11
COMMISSIONING OF WATERMAINS

pressure shall be applied at the lowest point in the test section by means of a pump
connected to the pipe in a satisfactory manner.

If there is zero pressure drop and no make-up water was added during test period, the
test has passed and no leakage calculation is required. Leakage is defined as the
quantity or volume of make-up water (measured in litres) that must be supplied to
maintain pressure within 34.5 kPa (5 psi) of the specified test pressure of 1034 kPa
(150 psi) for a period of two hours.

If there is a pressure drop greater than 34.5 kPa the test has failed and must be redone
after the leakage has been located and repaired. If a repair is needed the watermain
shall be re-swabbed.

No pipe installation shall be accepted if the actual leakage is greater than that
determined using the following formula:

L = H S D √P
715,317

Where: L - is the allowable leakage in litres.


H – is the test duration in hours.
S - is the length of pipeline being tested, in meters.
D - is the nominal diameter of the pipe in mm.
P - is the average test pressure in kPa gauge.

The following table illustrates the Allowable Leakage for a Two (2) Hour Test:

Nominal Pipe Allowable Leakage


Diameter (D) (L)

100 0.0092 x S
150 0.0137 x S
200 0.0183 x S
250 0.0228 x S
300 0.0274 x S
400 0.0365 x S
>400 per formula
High Density Polyethylene (HDPE) Pipe
When HDPE pipe is approved for special applications the testing procedure as
summarized below shall be followed:

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 9 of 11
COMMISSIONING OF WATERMAINS

Initial Expansion Phase (3 hours)

1. Fill watermain, expel all air and pressurize watermain to the test pressure of 1034
kPa (150 psi). Maximum pressure should not exceed 1070 kPa (155 psi).

2. Continue to fill the watermain with sufficient make-up water at hourly intervals to
maintain the test pressure. The test pressure shall be maintained for a period of
three (3) hours by adding sufficient make-up water to re-pressurize the
watermain to 1034 kPa at hourly intervals (i.e. after 1 hour, 2 hour & 3 hours) or
whenever the pressure drops below 966 kPa (140 psi).

Test Phase (3-Hours)

1. The hydrostatic test shall start at pressure of 1034 kPa (150 psi) (Maximum
pressure should not exceed 155 psi) and then allow the main to remain idle (no
make-up water) for a period of three (3) hours.

2. After the three hours test period has expired, fill the watermain with make-up
water to restore the 1034 kPa (150 psi) test pressure. This measured quantity of
water should be less than the manufacturer’s allowable amount and/or the table
provided below.

3. Under no circumstances shall the total time of the test exceed eight (8) hours at
the stated test pressure.

4. Should the test phase not pass due to leakage or equipment failure or any other
reason, a period on eight (8) hours is required to permit the pipe to “relax” before
starting a retest.

The Allowable Make-up Water – 1034 kPa (150 psi) Test Pressure for a 3 hour test is
as follows:

Nominal Pipe 100 150 200 250 300 400 600 >600
Diameter (mm)

Allowable Make-Up 0.4 0.9 1.5 2.1 3.4 5 13.3 Refer to


Water (Litres/10 m of manufacturers
pipe) allowable
leakage

Disinfection and Final Flushing


Disinfection of all repairs, relocations, connections, public watermains, private
watermains, water services and private water services shall only be performed by City

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 10 of 11
COMMISSIONING OF WATERMAINS

forces in accordance with AWWA C651 Standard for Disinfecting Watermains. Due to
the variety of watermain configurations the City reserves the right to require additional
measures at its sole discretion.

Only after passing both the hydrostatic and leakage tests shall the pipe be considered
ready for disinfection.

The Contractor is responsible to provide all requested information in a legible format to


the Contract Administrator as specified in the Submission Requirements section for
inclusion on the Request for Disinfection and Sampling.

Upon receipt of the submission requirements by the Contract Administrator, City forces
shall proceed with the disinfection, final flushing and bacteriological testing of the
installed water plant.

The disinfection procedure does not in any way relieve the Contractor from taking all
reasonable precautions to eliminate any possibility of contamination.

The Contractor shall use temporary chambers around the nozzles and either partially
bury or cover the watermain. This precaution will keep the sun from heating the water
and promoting re-growth.

The Contractor shall ensure that all valves within the newly constructed watermain limits
are visible and left in the open position prior to City forces commencing the disinfection
process.

The Request for Disinfection must include all services 38mm and greater and any other
pipe or service as directed by Drinking Water Services.

Connections equal to or less than one pipe length


All new connections less than or equal to one pipe length shall be disinfected, flushed,
and placed in service. The new pipe, fittings, and valve(s) required for the connection
shall be spray disinfected with a chlorine solution just prior to being installed.

Connections greater than one pipe length


All new connections greater than one pipe length shall be fully chlorinated.

Bacteriological Sampling and Testing


City forces shall complete the bacteriological sampling and testing of the water supply in
the installed watermain in accordance with AWWA C651 Standard for Disinfecting
Watermains

Completion of Commissioning Operation

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4491
Date: March 2017
Page 11 of 11
COMMISSIONING OF WATERMAINS

No section or portion of the installed water plant shall be reconnected to the existing
water system until the installed watermains and water services have been successfully
disinfected and passed the bacteriological testing requirements of the City.

Measurement for Payment


The requirements described herein shall be considered incidental to the scope of work
which the Contractor shall be responsible to fulfill as part of the overall Contract
requirements related to the water plant installation. Unless otherwise specified, no
direct or separate payment shall be considered for these requirements.

Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water
plant shall be full compensation for all labour, equipment and materials required to do
the work.

Section F:\Watermain\F-4491- March 1, 2017


S.P. No: F-4492
Date: March 2015
Page: 1 of 3
THRUST RESTRAINT OF WATERMAINS AND FITTINGS

Ammendments to F-4411

F-4411 Watermain Construction by Open Cut shall apply except as may be amended or
extended herein.

Scope

This Special Provision covers the requirements for thrust restraint on all the water plant and
associated appurtenances using the open cut method.

Construction

Submissions

For Watermains 400mm and above, the Contractor shall submit to the Construction
Administrator, 5 days prior to commencement of watermain construction, information,
drawings, locations, material, and design data for the trust restraint system it intends to use
where restrained joints are specified.

Thrust Restraint

Thrust restraint shall be provided on the water plant at each bend, tee, plug, dead end cap,
valve, reducer, hydrant or other fittings where changes occur in pipe diameter or direction.

Thrust Restraint for PVC and DI Pipe

Restraining and Retaining Rings For PVC and DI Pipe 406mm and under

All PVC and DI watermains or water services 100mm to 400mm in soil with bearing capacity of
100 kPa and greater shall have thrust restraint in accordance with Table 1.

Table 1: Thrust Restraint Systems for PVC and DI Pipe 406mm and under
Appurtenances with push-on or Restraining/ Thrust block/anchor
M.J. ends Retaining Rings on all
outlets
Plugs/Caps
Temporary Plugs/Caps ( see notes
)
Tees (“Tapped Tees” normally not
included see notes)
Cross
Horizontal bends
Vertical bends
Reducers
Sleeves & Couplings ( see notes )

Section F\Watermain\F-4492– March 2, 2015


S.P. No: F-4492
Date: March 2015
Page: 2 of 3
THRUST RESTRAINT OF WATERMAINS AND FITTINGS

Appurtenances with push-on or Restraining/ Thrust block/anchor


M.J. ends Retaining Rings on all
outlets
Curb Stops, Auxiliary,
Isolation/Line/Branch valves
Tapping valves, direct bury
Hydrants ( see notes )
Other fittings that stop flow or
change direction
Push-on or M.J. pipe joints within
restrained lengths of above
appurtenances

Notes:
 Two systems indicated by check marks means both systems shall be used. Where both
systems are used, each system shall be designed independently of the other.

 Thrust restraint for temporary plugs and caps shall be comprised of a timber brace
positioned against a concrete thrust block poured to undisturbed soil, such that the plug or
cap will be securely held in place by the blocking alone.

 As per Table-1, all branches of the hydrant tee shall be restrained/retained as well as both
sides of the auxiliary valve and at the base connection of the hydrant. A concrete thrust
block shall also be placed at the back of the hydrant base, see Drawing W19.

 Only sleeves, couplings and “Tapped Tees” which fall within the calculated restrained
lengths shall incorporate restraining/retaining rings on all outlets.

Restraining/retaining rings shall be considered as a replacement for tie rodding or harness


fittings on PVC and ductile iron watermains.

Subject to the approval of the Contract Administrator, restraining/retaining rings may be


required beyond restrained lengths to prevent push-on or M.J.(mechanical joint) pipe joint
separation under special circumstances.

Restrained length is the length of pipe that must be restrained on each side of the focus of a
thrust force. To reduce the number of restrainers required, the use of full pipe lengths is
recommended.

Refer to drawings W25.5 & W25.6 for Restrained Length details for PVC and Ductile Iron
pipes, 400mm diameter and under.

All PVC and DI watermains or water services 100mm to 400mm in soil with bearing capacity
less than 100 kPa shall be specially designed in accordance with the methods outlined in the
AWWA Manuals.

Section F\Watermain\F-4492– March 2, 2015


S.P. No: F-4492
Date: March 2015
Page: 3 of 3
THRUST RESTRAINT OF WATERMAINS AND FITTINGS

Thrust Blocks

Thrust blocks shall be 20 mPa. concrete shall meet the requirements of F-9045 (i.e. ready mix)
and shall be constructed per drawings W25.3 & W25.4 unless otherwise directed by the
Contract Administrator. The block shall be centred on the thrust force and shall also partially
cradle the fitting to distribute the force. The sides of the block shall be 80mm from the joint on
either side of the bend or tee.

The concrete where possible shall be placed against undisturbed soil at the bottom and side of
the trench. Where it is not possible, the fill between the bearing surface and the undisturbed
soil must be compacted to at least 95% Standard Proctor density.

Except for the addition of water, concrete for thrust blocks shall come premixed from a
concrete supplier, or as ‘ready mix’ from a concrete truck. On-site mixing of cement, sand and
aggregate etc. by the Contractor, for the purpose of making concrete thrust blocks/anchors will
not be accepted.

Subject to the approval of the Contract Administrator, thrust blocks/anchors may be dropped if
interference from other utilities or the installation would contravene the 2m separation required
by the Ontario Public Utility Act.

Thrust Restraint for AWWA C301 and C303 Concrete Pressure Pipe

Thrust blocks and/or restrained joints for AWWA C301 and C303 concrete watermains and
associated appurtenances and valves, shall be specially designed by the Pipe Manufacturer in
accordance with the methods outlined in the AWWA Manuals.

Measurement for Payment

The requirements described herein shall be considered incidental to the scope of work which
the Contractor shall be responsible to fulfill as part of the overall Contract requirements related
to the water plant installation. Unless otherwise specified, no direct or separate payment shall
be considered for these requirements.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4492– March 2, 2015


S.P. No: F-4493
Date: March 2015
Page: 1 of 3
TRACING WIRE FOR WATERMAINS AND NON-METALLIC FORCEMAINS

Amendments to F-4411

F-4411 Watermain Construction by Open Cut shall apply except as may be amended or
extended herein.

Scope

This Special Provision covers the requirements for tracing wire on all the water plant and
associated appurtenances as well as all non-metallic forcemains.

References

OPSS 441 is deleted and replaced with this and the following special provisions, standards,
specifications or publications:

Submission and Design Requirements

The Contractor shall provide the Contract Administrator with documentation verifying the
testing, including the name of the agency, person who conducted the test, date, time, clear
identification of the section of wire tested, and any pertinent comments

Construction

General

The Contractor shall supply and install the required tracing wire in accordance with these
Standards. The Contractor shall furnish all the necessary tracing wire installation and testing
equipment;

Proper installation and continuity testing of tracing wire on all watermains, hydrant lateral and
services including services installed by City forces, shall be the sole responsibility of the
Contractor;

Tracing wire shall be installed on all PVC, HDPE and concrete watermains. Tracing wire shall
also be installed on all hydrant laterals and services connected to PVC, HDPE and concrete
watermains.

Installation

The tracing wire shall be laid flat and secured every 3m at the top or spring line of the
watermain, hydrant laterals and water services as shown on drawing W36.

Except for splice connections for services, tracing wire to be continuous.

Section F\Watermain\F-4493– March 2, 2015


S.P. No: F-4493
Date: March 2015
Page: 2 of 3
TRACING WIRE FOR WATERMAINS AND NON-METALLIC FORCEMAINS

The tracing wire shall be connected to the bolts on the hydrant breakable flange and ductile
fittings such as tees and crosses.

The tracing wire shall extend from the main and be attached to the top 152mm of the service
post with a brass or galvanized iron ground clamp suitable for underground installations. The
wire shall be stripped of insulation and passed through the clamp to make contact with the post
for continuity purposes. The wire shall then be loosely wrapped around the service post and
brought up to the surface. For PEX continue back down the service post to the service and end
at the house as per OBC requirements. The tracer wire at the main shall be carefully exposed
and spliced with the service wire. Care should be exercised as to not pull and damage the
watermain wire when making the connection.

Where PVC, HDPE or concrete watermains are to be connected to ductile iron pipes the
tracing wire shall be attached to the ductile iron pipe by cadweld.

At watermain end caps, approximately 3.0 m of tracing wire shall be extended, coiled and
properly secured for future connections.

Splice Connections

Either approved c-taps or approved direct bury lugs may be used for splices. Prior to cutting
the tracing wire for splice connections, the tracing wire shall be loose and not taut to avoid
stretching. See MW-19.15 for approved connectors.

C-Taps

The tracing wire shall be stripped about the length of the electrical connector using an
appropriate stripping tool. The exposed copper wire shall be free of nicks or scores;

An approved C - Tap shall then be placed over the exposed area of the main tracer wire. The
connecting tracing wire shall be carefully inserted into the C - Tap up to the insulation and
tightened using an approved compression tool specifically designed for C - Taps. Vice-grips,
pliers or battering with a hammer etc. shall not be permitted;

The connection shall be inspected for exposed copper and snugness. Connections which fail
inspection shall be cut and redone;

Waterproof C-Tap splices in accordance with detail drawing W47.

Section F\Watermain\F-4493– March 2, 2015


S.P. No: F-4493
Date: March 2015
Page: 3 of 3
TRACING WIRE FOR WATERMAINS AND NON-METALLIC FORCEMAINS

Direct Bury Lugs

Strip uncut main and cut tap wire to width of lug (16mm). Place uncut main wire into side A
(Fig. 1) and cut tap wire into side B. Torque each screw to 35 lb-in. Remove sealant cover
and discard. Close housing, aligning wires until housing lid is fully latched.

Continuity Testing

Testing shall be done in the presence and to the satisfaction of the Contract Administrator with
at least 48 hours notice.

The continuity tests shall be conducted after all services have been installed and before the
base course of asphalt is applied.

Tracing wire installations that fail the testing must be corrected and retested to the satisfaction
of the Contract Administrator.

Measurement for Payment

The requirements described herein shall be considered incidental to the scope of work which
the Contractor shall be responsible to fulfill as part of the overall Contract requirements related
to the water plant installation. Unless otherwise specified, no direct or separate payment shall
be considered for these requirements.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4493– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 1 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

Amendments to F-4411
F-4411 Watermain Construction by Open Cut shall apply except as may be amended or
extended herein.

Scope
This Special Provision covers the requirements for cathodic protection on all new installations
of the water plant and associated appurtenances. Cathodic protection measures specified
herein shall be considered in addition to those supplied or installed by the manufacturer.

Cathodic Protection for Existing Watermains and Fittings


Cathodic Protection shall be installed on all existing watermain pipes, valves, hydrant
assemblies and service pipelines in accordance with the construction specifications F-4421,
‘Cathodic Protection of Existing Watermains and Fittings’.

Application of Cathodic Protection on New Watermains and Fittings

Ductile Iron Watermain Systems


Ductile iron watermains shall include conductivity straps to provide electrical continuity in
accordance with MW-18.1 Watermain Pipe.

Anodes shall be installed in accordance with drawings W39, W41 and W43.

On ductile iron watermains and ductile iron water services, packaged zinc anodes shall be
installed along the entire length of the pipe as follows:

TABLE 1: Anode Spacing


PIPE DIAMETER ANODE MAXIMUM ANODE
SPACING
100mm Z-24-48 12m
150mm Z-24-48 8m
200mm Z-24-48 6m
300mm Z-24-48 4m
400mm Z-24-48 3m

 One packaged zinc anode type Z-24-48 shall be installed on each tee and cross.

PVC Watermain Systems


Anodes shall be installed in accordance with drawings W40, W42 and W44.

All metallic restraining and retaining devices for PVC pipe shall be cathodically protected by
either anodes or by an approved petrolatum tape system.

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 2 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

One anode may be used for all the rings of one fitting provided they are electrically connected
together using approved wire. Method of connection shall be by approved thermite welder and
powder cartridge or directly fastened to the bolt assembly.

Concrete Watermain Systems


All concrete watermains shall include bonding straps to provide electrical continuity in
accordance with MW-18.1 Watermain Pipe.

All pipe sections, including pipe within boring and jacking encasement pipe and all bevel and
bend fittings shall have two (2) electrical bonding connections that are located at the 10:30h
(45 degree) and the 1:30h (45 degree) positions.

All concrete watermain systems shall be cathodically protected as specified in the contract.

Installing Anodes on Ductile Iron, Steel and Cast Iron Pipe and Fittings
Anodes shall be installed in accordance with drawings W39, W41 and W43.

Anodes shall be installed complete with their packaged container and backfilled with native
soil.

Each zinc anode shall be placed horizontally, 300mm below and 500mm to the side of the pipe
or fitting.

The anode lead wire shall be wrapped around the pipe or fitting and secured (e.g. knotted).
Sufficient slack shall be left in the wire to prevent any stress on either the anode or the
pipe/fitting connection during backfilling and subsequent soil settlements. An area 50mm x
50mm of the pipe/fitting shall be cleaned to a white metal finish.

The end of the anode lead wire shall be bared of insulation and attached to the metal surface
by approved thermite welder and powder cartridge.

After cooling, the thermite weld shall be tested by striking with a hammer, and repeated if
necessary. All welds are to be protected using approved products.

Hydrants
For PVC watermains one packaged zinc anode type Z-24-48 shall be installed on each hydrant
assembly as per the detail drawings

Valves
For PVC watermains one packaged zinc anode type Z-12-24 shall be installed on all buried
valves enclosed in valve boxes.

Install one bare M-9-14 anodes on each side of a line or branch valve in a chamber. Where
both a branch and a line valve are in a chamber, the TEE side of the valve shall be protected

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 3 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

by one M-9-14 anode instead of two. If the anodes are installed with their packaged container,
the container shall be cut and fully opened along its entire length.

The anode lead shall be bared of insulation and either cad welded to a flange area or attached
to a valve body bolt using a copper compression connector or serrated washer. One anode
may be used for all the valve and fittings within a valve box or valve chamber provided they are
electrically connected together using approved wire.

Each anode shall be placed horizontally to the side of the valve.

In addition to the specified anodes, the following surface areas of all valves which include, the
gate, butterfly, air and drain valves shall be completely wrapped with an approved petroleum
wax tape coating system:

 the flange and all bolt areas on the valve body;


 the two (2) flange ends and bolt areas including the associated metallic restraining and
retaining devices required to complete the connection.

The tape shall be applied as per the manufacturer’s application instructions to cover the entire
specified surface areas.

Petrolatum Wrap Installation


Petrolatum or petroleum wax tape coating and primer shall be supplied in accordance with
MW- 19.9 Cathodic Protection standard and shall be applied as per the manufacturer’s
instructions to cover the entire specified surface areas.

Sample Tape Wrap Application Instructions

1. Remove all contaminants such as dirt, oil, scale and excessive moisture.

2. Brush Primer evenly over surface to displace remaining moisture and ensure proper
adhesion.

3. Press Mastic into surface irregularities to eliminate air pockets.

4. Wrap Tape spirally around prepared surface using even tension. Apply using
manufacturers recommended application method to assure total protection.

5. Finish with over wrap applied like Tape to prevent mechanical damage as required.

Copper Water Services


Zinc anodes shall be installed on all copper water services as specified in the Table 2 below:

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 4 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

TABLE 2: Anodes for Copper Water Services


SERVICE SIZE SERVICE MATERIAL ANODE

19mm - 51mm Copper Z-12-24

Anodes shall be installed in accordance with drawings W39 thru W45 as applicable.

Anodes shall be installed complete with their containers and special backfill.

Each zinc anode shall be placed horizontally, 300 mm below, and 500 mm to the side of the
pipe.

The anode lead wire shall be wrapped around the pipe and secured (e.g. knotted). Sufficient
slack shall be left in the wire to prevent any stress on either the anode or the pipe connection
during backfilling and subsequent soil settlement.

Anodes shall be connected to copper services using an approved solid brass ground clamp.

In addition to the above anode, the stainless steel service saddle and associated bolt surfaces
and the brass main stop shall be completely wrapped with an approved petrolatum wax tape
coating system.

Cathodic Protection Test Stations


If required, the cathodic protection test stations shall be installed by the Contractor at the
locations and detailed requirements specified on the contract drawings.

Requirements
Test stations are required for all concrete pressure pipe watermains.

Test stations are normally not required for ductile iron or PVC watermains utilizing ductile iron
fittings.

Location
Test stations shall be installed within 15 metres of the pipe route extremities and at maximum
intervals of 600m along the pipe route.

Test stations shall not be located where they may interfere, and/or present a hazard to
pedestrian or vehicular traffic. Where possible, test stations shall be installed at or near a
hydrant or valve chamber.

Installation Procedure
Test stations shall be installed flush with the final grade at the locations specified on the
contract drawings.

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 5 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

Ductile Iron Installations


Rather than being welded directly to the pipe, the lead wire from the nearest anode shall be
extended to the test station location. Furthermore, two (2) wires AWG #10/7 STR TWU Black)
shall be welded to the pipe and extended to the test station location. Note that the anode
should still go next to the pipe, parallel and at or below the spring line of the pipe.

The anode lead wire may be extended with an identical cable by crimping an Erico Products
Inc. #CAS-421 copper sleeve to the copper conductor. This splice shall be soldered and taped
with polyethylene tape.

Horizontal, underground, wiring runs shall be at least 600 mm deep and shall be terminated in
the test station with insulated ring connectors.

The anode lead and one of the pipe lead terminals shall be bonded using the straps supplied
with the test station.

Concrete Pipe Installation


The corrosion monitoring test stations for concrete pipe shall include three (3) probes or pipe
coupons at each station. The probes shall be connected to the test station with #8 RWU-90
cables. The watermain pipe shall be connected to the test station with two (2) # 4 RWU-90
structure cables that are connected to the pipe joint bonding wire with C-Tap splice
connectors.

Testing and Evaluations


Unless otherwise specified, the Contract Administrator will complete the work outlined in the
following subsection:

The testing procedures outlined below shall be performed between 90 and 120 days following
the installation.

Pipe potentials shall be measured with respect to a saturated copper: copper-sulphate


(Cu:CuSO4) reference electrode at maximum intervals of 30 metres throughout the route of the
piping. The voltmeter employed to measure these potentials shall have an input impedance
not less than 10 megohms.

The connection to the pipe that is required for the potential measurements shall be made at
the nearest test station.

The electrical continuity of the piping shall be verified by comparison of pipe potential.

The reference electrode and pipe connection locations employed for the potential
measurements shall be identical for both the pre-construction and post-construction testing
procedures.

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4494
Date: March 2015
Page: 6 of 6
CATHODIC PROTECTION OF NEW WATERMAINS AND FITTINGS

During the post construction testing, the following measurements shall be made at the test
stations:

 anode output current;


 pipe potential with anode connected;
 pipe potential with anode disconnected.

All data obtained during the testing and recommendations pertinent to the continued
effectiveness of the cathodic protection arrangement shall be included in a comprehensive
written report. This report will be prepared by a licensed professional engineer/accredited
corrosion specialist and submitted to Drinking Water Services.

Measurement for Payment


The requirements described herein shall be considered incidental to the scope of work which
the Contractor shall be responsible to fulfill as part of the overall Contract requirements related
to the water plant installation. Unless otherwise specified, no direct or separate payment shall
be considered for these requirements.

Basis of Payment
Payment at the Contract price(s) for the applicable tender item(s) specified for the water plant
shall be full compensation for all labour, equipment and materials required to do the work.

Section F\Watermain\F-4494– March 2, 2015


S.P. No: F-4921
Date: March 2016
Page 1 of 6
WATER METERS

Scope

This specification covers the requirements for the installation of the water meters,
piping, valves, remote receptacle and associated appurtenances required to complete
the meter installation.

References

Not Used

Definitions

Not Used

Submission and Design Requirements

Work Schedule

The Contractor shall submit a Work Schedule to the City’s Contract Administrator within
two weeks of the date of the Commence Work Order, which details the water plant
installation.

The Contractor shall coordinate through the Contract Administrator at least two (2)
business days in advance of commencing construction in order to arrange and schedule
any labour, equipment or materials to be provided by the City of Ottawa Drinking Water
Services. Connections over 5.5m require coordination at least seven (7) business days
in advance. Business day means Monday to Friday, inclusive, between the hours of
7:30 a.m. and 4:00 p.m. Coordination requirements include:

1. Contractor shall complete the “DWS Construction Scheduling Request Form”


with all relevant information and submit via email to the Contract Administrator.

2. Contract Administrator will review the “DWS Construction Scheduling Request


Form” and forward via email to City of Ottawa Water Department Maintenance
Planners at water-booking@ottawa.ca. Contractor will be carbon copied on that
email.

3. Maintenance planners will review “DWS Construction Scheduling Request Form”


and water crew will be scheduled based on availability.

4. Maintenance planners will input onto the “DWS Construction Scheduling Request
Form” the scheduled start date and time and send form back to Contract
Administrator via email. Contractor will be carbon copied on that email which
shall serve as confirmation of the scheduled start date and time.

Section F\Watermain\F-4921 – March 1, 2016


S.P. No: F-4921
Date: March 2016
Page 2 of 6
WATER METERS

5. Contractor provides applicable labour, material, and equipment at the scheduled


start date and time.

6. Any required changes to the scheduled start date and time must be
communicated to the Contract Administrator who will take appropriate action.

Crews will be scheduled based on availability. The unavailability of a crew on the date
requested will not be considered justification for a claim by the Contractor.

Work shall be scheduled to reduce inconvenience and disruption to property owners


and public traffic. This may result in work being performed during off peak hours. Any
work performed during off peak hours shall be considered incidental to the installation of
the water plant.

Materials and Standard Detail Drawings

All materials incorporated into the proposed water plant shall be new and conform to
latest City specifications as referenced in “VOLUME NO. 2, MATERIAL AND
STANDARD DETAIL DRAWINGS MANUAL” as produced and amended by the City of
Ottawa.

Upon request of the City’s Contract Administrator, the Contractor shall submit a
complete listing of the materials to be used including manufacturer’s and supplier’s
names. All materials used shall be consistent throughout the limits of the Contract.

All standard drawings incorporated into the proposed water shall conform to latest City
specifications as referenced in “VOLUME NO. 2, MATERIAL AND STANDARD DETAIL
DRAWINGS MANUAL” as produced and amended by the City of Ottawa.

Construction

The following clauses apply to all meter installations.

General

Meter types and sizes to be determined by the City.

The contractor shall be responsible for all piping, valves and backflow preventers.

The meter must be installed horizontally.

All valves must be visible and accessible.

All installations shall have a remote receptacle in a location approved by the City.
See standard drawings for approved locations.

Section F\Watermain\F-4921 – March 1, 2016


S.P. No: F-4921
Date: March 2016
Page 3 of 6
WATER METERS

Typical Water Meter 15mm to 25mm

This section specifically refers to drawing W-30.

The contractor shall provide bronze threaded couplings for meter connection.

All valves shall be ball valves of a full 20mm inside diameter.

A free and unobstructed passageway must be provided and maintained with no partition
or stored material within 500mm of the meter.

All meters installed by contractors must be inspected by the City prior to turn on of
water.

In areas where the static pressure exceeds 550 kPa, the contractor shall install a
Pressure Reducing Valve (PRV) immediately downstream of the isolation valve located
downstream of the meter. The PRV shall be installed with the arrow in the direction of
flow.

The PRV shall limit the pressure to not more than 550 kPa static and the initial setting
shall not be less than 343 kPa static. For approved PRV’s see MW-19.15.

Typical Water Meter Retrofit to Existing Units

This section refers to drawing W-30.1.

Contractor shall install the template provided by the City.

Minimum service size to each unit shall be 20mm.

All valves shall be ball valves of a full 20mm inside diameter.

A free and unobstructed passageway must be provided and maintained with no partition
or stored material within 500mm of the meter.

Typical Water Meter 40mm and 50mm

This section refers to drawing W-31.

Contractor shall install the template provided by the City.

Contractor shall supply flanged ends to match the template.

Bypass valve shall be lockable ball valve or approved equivalent.

The diameter of the bypass shall be a minimum of half the diameter of the main line.

Section F\Watermain\F-4921 – March 1, 2016


S.P. No: F-4921
Date: March 2016
Page 4 of 6
WATER METERS

A free and unobstructed passageway must be provided and maintained with no partition
or stored material within 500mm of the meter.

Typical Park Water Meter Installation 50mm

This section refers to drawing W-31.1.

Contractor shall install template provided by the City.

The contractor shall supply solid support from the floor for the service piping and meter
using either steel stands or concrete.

Contractor shall supply flanged ends to match the template.

Meter bypass piping for parks is recommended but is optional subject to the approval of
the project manager. Bypass valve shall be a lockable ball valve or approved
equivalent.

The diameter of the bypass shall be a minimum of half the diameter of the main line.

A free and unobstructed passageway must be provided and maintained with no partition
or stored material within 500mm of the meter.

Valve chamber to be a minimum 1520mm x 1830mm as approved and in accordance


with the Materials provisions.

Frame and cover to be in accordance with drawings W-15, W-16.

Typical Water Meter Installations 75mm and Larger

This section refers to drawing W-32.

Contractor shall install template provided by the City

Contractor shall supply flanged ends to match the template.

Bypass valve shall be lockable ball valve or approved equivalent.

The by-pass line shall not be less than 50mm diameter or half the diameter of the main
line, whichever is greater.

For Park installations with large services, the minimum chamber size will likely be
inadequate for inclusion of bypass piping. Subject to approval by the project manager,
increasing the chamber size or reviewing the need for bypass piping should be
considered for park installations only.

Section F\Watermain\F-4921 – March 1, 2016


S.P. No: F-4921
Date: March 2016
Page 5 of 6
WATER METERS

Gate valves shall not be substituted with butterfly valves. Full pipe flow is necessary for
accurate meter registration.

A free and unobstructed passageway must be provided and maintained with no partition
or stored material within 1000mm of the meter.

Quality Assurance

The Contractor shall not commence construction of any proposed works without written
approval from the City’s Contract Administrator.

The Contractor shall construct the proposed water plant and associated appurtenances
in accordance with current City standards and specifications using accepted
construction practices. The City’s Contract Administrator shall inspect all constructed
works related to the water plant.

Measurement for Payment

Water Meter Assemblies

Meters shall be measured by the number of each type and size of unit installed.

The unit price shall be full payment for the supply and installation of the required
template, meter, piping, valves, couplings, backflow preventers, PRV’s and the steel
stands or concrete supports remote receptacle required to complete the meter
installation.

No separate payment shall be made for coordination with City crews to inspect the
installation, as the cost of this work shall be deemed to have been included in the unit
price of the items specified.

Notwithstanding an “All Inclusive Price Method” provision, separate supply and


installation items (i.e. meter, remote receptacles, etc.) may be specified in the Schedule
of Prices of the contract. These supply and installation items when specified shall be
measured separately and not be considered for payment under separate items.

Note: For Developer driven projects PRV’s are to be paid for by the Developer.

Meter Chambers

Meter chambers shall be measured by the number of each type and size of unit
installed.

The unit price shall be full payment for the installation of the concrete chambers
including the earth excavation, granular base, concrete supports, drain piping; mortar

Section F\Watermain\F-4921 – March 1, 2016


S.P. No: F-4921
Date: March 2016
Page 6 of 6
WATER METERS

grout, insulation, circular sections, top sections, adjusting units, frames and covers,
backfill, clear stone, and final adjustments in accordance with the Standards.

Basis of Payment

Payment at the Contract price(s) for the applicable tender item(s) specified for the water
plant shall be full compensation for all labour, equipment and materials required to do
the work.

Section F\Watermain\F-4921 – March 1, 2016


S.P. No.: F-4930

Date: March 2017

Page: 1 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

Amendments to OPSS 493

OPSS 493 Temporary Potable Water Supply Services is amended with the following
special provisions except where specifically noted.

TABLE OF CONTENTS

493.01 SCOPE

493.02 REFERENCES

493.03 DEFINITIONSS

493.04 DESIGN AND SUBMISSIONS REQUIREMENTS

493.05 MATERIALS

493.06 EQUIPMENT – Not Used

493.07 CONSTRUCTION

493.08 QUALITY ASSURANCE – Not Used

493.09 MEASUREMENT FOR PAYMENT – Not Used

493.10 BASIS OF PAYMENT

493.01 SCOPE

This specification covers the requirements for the installation of the temporary
watermains, service connections, and associated appurtenances prior to disconnecting
service of an existing watermain on a temporary basis.

493.02 REFERENCES

This specification refers to the following standards, specifications, or publications:

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 2 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

ONTARIO PROVINCIAL STANDARD SPECIFICATIONS, CONSTRUCTION

OPSS 206 Grading


OPSS 441 Watermain Installation in Open Cut
OPSS 493 Temporary Potable Water Supply Services

CITY OF OTTAWA

Standard Tender Documents Volume No. 1 Construction Specifications

Standard Tender Documents Volume No. 2 Material Specifications and Standard Detail
Drawings

CSA STANDARDS

B64.5-94 Double Check Valve (DCVA) Backflow Preventers [Part of B64 Series-07,
Backflow Preventers and Vacuum Breakers Compendium]

AMERICAN WATER WORKS ASSOCIATION (AWWA)

C510-07 Double Check Valve Backflow Prevention Assembly

ASTM INTERNATIONAL

D 1784-11 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly
(Vinyl Chloride) (CPVC) Compounds

D 2241-15 Poly (Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series)

D 3139-98 (2001) Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals

F 477-14 Elastomeric Seals (Gaskets) for Joining Plastic Pipe

NSF INTERNATIONAL

61-2014a Drinking Water System Components - Health Effects

493.03 DEFINITIONS

For the purpose of this specification, the following definitions apply:

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 3 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

Associated Appurtenance means structures, devices, and appliances, other than pipe
and conduit that are used in connection with a water distribution system, such as
valves, hydrants, corporation cocks, services, and thrust restraints.

Excavation, Earth and Rock means the excavation classified as earth and rock
according to OPSS 206 and as amended by City of Ottawa S.P. No. F-4031 Rock
Excavation for Sewers and Watermains.

ICI means industrial, commercial or institutional.

Temporary Hydrant means temporary fire hydrant and all associated temporary
appurtenances.

Temporary Potable Water Supply Services means temporary watermains, services,


hydrants, and all associated appurtenances installed on or just below the ground
surface for the purpose of providing potable water to customers while the existing
watermain is out of service, including the temporary watermain and the temporary
service.

Temporary Services means temporary potable water supply services installed on or


just below the ground surface for the purpose of providing potable water to customers
while the existing watermain is out of service. This defines the portion that is from the
temporary watermain to the customer’s connection point.

Temporary Watermain means temporary potable water supply hose or pipe installed
on or just below the ground surface for the purpose of providing potable water to
temporary services and temporary fire hydrants while the existing watermain is out of
service.

Temporary Watermain Source means a dedicated stack from a live watermain or an


existing live hydrant.

Watermain means an installation designed for the conveyance of water under pressure
using circular pipe.

493.04 DESIGN AND SUBMISSION REQUIREMENTS

493.04.01 Contract-Specific Design Basis

The following information is provided to assist the Contractor with developing their
Temporary Potable Water Supply Services Plans (TPWSSP):

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 4 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

Note to Designer: Fill in the following based on the Contract-Specific Design Basis. This
fill-in section requires City of Ottawa Drinking Water Services (DWS) approval prior to
tender.

Design Basis

a) Plan of area for temporary water to be provided in Contract Documents

b) Estimate of the approximate length of temporary watermain to be provided


in Contract Documents – actual length will vary depending upon
Contractor’s proposed phasing

c) Number of dwellings and type

d) Identification of ICI and/or large water users

e) Connection of temporary water services to homes (existing hose bib, new


hose bib, excavation to existing service) – identification of vacuum breaker
hose bibs

f) Source connections and stacks – Location and quantity

g) Location of backflow preventers

h) Blow-offs – location, size and approved outlet locations

i) Road and driveway crossings identified

j) Temporary watermains

i. Material – hose or rigid pipe

ii. Pipe diameter

iii. One side of street or both

iv. Is there a requirement(s) to bury temporary watermain at locations


other than road crossings, sidewalks, driveways and walkways? If
so, list additional requirement(s).

k) ICI/Large water users

i. Confirmation of water usage using meter data

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 5 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

ii. Fire suppression system requirements

iii. Service connection details

l) Is there a requirement(s) for temporary hydrants? If so, list the


requirement(s).

493.04.02 Submission Requirements

The following information shall be submitted by the Contractor to the Contract


Administrator, with a copy also provided to FireDispatch@ottawa.ca and
FirePrevention@ottawa.ca, at least 14 days prior to the commencement of any work
requiring temporary potable water supply services:

1) Temporary Potable Water Supply Services Plan (TPWSSP) including:

a) Location of physical separations (cappings) between the live system and


the existing watermain.

b) Connection points to the existing municipal system, including the location


and number of nozzles required.

c) A drawing showing the layout of the temporary potable water supply


services and the addresses of affected customers, including a note
identifying how each customer’s temporary service will be connected. The
layout of the temporary watermains shall avoid creating dead-ends unless
specified in the Contract Documents.

d) Location of operating valves that will be used for flushing during the
disinfection process.

e) Location of backflow prevention devices.

f) Location of the sampling stations (per AWWA C651 – a sampling port


every 370m, plus a port at each end of the temporary watermain and at
least one from each branch greater than one pipe length).

g) Location and size of blow-offs.

h) Locations where the temporary watermain requires protection in


accordance with Section 493.07.06 Protection of this special provision.

i) Locations and list of any fire hydrants that will be placed out-of-service
due to the temporary system, including a key plan identifying where the
Section F\Watermain\F-4930 – March 1, 2017
S.P. No.: F-4930

Date: March 2017

Page: 6 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

fire hydrants are located. Hydrants used as a source shall be identified as


out-of-service.

j) Proposed schedule and phasing (if any).

k) Details of all materials to be used as part of the temporary potable water


system (see Section 493.05 Materials of this special provision for
requirements).

l) Identify the location of sanitary sewer maintenance holes for the discharge
of water.

m) Swabbing of temporary services plan as per F-4491.

The Contract Administrator will accept the submission of the TPWSSP, and review it to
identify any errors, omissions, or improvements related to maintaining potable water
supply and Contract-Specific requirements as noted in the Design Basis. The Contract
Administrator will also circulate the TPWSSP to the City of Ottawa DWS at
WaterDistributionSubmissions@ottawa.ca, for review; the initial TPWSSP requires two
(2) weeks for review. The Contractor acknowledges that revisions to the TPWSSP may
be necessary, in consultation with the City; subsequent revisions require one (1) week
for review. The TPWSSP shall be resubmitted if changes to the temporary water system
are required after the installation of the temporary potable water supply services;
subsequent revisions require one (1) week for review.

Any proposed phasing will be subject to additional review and require confirmation by
the City.

The Contractor is not permitted to proceed with the installation of the temporary potable
water supply services until the TPWSSP is confirmed.

493.05 MATERIALS

493.05.01 General

Fittings shall be suitable for and compatible with the pipe material and class with which
they are used.

All materials in contact with potable water shall be NSF/ANSI 61 certified and, if being
reused, shall be free of damage and have been used exclusively for potable water
services in the past. All materials in contact with potable water shall be stored in clean

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 7 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

conditions; the Contract Administrator reserves the right to inspect the Contractor’s
material storage.

All materials shall be capable of withstanding 860 kPa of pressure and all other
conditions of use.

The temporary potable water system is not required to provide fire protection unless
specified in the Design Basis.

493.05.02 Temporary Potable Water Supply Services

The pipe, hose, and all other materials used in conjunction with the temporary potable
water supply services shall be as follows:

a) Flexible hose jackets shall be abrasion resistant, either double jacket or specially
coated, and be capable of being driven over by vehicles periodically without short
term effects.

b) Hose lining shall be of material that does not impart any taste or odour to the
water.

c) Hose shall come complete with aluminum couplings with threads. Steel
couplings will not be permitted.

d) Rigid pipe shall be made of class 12454-B PVC material according to ASTM D
1784. Material shall have a minimum hydrostatic design stress of 14 MPa.

e) PVC shall be formulated with impact modifiers, heat stabilizers, and ultraviolet
inhibitors.

f) Pipe extrusion shall meet or exceed all requirements of ASTM D 2241.

g) Joints and couplings shall be according to ASTM D 3139.

h) O-rings shall be according to ASTM F 477.

i) The minimum hose or rigid pipe diameter shall be 50mm for temporary
watermains and 19mm for temporary water services unless otherwise specified
in the Design Basis.

j) Double check valve backflow preventers shall be according to CSA B64.5 and
AWWA C510. Reduced pressure type assembly is also permitted and shall be
according to CSA B64.4 and AWWA C511. Backflow preventers shall be
installed, maintained, and field-tested in accordance with the latest edition of
Section F\Watermain\F-4930 – March 1, 2017
S.P. No.: F-4930

Date: March 2017

Page: 8 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

CAN/CSA-B64.10. The backflow prevention device must be certified by a


certified tester and the certification must be submitted to the Contractor
Administrator prior to use. If the backflow prevention device is installed on a
hydrant, a stand shall be used to support the weight of the backflow unit to limit
any potential damage to the hydrant.

493.05.03 Valves

Valves shall be according to OPSS 441.

493.05.04 Temporary Hydrants

Temporary hydrants are not required unless specified in the Design Basis.

493.07 CONSTRUCTION

493.07.01 General

Written notices to all affected property owners will be distributed by the City
approximately 24-48 hours prior to any disruption of water service as a result of the
temporary by-pass. Contractor to notify Contract Administrator a minimum of 72 hours
in advance prior to any disruption of water service.

All labour and materials for the installation and maintenance of the temporary potable
water supply service shall be supplied by the Contractor, as required. Connection of the
temporary water system to the existing distribution system is to be completed by City of
Ottawa forces; under no circumstance is the Contractor permitted to perform this
connection.

Temporary water services shall be connected to the temporary watermain for each
single residential unit or other building by the Contractor.

Connection to the private plumbing system of a residential unit shall be via a wye at an
outside hose bid with valves on two (2) sides of the wye. Connection of single

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 9 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

residential units in series is not permitted. Each temporary water service shall have its
own valved connection at the temporary watermain.

The temporary watermain shall have an isolation ball valve installed every fifty (50)
meters or less to reduce potential limits of impacts to services in the event of a
leak/break.

Connection to ICI buildings shall be as specified in the Design Basis.

An adequate water supply shall be available at all times. In the event of a temporary
water service failure, the Contractor shall immediately notify 3-1-1 and the Contract
Administrator so that it can be repaired by the City; repair costs will be charged back to
the Contractor.

Care shall be exercised during the installation of temporary potable water supply
services to avoid contamination of the services.

Temporary servicing installations will not be permitted during freezing weather, unless
directed by the Contract Administrator. Temporary watermains or temporary water
services in operation during freezing weather will be protected from freezing. Temporary
service pipes no longer in use shall be removed or drained after existing services are
restored, as directed by the Contract Administrator.

493.07.01.01 Coordination

The Contractor shall coordinate through the Contract Administrator at least two (2)
business days in advance of commencing any works which require labour, equipment or
materials to be provided by the City of Ottawa DWS in order to arrange scheduling.
Connections over 5.5m require coordination at least seven (7) business days in
advance. Business day means Monday to Friday, inclusive, between the hours of 7:30
a.m. and 4:00 p.m. Coordination requirements include:

1. The Contractor shall complete the “DWS Construction Scheduling Request


Form” with all relevant information and submit it via email to the Contract
Administrator.

2. The Contract Administrator will review the “DWS Construction Scheduling


Request Form” and forward it via email to the City of Ottawa Water Department
Maintenance Planners at water-booking@ottawa.ca; the Contractor will be
copied on this email.

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 10 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

3. The Maintenance Planners will review the “DWS Construction Scheduling


Request Form” and a Water Distribution crew will be scheduled based on
availability.

4. The Maintenance Planners will input into the “DWS Construction Scheduling
Request Form” the scheduled start date and time and send the form back to the
Contract Administrator via email. The Contractor will be copied on that email
which shall serve as confirmation of the scheduled start date and time.

5. The Contractor provides applicable labour, material, and equipment at the


scheduled start date and time.

6. Any required changes to the scheduled start date and time must be
communicated to the Contract Administrator who will take appropriate action.

DWS crews will be scheduled based on availability. The unavailability of a crew on the
date requested will not be considered justification for a claim by the Contractor.

493.07.01.02 Installation

The Contractor shall assemble the temporary watermain and the temporary services
ensuring sufficient length to the source and the customer’s connection point.

The ends of the temporary watermain shall be capped when arriving on site and kept
capped until placed in use.

To maintain the quality of the water and prevent stagnate water, the temporary
watermain must utilize a low flow bleeder hose after commissioning.
The connection of the temporary water source shall be located in a secure location and
be vandal and tamper resistant. The Contractor shall supply and install a backflow
preventer at this location. A backflow preventer is required to separate the two systems
as long as the temporary system is in service.

The relocation of the temporary water system either in whole or in parts by any means
without conducting and passing the chlorine residual and bacteriological requirements
shall not be permitted; relocation is defined as depressurizing and moving the pipework
in order to service other water users. Any section of the temporary watermain that
requires relocation must undergo the complete commissioning process including
chlorination and bacteriological sampling.

When excavation is required to provide temporary services, the Contractor shall provide
all labour and equipment to assist the City during installation. The Contractor shall

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 11 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

ensure that the excavation is complete and safe prior to City Water Services arrival on
site.

The City will perform any repairs to the temporary potable water supply service at the
cost of the Contractor.

493.07.02 Temporary Watermains

The minimum inside pipe diameter shall be 50mm for temporary watermains unless
otherwise specified in the Design Basis. The temporary watermain shall be of a size to
provide adequate water supply during peak demand of connected users.

At any connection of a temporary watermain to the water supply and distribution system
a double check valve backflow preventer, or reduced pressure type assembly, shall be
installed. Existing fire hydrants may be used as a source for the temporary water supply
system. Source connections shall be as specified in the Design Basis.

493.07.03 Temporary Potable Water Supply Services

Temporary potable water supply services for single residential units shall be a minimum
of 19mm inside diameter unless otherwise specified in the Design Basis. Temporary
potable water supply services for other users, including flow to maintain fire protection
systems, shall be as specified in the Design Basis.

The temporary potable water supply service connections shall be valved near the point
of connection to the temporary watermain and also valved near the point of connection
to a private plumbing system so that both the temporary watermain and the temporary
services may be disinfected.

493.07.04 Hydrants

An “Out of Service” sign shall be placed by the Contractor on every hydrant taken out of
service as a result of the temporary system. The “Out of Service” sign shall not be
removed until the hydrant is placed back in service by City forces.

If specified, temporary hydrant(s) and the necessary valves and fittings shall be installed
and maintained according to the Design Basis.

Before permanently shutting down the existing watermain, the temporary hydrants shall
be tested to ensure that they are in proper working order.

Once in use, the temporary hydrants shall be maintained until the existing or new
hydrants are restored to service.

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 12 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

All temporary hydrants shall have reflective tape on the barrel for increased visibility.
The temporary hydrants shall stand in an upright position at all times and clear access
to the temporary hydrants shall be maintained at all times.

493.07.05 Valves

Valves shall be installed at each branch of a temporary watermain.

493.07.06 Protection

In general, the temporary potable water supply pipe shall be laid where it causes the
least obstruction and is least likely to be damaged.

When temporary watermains and bleeder hoses cross over the roadway, the asphalt
pavement shall be saw-cut and removed and the temporary watermain shall be buried
using hot mix asphalt or alternatively asphalt grindings where approved by the Contract
Administrator. Under no circumstance is a pipe/hose road crossing to remain open and
unprotected from vehicular and pedestrian traffic. If a concrete road base exists, it shall
not be disturbed and the pipe/hose shall be protected using asphalt padding (or an
approved equivalent) over the pipe. A polyethylene sheet (or an approved equivalent)
shall be placed as a barrier on the concrete road base.

On full right-of-way reconstruction projects, installed temporary potable water supply


service pipe/hose shall be buried at all sidewalks, driveways, and walkways.

On projects where the road surface is not being reconstructed, the temporary watermain
and temporary service pipe/hose shall be buried at all road crossings. Where temporary
watermains or temporary services cross a driveway or a sidewalk, the pipe/hose shall
be protected by using asphalt padding (or an approved equivalent) over the pipe. A
polyethylene sheet (or an approved equivalent) shall be placed as a barrier on concrete
or interlocking driveways. All work performed and material used shall be to the
satisfaction of the Contract Administrator.

The Contractor shall protect the temporary potable water supply services installed at all
road, sidewalk, driveway, and walkway crossings for the duration of the construction
schedule. The work of protecting the temporary watermain and services shall include
saw-cutting, earth excavation, backfill, asphalt reinstatement, and ramping material
required and as directed by the Contract Administrator.

The Contractor shall provide adequate signage at locations where hoses are exposed
and may present a public safety hazard, such as where blow-off hoses are discharging
to catchbasins. Safety flashers and barricades, as may be required, shall be furnished
and maintained. In general, the temporary potable water supply service pipe/hose shall

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 13 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

be laid where it causes the least obstruction to the public and is least likely to be
damaged.

493.07.07 Leakage Testing

The temporary potable water supply service shall be watertight.

The Contractor shall complete a leakage test of the completed installation of all
Temporary watermains and Temporary potable water supply services including all
service connections, valves and hydrant installations. The leakage test shall be
completed at the expected operating pressure.

Leakage testing shall be conducted in the presence of the Contract Administrator upon
completion of the temporary watermain, including services. All leaks shall be repaired
by the Contractor prior to covering the pipe/hose. Additional visual leakage inspections
shall be required on a weekly basis by the Contractor. If damage, loss of pressure or
leaks are found in the temporary water system, the Contractor is to notify the City
immediately at 3-1-1 and the Contract Administrator.

493.07.08 Flushing, Swabbing and Disinfecting Temporary Watermains


and Services

The Contractor shall swab the Temporary Watermains prior to disinfection and
bacteriological sampling.

The City shall perform the disinfection of the complete temporary potable water supply
service per AWWA C-651. The temporary watermain and the temporary water services,
including any hydrants used for source water supply, will be disinfected at the same
time. The temporary potable water supply service system cannot become operational
until the City has completed the disinfection.

Upon completion of the disinfection, the Contractor shall schedule a City DWS crew to
make the connections of the temporary watermain to the feed, and the temporary
services to the Customers’ connection points. If the connection point is at the existing
service valve, then the excavation and necessary shoring must be in place prior to when
the City DWS crew is scheduled to perform the task.

Regular sampling and testing for chlorine residual shall be carried out by the City.
Should the water quality deteriorate during the operation of the temporary potable water
supply service system, the City shall direct and supervise the Contractor until such point
that the water quality has been rectified to the satisfaction of the City. The Contractor
shall be responsible for all costs associated with the rectification work.

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 14 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

493.07.09 Operation and Maintenance of Temporary Potable Water


Supply Services

Once the temporary potable water supply services system has been placed in service,
all valve operations and modifications to the system can only be performed by the City.

The Contractor shall immediately notify 3-1-1 and the Contract Administrator of any
interruption or problem with the temporary potable water supply services system so that
it can be repaired by the City.

Repairs or replacements of the temporary potable water supply services system are to
be completed by the City using materials provided by the Contractor and with
assistance by the Contractor; repair costs will be charged back to the Contractor.

The Contractor shall provide a 24 hour contact for repairs to the temporary potable
water supply services system.

493.07.10 Removal of Temporary Potable Water Supply Services

The City shall close the temporary watermain source and remove the temporary water
service from the customer’s connection point and the temporary watermain source. If
the connection point is at the existing service valve, then the excavation and necessary
shoring must be in place prior to when the City DWS crew is scheduled to perform the
task.

Temporary potable water supply services may be utilized from approximately mid-April,
subject to favourable weather conditions. The installation of temporary potable water
supply services after September 30th will not be permitted. All service transfers from the
temporary water supply shall be completed by approximately mid-October to allow for
complete removal of the temporary water supply before freezing conditions. The
Contractor shall take all necessary measures to protect the temporary potable water
supply services from freezing. Any costs associated with frozen temporary potable
water supply services will be charged to the Contractor. Any variation from the
schedule above must be approved by the City.

493.07.11 Management of Excess Material

Management of excess material shall be according to the Contract Documents.

All chlorinated water used for testing, flushing, or disinfecting watermains shall be
directed to an acceptable outlet in a manner that meets the requirements of all
applicable regulations. The method of disposal of chlorinated water is subject to the
approval of the Contract Administrator. The Contractor shall obtain a sanitary sewer use

Section F\Watermain\F-4930 – March 1, 2017


S.P. No.: F-4930

Date: March 2017

Page: 15 of 15

TEMPORARY POTABLE WATER SUPPLY SERVICES

agreement from the City before discharging chlorinated water to the sewer system; all
costs associated with obtaining the sanitary sewer use agreement shall be borne by the
Contractor.

493.10 BASIS OF PAYMENT

493.10.01 Temporary Potable Water Supply Services (All Inclusive) - Item

Payment at the Contract price for the above tender item shall be full compensation for
all labour, equipment, and material to do the work. All costs associated with the
temporary potable water supply service system are deemed to be included in the above
tender item.

Payment shall be based upon the following schedule:

a) 20% upon satisfactory submission and approval of the Temporary Potable Water
Supply Services Plan;
b) 30% upon satisfactory supply, installation (of both the temporary watermain and
the temporary services, regardless of how the temporary services are connected
to the Customer’s connection point), flushing, leakage testing, disinfecting,
connections and testing of the temporary potable water supply service system;
c) 40% pro-rated into equal payments over the term of the Contract; and
d) 10% upon successful completion and removal of the temporary potable water
supply services, including reinstatement of all road cuts per the Contract
Documents.

This payment schedule may only be modified as agreed upon in writing between the
Contractor and the Contract Administrator.

Removal or draining of the temporary potable water supply service system during
freezing weather and its subsequent return to service shall be at no additional cost to
the Owner.

Section F\Watermain\F-4930 – March 1, 2017


S.P. No: F-5103
Date: March 2011
Page: 1 of 2

REMOVAL OF ASPHALT PAVEMENT, PARTIAL DEPTH

Amendments to OPSS 314 and OPSS 510

OPSS 314, and OPSS 510, shall apply except as may be amended and extended herein.

510.7.6.4 Removal of Asphalt Pavement Partial Depth

Section 510.07.06.04 is extended with the following:

Unless otherwise directed by the Contract Administrator, the automatic grade control system shall incorporate a
sonic sensor or mechanical ski with a minimum span of 10 metres.

Drainage Protection

The Contractor shall prevent reclaimed asphalt pavement (RAP) from entering storm sewers and catch basins.

Use of Reclaimed Asphalt Pavement (RAP) on Shoulders

Pursuant to clause 510.07.06.04, Removal of Asphalt Pavement Partial Depth, of OPSS 510, the reclaimed asphalt
pavement (RAP) material from this Contract shall be used for roadway shoulder construction when directed by
the Contract Administrator, and placed in conformance with OPSS 314.

Section 314.05, Materials, of OPSS 314 is amended by the addition of the following:

The reclaimed asphalt pavement (RAP) used for roadway shoulder construction shall have 100% passing the
37.5 mm sieve. Random in-place tests will be taken for acceptance purposes. A maximum of 5% oversize
passing the 37.5 mm sieve will be accepted. Material retained on the 50 mm sieve shall be reprocessed or
removed and managed as specified elsewhere in the Contract.

Subsection 314.07.04, Shoulders, of OPSS 314 is amended by the addition of the following:

When RAP is used in shoulder construction, the following applies:

• The existing roadway shoulders shall be graded to provide for a minimum depth of 50 mm of reclaimed
asphalt pavement (RAP) at the edge of the new pavement structure.
• The reclaimed asphalt material shall be placed on the shoulders with sufficient gaps to maintain shoulder
drainage. At the end of each day's milling operations to remove the asphalt pavement, the reclaimed material
shall be levelled or placed in such a manner that allows vehicles to safely pull off onto the shoulders.
• Upon completion of the milling operations, the reclaimed asphalt pavement (RAP) shall be pulverized with
the existing granular material on the shoulders and the processed material shall be spread and compacted to
the specified line, grade and shoulder cross-section. Shoulder compaction shall consist of a minimum number
of 3 passes of a Class S1 roller conforming to OPSS 310 or equivalent.

Conservation of Reclaimed Asphalt Pavement

When specified in the contract, all removed asphalt pavement material remains the property of the City of Ottawa.
The RAP shall be transported to the location specified, in the quantities specified, and stockpiled according to the
direction of the Contract Administrator.

Basis of Payment

Section F\Road\Clearing & Removals\F-5103 – March 31, 2011


S.P. No: F-5103
Date: March 2011
Page: 2 of 2

REMOVAL OF ASPHALT PAVEMENT, PARTIAL DEPTH

Section 510.10, Basis of Payment, of OPSS 510 is amended by the addition of the following:

Payment at the Contract price for the tender item “Removal of Asphalt Pavement, Partial Depth” shall include full
compensation for all labour, equipment and material required to construct roadway shoulders with reclaimed
asphalt pavement (RAP), and transportation to City of Ottawa designated sites.

Section F\Road\Clearing & Removals\F-5103 – March 31, 2011


S.P. No: F-5104
Date: March 2007
Page: 1 of 1
PRECISION MILLING

Amendments to OPSS 510

OPSS 510 shall apply except as may be amended and extended herein.

Scope

The work consists of a cold milling process designed to improve the geometry, ride ability and skid resistance of
distressed or displaced asphalt and concrete pavements.

This process can be used to improve or correct rutting, skid resistance, flushing, polishing in a deficient pavement.
Precision milling creates a fine textured surface, which may be used with or without an overlay.

Equipment

A conventional Cold Milling Machine may be used, which shall be equipped with a specially designed and built
high-speed cutting mandrel. The Cutting Mandrel is equipped with more than twice the number of carbide cutting
teeth as a conventional mandrel. This will create a tooth spacing of approximately 8 mm as opposed to the
standard spacing of 15-20mm. The machine shall also be equipped with state of the art electronic grade and slope
control.

The combination of these technologies will permit the removal of a very thin lift of pavement. The minimum
drum cutting width shall be 1.2 m wide. The asphalt pavement shall be removed at a maximum depth of 15 mm.
The number of engagements of carbide tools with the surface that is being milled shall be not less than 1830
engagements per square metre.

All efforts shall be taken to prevent “stepping” (i.e. elevation differences) between adjacent passes of the milling
machine as this difference in elevation may adversely affect the lateral drainage of surface water or vehicle
control. Adjacent passes that are more than 5mm different in elevation will be considered unacceptable and must
be corrected by additional passes with the milling machine or other means satisfactory to the Contract
Administrator at no additional cost to the owner.

Measurement for Payment

Precision milling will be measured for payment by square metres.

Basis of Payment

Payment at the contract price for all items involved to complete this work shall include full compensation for all
labour, equipment and materials to do the work described above.

Section F\Road\Clearing & Removals\F-5104 - March 31, 2007


S. P. No: F-6011
Date: February 2016
Page: 1 of 4
CITY OF OTTAWA STREETLIGHTING

Standards

Materials and installations must meet CSA, UL and the Ontario Provincial Electrical
code requirements.

Streetlighting Engineering Specifications

Materials and installations must meet the City of Ottawa Right-of-Way Lighting Policy and
the following Streetlight Engineering Specifications as applicable:

SPECIFICATION DESCRIPTION REVISION REV. DATE


LAS0001 Photoelectric Controllers 4 February 2016
LAS0010 LED Control Nodes and Gateways 0 February 2016
LBS0001 Streetlight Brackets and Adapters 7 February 2016
LCS0001 Cable 6 February 2016
LGC0001 General Conditions 3 February 2016
LGS0001 General Servicing - Existing System 6 February 2016
LIS0001 Installation of Streetlight Equipment 7 February 2016
LLS0001 HID Coach Style Luminaire 7 February 2016
LLS0002 HID Shoebox Style Luminaire 6 February 2016
LLS0003 HID Cobra Head Style Luminaire 6 February 2016
LLS0005 HID Lamps & Ballasts 6 February 2016
LLS0006 Cleaning & Relamping 6 February 2016
LLS0007 Replacement of Luminaires 7 February 2016
LLS0010 LED Style Luminaire 0 February 2016
LPS0001 Concrete Poles 7 February 2016
LPS0002 Aluminum Poles 7 February 2016

Streetlighting Detailed Drawings

Materials and installations must meet the City of Ottawa Right-of-Way Lighting Policy and
the following Streetlight Detailed Drawings as applicable:

DRAWING DESCRIPTION REVISION REV. DATE


LAD001A PHOTOCELL & RELAY DETAIL 0 1-Mar-2014
LAD002A 30/60/100A RELAY 0 1-Mar-2014
LAD003A PHOTOCELL MONITORING 0 1-Mar-2014
LAD004A CONTROL NODE 0 1-Feb-2016

Section F\Electrical\F-6011 – February 16th, 2016


S. P. No: F-6011
Date: February 2016
Page: 2 of 4
CITY OF OTTAWA STREETLIGHTING

LAD005A GATEWAY 0 1-Feb-2016


LBD001A UNIVERSAL ALUMINUM BRACKET 0 1-Mar-2014
LBD001B UNIVERSAL SHORT STRAIGHT BRACKET 0 1-Feb-2016
LBD002A ALUMINUM SCROLL BRACKET 0 1-Mar-2014
ADAPTOR BRACKET FOR ROUND SHOEBOX
LBD003A
LUMINAIRE 0 1-Mar-2014

ADAPTOR BRACKET FOR WING LUMINAIRE -


LBD004A
LARGE 0 1-Feb-2016
ADAPTOR BRACKET FOR WING LUMINAIRE -
LBD004B
SMALL 0 1-Feb-2016
LBD005A T.B.D 0 1-Mar-2014
LID001A DUCT INSTALLATION 0 1-Mar-2014
CONCRETE FOOTING DETAIL - DECORATIVE
LID002A
POLE 0 1-Mar-2014
CONCRETE FOOTING DETAIL - DECORATIVE
LID002B
POLE WITH SHROUD 0 1-Mar-2014
LID002C CONCRETE FOOTING DETAIL - ROUND 0 1-Mar-2014
LID002D CONCRETE FOOTING DETAIL - PYRAMID 0 1-Mar-2014
CONCRETE FOOTING DETAIL - MARKET STYLE
LID002E
LIGHT 0 1-Mar-2014
LID002F DISCONNECT PAD FOUNDATION 0 1-Mar-2014
DEEP CONCRETE DITCH FOOTING DETAIL -
LID002G
PYRAMID 0 1-Feb-2016
LID003A CONCRETE POLE HANDLING & INSTALLATION 0 1-Mar-2014
LID003B POLE GUY 0 1-Mar-2014
LID004A CONCRETE CONDUIT HANDHOLE (STANDARD) 0 1-Mar-2014
LID004B CONDUIT HANDHOLE FRAME 0 1-Mar-2014
LID004C CONDUIT HANDHOLE COVER 0 1-Mar-2014
LID004D CONCRETE CONDUIT MAINTENANCE HOLE 0 1-Mar-2014
LID004E CONCRETE CONDUIT MAINTENANCE FRAME 0 1-Mar-2014
LID004F CONCRETE CONDUIT MAINTENANCE COVER 0 1-Mar-2014
LID004G CONCRETE CONDUIT HANDHOLE (SHALLOW) 0 1-Mar-2014
LID005A SERVICE ENTRANCE DISCONNECT 1 1-Feb-2016
LID005B POLE MOUNT DISCONNECT 1 1-Feb-2016
100A STREETLIGHT DISCONENCT WOOD POLE
LID005C
MOUNT 1 1-Feb-2016
LID005D STREET LIGHTING DISCONNECT CABINET 1 1-Feb-2016
LID005E STREET LIGHTING DISCONNECT PANEL 0 1-Mar-2014
STREET LIGHTING DISCONNECT PANEL WITH
LID005F
REVENUE METER BASE 1 1-Feb-2016

Section F\Electrical\F-6011 – February 16th, 2016


S. P. No: F-6011
Date: February 2016
Page: 3 of 4
CITY OF OTTAWA STREETLIGHTING

STREET LIGHTING DISCONNECT PANEL WITH


LID005G
CHECK METER BASE 1 1-Feb-2016
LID005H STREET LIGHTING GROUNDING DETAIL 1 1-Feb-2016
LUMINAIRE INSTALLATION/CONNECTION -
LID006A
AL./CONC. POLE 0 1-Mar-2014
LUMINAIRE INSTALLATION/CONNECTION -
LID006B
WOOD POLE 0 1-Mar-2014
LID006C SECONDARY OVERHEAD CONNECTION 0 1-Mar-2014
LID007A POLE FOUNDATION GRADING 0 1-Mar-2014
LID007B CULVERT DETAIL 0 1-Mar-2014
LID007C SINGLE SUPPLY WITH TRAFFIC 0 1-Mar-2014
LLD001A LRL LED COBRA HEAD STYLE LUMINAIRE 0 1-Feb-2016
CREE LEDWAY HO LED COBRA HEAD STYLE
LLD001B
LUMINAIRE 0 1-Feb-2016
CREE XSP LED COBRA HEAD STYLE
LLD001C
LUMINAIRE 0 1-Feb-2016
LED SQUARE LANTERN LUMINAIRE - POST
LLD002A
TOP SPECIAL AREA 0 1-Feb-2016
LED SQUARE LANTERN LUMINAIRE - SIDE
LLD002B
MOUNT SPECIAL AREA 0 1-Feb-2016
LLD003A ROUND STYLE SHOEBOX LUMINAIRE 0 1-Feb-2016
LLD004A LED WING STYLE LUMINAIRE SPECIAL AREA 0 1-Feb-2016
LLD005A LED CONE STYLE LUMINAIRE SPECIAL AREA 0 1-Feb-2016
LLD006A LED WALL PACK LUMINAIRE 0 1-Feb-2016
LPD001A CONCRETE POLE POST TOP - CLASS BL 0 1-Mar-2014
LPD001B CONCRETE POLE BRACKET MOUNT - CLASS B 0 1-Mar-2014
CONCRETE BRACKET MOUNT - LARGE BUTT
LPD001C
CLASS D 0 1-Mar-2014
CONCRETE POLE MOUNT - LARGE BUTT
LPD001D
CLASS B 0 1-Mar-2014
CONCRETE POLE - SEWER SCADA ANTENNA &
LPD001E
STREET LIGHT 0 1-Mar-2014
LPD001F CONCRETE POLE - OCTANGONAL TAPERED 0 1-Mar-2014
CONCRETE POLE -OCTAGONAL TAPERED
LPD001G
(LARGE BUTT) 0 1-Mar-2014
LPD002A ALUMINUM POLE 0 1-Mar-2014
LPD003A FRANGIBLE BASE (ALUMINUM POLE) 0 1-Mar-2014
LPD003B VIBRATION DAMPER 0 1-Mar-2014

Section F\Electrical\F-6011 – February 16th, 2016


S. P. No: F-6011
Date: February 2016
Page: 4 of 4
CITY OF OTTAWA STREETLIGHTING

Joint-Use Streetlighting/Traffic-Operations Disconnect Panel (JU EB99)


Connections

The electrical contractor is responsible to complete all street light connections


with-in the disconnect panel, excluding the connections of circuits for luminaires
on joint use Traffic poles.

The electrical contractor must complete all streetlight connections within the
panel before it is energized. They are to coordinate this work with the City’s
Traffic Operations Unit.

All current requirements as per the Ontario Provincial Electrical code must be
met.

Streetlight 100A Disconnect Panel (SLDC12) Connections

The electrical contractor is responsible to complete all street light connections


with-in the disconnect panel.

The electrical contractor must complete all streetlight connections within the
panel before it is energized.

The electrical contractor will be responsible to supply Hydro with the ESA
certificate and coordinate with Hydro (including making the appointment) for final
connection.
All current requirements as per the Ontario Provincial Electrical code must be
met.

Joint Use (JU) Street Lighting and Traffic Material Requirements

The electrical contractor is responsible to order and take delivery of all equipment
(brackets and fixtures c/w LRL240 node) indicated to be installed on City of
Ottawa Street Lighting and Traffic Joint-use poles.

The contractor must store this equipment at their facility until an agreed upon
time and location can be co-ordinated with the City’s Traffic Operations Unit.

Section F\Electrical\F-6011 – February 16th, 2016


S.P. No: F-6031
Date: March 2009
Page: 1 of 1
HYDRO DUCTS

Amendments to OPSS 603

OPSS 603 shall apply except as may be amended and extended herein.

Material Supplied by Hydro

Subsection 603.05.08, Ducts and Fittings, of OPSS 603 is amended by the addition of the following:

All conduit, couplings, elbows and fittings required for the installation of Hydro ducts will be supplied by Hydro
Ottawa to be picked up by the Contractor. Notice will be required twenty-four (24) hours prior to material being
required.

The Contractor shall supply all other materials.

Section F\Electrical\F-6031 – March 31, 2009


S.P. No: F-6101
Date: March 2017
Page: 1 of 1
REMOVAL OF ELECTRICAL EQUIPMENT

Amendments to OPSS 610

OPSS 610, shall apply except as may be amended and extended herein.

Luminaires

Subsection 610.07.05, Luminaires, of OPSS 610 is deleted in its entirety.

Shipping of Salvaged Electrical Equipment and Materials

Clause 610.07.09.03, Shipping of Salvaged Electrical Equipment and Materials, of OPSS 610
is deleted and replaced with the following:

All salvaged equipment shall be loaded, transported and unloaded at the storage site
designated by the Contract Administrator. Salvaged equipment containing PCBs shall be
unloaded in a manner which keeps it separate from salvaged equipment which does not
contain PCBs.

Mercury vapour and fluorescent luminaires and internally illuminated signs manufactured
before 1981 or have an unknown make or date of manufacture, and designated for removal
under Subsection 610.07.05 of OPSS 610 shall be treated as containing PCBs.

Basis of Payment

Subsection 610.10.01, Removal of Electrical Equipment – Item, of OPSS 610 is amended


by the addition of the following:

Compensation for costs associated with the removal, salvage and transportation requirements
of Subsection 610.07.09 shall be deemed to be included in the Contract prices for those items
requiring the work.

Work required to salvage and transport liquid type transformers will be paid as extra work,
conforming to Subsection GC3.0, Administration of the Contract, of the General Conditions of
Contract.

Section F\Electrical\F-6101 – March 1, 2017


S.P. No: F-6111
Date: March 2013
Page: 1 of 1
UNDERPASS LUMINAIRES

Amendments to OPSS 611


OPSS 611 shall apply except as may be amended and extended herein.

Surface Mounted Duct Systems


Subsection 611.07.01, Surface Mounted Conduit Systems, of OPSS 611 is deleted and
replaced with the following:

Surface mounted duct systems shall be installed in conformance with OPSS 603.

Measurement for Payment


Section 611.09, Measurement for Payment, of OPSS 611 is deleted and replaced with the
following:

Actual Measurement:
Where the Contract includes tender items using the Individual Item Method, measurement will
be made of the number of luminaires.

Plan Quantity Measurement:


Where the Contract includes tender items using the Individual Item Method, measurement is
by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the number of luminaires.

Section F\Electrical\F-6111 – March 31, 2013


S.P. No: F-6151
Date: March 2007
Page: 1 of 1
POLE ERECTION

Amendments to OPSS 615

OPSS 615, shall apply except as may be amended and extended herein.

Frangible Bases

Subsection 615.05.04, Frangible Bases, of OPSS 615 is deleted and replaced with the following:

Frangible bases shall be grooved coupler type (Model Px1 1/4) manufactured by Manitoba Safe-T-Base or Owner
approved alternative.

Section F\Electrical\F-6151 – March 31, 2007


S.P. No: F-6171
Date: March 2009
Page: 1 of 2

ROADWAY LUMINAIRES

Amendments to OPSS 617

OPSS 617, shall apply except as may be amended and extended herein.

High Mast Luminaires

Section 617.05, Materials, of OPSS 617 is amended by the addition of the following:

High mast luminaires, high bay type, shall conform to OPSS 2432.

High mast luminaires, floodlighting type, shall conform to OPSS 2479.

Subsection 617.07.01, General, of OPSS 617 is amended by the addition of the following

The refractors to be installed on high mast luminaires shall match the appropriate luminaire distribution at each
pole location.

Subsection 617.07.05.01, Luminaires – General, of OPSS 617 is expanded to include high bay type high mast
luminaires and the addition of the following:

Asymmetrical distribution type high mast luminaires shall be positioned such that the notch on the street side of
the refractor shall be aligned to 0° true north. Rotate the notch on the street side of the refractor clockwise to the
angle shown in the Contract.

Subsection 617.07.06, Wiring and Connections, of OPSS 617 is amended by the addition of the following:

Luminaires shall be connected to their respective circuits as indicated in the Contract.

Wiring for high mast luminaire connection shall be provided with the luminaire raising and lowering equipment.
The wiring shall be installed through the arm or tenon and connections made to the luminaire.

Subsection 617.07.06, Wiring and Connections of OPSS 617 is amended by the deletion of the 2nd paragraph and
replaced with :

Risers wires on wood poles shall enter the bracket with a drip loop and shall be installed in conduit only if the
riser wire is at a height of 7.6m or less (which is within the telecommunications corridor). At heights greater than
7.6m, it shall be left up to the discretion of the supply authority as to whether conduit is installed or not.

Subsection 617.07.07, Grounding of OPSS 617 is deleted in it’s entirety and replaced with the following:

For metal or concrete pole mounting, a #12 AWG and #14 AWG, insulated (green) stranded copper ground wire
shall be installed between the luminaire housing ground terminal and the ground stud in the pole handhole.

For wood pole mounting, a #12 AWG and #14 AWG, insulated (green) stranded copper ground wire shall be
installed between the luminaire housing ground terminal and the #6 AWG system ground wire where installed.

Grounding work shall be carried out in accordance with the requirements of section 609.07 of OPSS 609.

Section F\Electrical\F-6171 – March 31, 2009


S.P. No: F-6171
Date: March 2009
Page: 2 of 2

ROADWAY LUMINAIRES

Subsection 617.07.08, replacing luminaries, of OPSS 617 is deleted in it’s entirety and replaced with the
following:

The Contractor shall remove existing luminaries where allowed to do so, (ie – if the local utility company is not
the maintenance authority) and in accordance with the requirements of section 610.07 of OPSS 610 and install
new luminaries in accordance with the requirements of sub-section 617.07.04 or 617.07.05 where required in the
contract. Existing riser wires and luminaire ground wire shall be salvaged and connected to the new luminaires.

Measurement for Payment

Section 617.09, Measurement for Payment, of OPSS 617 is deleted replaced with the following:

Actual Measurement:

Where the Contract includes tender items using the Individual Item Method, measurement will be made of the
number of luminaires.

Plan Quantity Measurement:

Where the Contract includes tender items using the Individual Item Method, measurement is by Plan Quantity, as
may be revised by Adjusted Plan Quantity, of the number of luminaires.

Basis Of Payment

Section 617.10, Basis of Payment, of OPSS 617 is amended by the addition of the following:

Payment at the Contract price for the tender items “High Mast Luminaires, High Bay Type” and “High Mast
Luminaires, Floodlight Type” shall be full compensation for all labour, equipment and materials required to
install luminaires on the raising and lowering equipment regardless of size or type, and shall include the
installation of lamps, extending the wiring on the luminaire supporting ring, connections, grounding, accessories,
adjustment and all testing including aiming under night time conditions to the angles stipulated in the Contract
drawings and as directed by the Contract Administrator.

Section F\Electrical\F-6171 – March 31, 2009


SP No : F-6201
Date : March 2011
Page : 1 of 1

INSTALLATION OF TRAFFIC CONTROL PLANT

1. CONSTRUCTION SPECIFICATIONS

(1) The nature of this Contract is such that,

(a) due to a number of intervening factors, the Owner will not be able to identify to the Contractor all
underground plant locations at the start of the contract.

(b) The Owner will, however, provide the Contractor with as many locations as possible before the
commencement of work and the remaining locations will be given to the Contractor as they become
available as a result of traffic studies, overlay programs and maintenance requirements during the
course of this contract, (one hundred twenty-five [125] days).

(c) Every effort will be made by the Owner to provide the Contractor with a continuous supply of
work. However, the Contractor should be advised that work under this contract may be
intermittent.

(2) Before work commences at any location, a work order must be received by the Contractor from the
Owner. This work order shall contain the following:

(a) scope of work at the location; and

(b) a plan indicating the location and nature of required work.

This work order shall be used as the basis for payment.

(3) The Contractor shall provide, for each location, a sign which indicates that the installation of
Underground Traffic Control Plant is being undertaken for the City of Ottawa. These signs are to be
erected in a conspicuous place on the job site for all contract work being done for the City before the job
is started.

Section F\Traffic\F-6201 – March 31, 2011


S.P. No: F-6202
Date: March 2016
Page 1 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
1. Definitions

In this Special Provision;

a. “Competent Founding Soil” means any founding soil other than that defined in (b) and
(c) below.

b. “Very Loose Foundation Soil” means a very loose sandy cohesionless soil in which a
man of average weight can push a 51 mm x 51 mm picket, bevelled at 45° on all sides
at one end to form a point, a distance of 203 mm or more into the soil.

c. “Soft Founding Soil” means a silt or clay cohesive soil in which a man of average weight
can penetrate 50 mm or more with his thumb.

d. “Road Cut By-Law” means the City of Ottawa Road Cut By-law.

e. “Rock Excavation” means solid rock in place, old concrete, stone masonry and boulders
3
greater than one-half cubic metre (0.5 m ) in volume.

f. “City” means the City of Ottawa.

g. “Traffic Plant Inspector” means the person appointed by the City to inspect
the Work and Material to be used in the work.

2. References

City of Ottawa Special Provisons

D-007 Supply of material by the Owner

F-4080 Adjusting or Rebuilding Maintenance Holes, Catch Basins, Ditch inlets and Valve
Chambers

F-6204 Traffic Plant Excavation and Additional Material

Ontario Provincial Standard Specifications

OPSS 501 Compacting

OPSS 904 Concrete Structures

OPSS 1010 Aggregates - Base, Subbase Select Subgrade, and Backfill Material

OPSS 1350 Concrete - Materials and Production

OPSS 1351 Precast Reinforced Concrete Components for Maintenance Holes, Catch Basins,
Ditch Inlets and Valve Chambers

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 2 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS

3. Work to be Done and Materials

The work to be done under this Special Provision shall include the furnishing of materials,
equipment and labour necessary for excavation, shoring, installation of traffic control
maintenance holes, foundations, backfilling and compacting as required.

Material supplied by the Owner is detailed in Special Provision D-007.

The Contractor shall use a flat bed truck or an equivalent appropriate vehicle to pick up the
materials.

4. Excavation

The Contractor shall:

a. excavate all materials to the depth and width shown on the standard detail drawings for
each location or as indicated by the Contract Administrator,
b. not excavate beyond the required limits except as indicated by the Contract
Administrator, and
c. salvage and re-use all traffic control maintenance hole and traffic control handhole
frames and covers.
d. conform to all the requirements of the Road Cut By-Law.

5. Backfilling

Any excavation requiring backfilling shall be backfilled to finished grade using Granular B
material compacted to meet the requirements of OPSS 501.

Granular material shall conform to the requirements of OPSS 1010.

6. Traffic Control Maintenance Holes

The Contractor shall install maintenance holes as indicated on the plan for each location.

The maintenance hole shall:

a. be constructed of precast concrete using 30 MPa 28 d 4% air entrained concrete as


specified in OPSS 1351;
b. be constructed according to Dwg T4 and shall be capped with a maintenance hole
frame and cover according to Dwg T5 and T6; and
c. be accurately set to grade.

The maintenance holes shall be reinforced by a welded wire mesh providing at least:

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 3 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
a. two (2) continuous wires with a total cross-sectional area of at least 323 mm2 in the
circumferential direction; and
b. ten (10) continuous wires with a total cross-sectional area of at least 258 mm2 in the
vertical direction; and

c. the mesh shall be overlapped by at least one panel in the circumferential direction.

The Contractor shall supply and place 19 mm clear stone or granular ‘A’:

a. to a depth of 150 mm, when compacted, below the base of the maintenance hole; and
b. so as to fill the 75 mm diameter sump in the base of maintenance hole.

The Contractor shall perform all work of:

a. excavation;
b. supplying and placing of traffic maintenance holes
c. supplying, placing and compacting clear stone;
d. connecting both new and existing conduits and ducts;
e. sawing or drilling conduit access holes;
f. grouting with concrete around all joints;
g. grouting with concrete around all conduits and ducts;
h. plugging and grouting with concrete unused access holes;
i. setting frame and cover to the proper grade; and
j. backfilling, including compaction of backfill material, using approved methods.

Where the installation of multiple conduits or ducts require enlargement of the formed hole in
the maintenance hole, the enlargement must be made by sawing or drilling.

Where a formed hole is not available in a maintenance hole, a new access hole must be made
only by drilling, sawing or coring to avoid damage to structure.

The Contractor shall supply all materials except the new frames and covers. Frames and
covers will be supplied by the City and shall be picked up by the Contractor at 175 Loretta
Avenue North. Notice will be required twenty-four (24) hours in advance of the frames and
covers being required.

Measurement for Payment

a. Actual Measurement:
Measurement will be made of the number of maintenance holes.

b. Plan Quantity Measurement:


Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the
number of maintenance holes.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 4 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
Basis of Payment

a. Payment at the Contract price per maintenance hole shall be full compensation for all
labour, equipment and material required to do the work.

b. Payment for rock excavation shall be as provided for in Special Provision F-6204,
Section 2.

6.1 Existing Traffic Control Maintenance Holes

Where traffic control maintenance holes exist prior to the commence work date and require
adjusting, the contractor shall make necessary grade adjustments to the frame/cover in
accordance with the methods outlined in F-4080. All work done under this section must first
be approved by the traffic signal plant inspector.

7. Traffic Control Handholes

The Contractor shall install handholes as indicated on the plan for each location.

The handhole shall be:

a. constructed of 30 MPa 28 d 4% air entrained concrete as specified in OPSS 1351;


b. constructed according to Dwg T1; and
c. accurately set to grade.

The Contractor shall supply and place sixteen millimetre (16 mm) clear crushed stone or
Granular “A”:

a. to a depth of 150 mm, when compacted, below the base of the handhole; and
b. so as to fill the 75 mm diameter sump in the base of the handhole.

The Contractor shall perform all work of:

a. excavation;
b. supplying and placing Traffic Control Handholes;
c. supplying, placing and compacting crushed stone;
d. connecting both new and existing conduits and ducts;
e. sawing or drilling conduit access holes;
f. grouting with concrete around all conduits and ducts;
g. plugging and grouting with concrete unused access holes;
h. setting frame and cover to the proper grade; and
i. backfilling, including compaction of backfill material, using approved methods.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 5 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
The Contractor shall supply all materials except the new frames and covers. The frames and
covers will be supplied by the City and shall be picked up by the Contractor at 175 Loretta
Avenue North. Notice will be required twenty-four (24) hours in advance of the frames and
covers being required.

Measurement for Payment

a. Actual Measurement:
Measurement will be made of the number of handholes.

b. Plan Quantity Measurement:


Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the
number of handholes.

Basis of Payment

a. Payment at the Contract price per handhole shall be full compensation for all labour,
equipment and material required to do the work.

b. Payment for rock excavation shall be as provided for in Special Provision F-6204,
Section 2.

7.1 Existing Traffic Control Handholes

Where traffic control handholes exist prior to the commence work date and require adjusting,
the contractor shall make necessary grade adjustments to the frame/cover in accordance with
the methods outlined in F-4080. All work done under this section must be approved by the
traffic signal plant inspector.

8. Traffic Control Foundations

8.1 Tubular, mast arm, controller and joint use foundations in competent founding
soils:

a. The Contractor shall construct foundations, in competent founding soil, at the location
as shown on the plan for each location. The contractor shall layout the foundations
using appropriate survey methods. After completion of the layout and before
excavation commences, the locations will be approved by the Traffic Plant Inspector.

b. The foundations shall be:

i. constructed according to Dwg T21, T22, T23 and T24;


ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904, and
iii. accurately set to grade.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 6 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
a. The Contractor may, with the approval of the Contract Administrator, install a cylindrical
foundation as an alternative to a rectangular foundation.

b. No additional payment will be made if the Contractor elects to install a cylindrical


foundation in lieu of a rectangular foundation.

8.2 Tubular, mast arm, controller and joint use foundations in very loose founding
soil or soft founding soil:

a. The Contractor shall construct foundations in very loose founding soil or soft founding
soil at the locations as shown on the plan for each location.

b. The foundation shall be:

i. constructed according to Dwg T21, T22, T23 and T24;


ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904, and
iii. accurately set to grade.

a. The Contractor may, with the approval of the Contract Administrator, install a cylindrical
foundation as an alternative to a rectangular foundation.

b. No additional payment will be made if the Contractor elects to install a cylindrical


foundation in lieu of a rectangular foundation.

c. The Contractor shall install a plastic sleeve or fibre tube on all foundations in a clay like
soil.

8.3 Tubular, mast arm, controller and joint use foundations in rock:

a. The Contractor shall construct foundations in rock at the locations as shown on the plan
for each location.

b. The foundation shall be:

i. constructed according to Dwg T25;


ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904, and
iii. accurately set to grade.

c. No additional payment will be made for rock excavation for foundations constructed
according to Dwg T25.

d. When the minimum height of the foundation is below the grade for the top of the
foundation, the Contractor shall place additional concrete to bring the top of the
foundation up to the grade.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 7 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
e. Payment for any additional concrete required to bring a foundation to the grade
specified by the Contract Administrator in (d) above shall be as provided in Special
Provision F-6204, Section 3.

8.4 Foundation for overhead flasher in soil or rock:

a. The Contractor shall construct overhead flasher foundations in soil or rock at the
locations as shown on the plan for each location.

b. The foundation shall be:

i. constructed according to Dwg T15A or T15B;


ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904, and
iii. accurately set to grade.

c. No additional payment will be made for rock excavation for foundations constructed
according to Dwg T15B.

d. When the height of the foundation specified in Dwg T15B is lower than the grade for the
top of the foundation, the Contractor shall place additional concrete to bring the top of
the foundation up to grade.

e. Payment for any additional concrete to bring a foundation to the grade specified by the
Contract Administrator in (d) above shall be as provided in Special Provision F-6204,
Section 3.

8.5 Foundation for overhead sign

a. The Contractor shall construct overhead sign foundations as shown on the plan for
each location.

b. The foundations shall be:

i. constructed according to Dwg T16;


ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904, and
iii. accurately set to grade.

8.6 Foundation for controller foundation “170 Type”:

a. The Contractor shall construct controller foundation “170 Type” as shown on the plan
for each location.

b. The foundation shall be:

i. constructed according to Dwg T17;


Section F\Traffic\F-6202– March 1, 2016
S.P. No: F-6202
Date: March 2016
Page 8 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
ii. constructed of 20 MPa 28 d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904;
iii. accurately set to grade; and
iv. formed so that the top of the foundation is smooth and level.

8.7 Foundation for disconnect cabinet:

a. The Contractor shall construct disconnect foundations as shown on the plan for each
location.

b. The foundation shall be:

i. constructed according to the Dwg T26,


ii. constructed of 20 MPa 28d concrete as specified in OPSS 1350 and placed in
accordance with OPSS 904,
iii. accurately set to grade, and
iv. formed so that the top of the foundation is smooth and level.

The Contractor shall perform all work of:

a. excavation;
b. supplying, forming and pouring the concrete;
c. placing the 90° bend rigid conduit elbow(s) in the foundation;
d. placing anchor rods in foundation;
e. connecting the 90° elbow to conduit or duct running to the foundation;
f. capping the exposed end of the conduit;
g. backfilling and compacting as required around the foundation and all backfilling and
compaction shall conform to the requirements and specifications of the Road Cut By-
Law;
h. rubbing the top of the foundation if required to a true level finish; and
i. cutting off all elbows 100 mm above the finished grade.

The Contractor shall supply all materials except as detailed in Special Provision D-007.

The contractor shall use a flat bed truck or equivalent appropriate vehicle to pick up the
materials.

Templates and anchor bolts, pre-assembled and ready to install, will be supplied by the City.
The templates and bolts shall be picked up by the Contractor at 175 Loretta Avenue North.
Notice will be required twenty-four (24) hours prior to the templates and bolts being required.

When approved by the Contract Administrator foundations may be cast in free standing soil
without forms subject to the following conditions:

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 9 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS
a. the dimensions of the foundation may not exceed those specified by more than 150
mm; and
b. the soil must be in a moistened state to the satisfaction of the Contract Administrator
before concrete is placed.

Where no conduit or duct is to be connected to a foundation the Contractor shall:

a. place either:

i. a one hundred and twenty five (125 mm) millimetre or,


ii. a one hundred (100 mm) millimetre or,
iii. a seventy-six (76 mm) millimetre
iv. 90° rigid conduit or duct elbow in the foundation as directed by the Contract
Administrator, and;

b. cap both ends of elbow.

The Contractor shall not pour concrete for a foundation until work has been approved by the
Contract Administrator.

The Contractor shall:

a. fasten a warning device to each new foundation, as soon as the concrete has set, using
the anchor rods and nuts supplied; a closed top TC-54 Barrel may be used
b. be responsible for all temporary warning devices and protection of the foundation and
anchor rods until the end of the contract.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6202
Date: March 2016
Page 10 of 10
TRAFFIC CONTROL MAINTENANCE HOLES, HANDHOLES AND FOUNDATIONS

The Contract Administrator's decision as to type of soil condition and type of foundation
required shall be final.

Measurement for Payment

a. Actual Measurement:
Measurement will be made of the number of foundations of each type.

b. Plan Quantity Measurement:


Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the
number of foundations of each type.

Basis of Payment

a. Payment at the Contract price per foundation shall be full compensation for all labour,
equipment and material required to do the work.

b. Payment for rock excavation shall be as provided for in Special Provision F-6204,
Section 2.

Section F\Traffic\F-6202– March 1, 2016


S.P. No: F-6203
Date: March 2013
Page 1 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

1. Definitions

In this Special Provision

i. “Earth Excavation” means the removal of quicksand, sand, clay, loam, earth, shale,
hardpan, boulder clay and boulders (except as indicated in clause (v.)).

ii. “Paved surface” means any surface, to a depth of 305 mm, intended for vehicular or
pedestrian traffic and shall include asphalt treated surface, asphalt, deep strength
asphalt, concrete, reinforced concrete, cobble stones, flagstones and any other similar
type of paving material.

iii. “Road Cut By-Law” means the City of Ottawa Road Cut By-law.

iv. “Roadway” means that part of the highway that is improved, designed or ordinarily
used for vehicular traffic, but does not include the shoulder, and, where a highway
includes two or more separate roadways the term "roadway" refers to any one roadway
separately and not to all of the roadways collectively.

v. “Rock excavation” means solid rock in place, old concrete, stone masonry and
boulders greater than 0.2 m3 in volume.

vi. “City” means the City of Ottawa.

vii. “Traffic Plant Inspector” means the person appointed by the City to inspect the work
and materials to be used in the work.

2. Work to be Done and Materials

The work to be done under this Special Provision shall include the furnishing of all materials,
equipment and labour necessary for excavation, shoring, installation of conduit, installation of
ground rods and ground cable, encasement, backfilling and compacting as required.

Unless otherwise approved by the Traffic Plant Inspector the contractor shall install the power
supply disconnect foundation, ground rods and related power supply conduit as a first priority
of work at each traffic signal plant installation.

All PVC conduit, duct, couplings, elbows and fittings required for the installation of traffic
control conduit will be supplied by the Contractor.

All 75mm street lighting conduit, duct, couplings elbows and fittings, called for by this
specification, will be supplied by the contractor.

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 2 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

Material supplied by the Owner is detailed in Special Provision D-007.

The Contractor shall use a flat bed truck or an equivalent appropriate vehicle to pick up the
materials.

All traffic materials (i.e duct, wobble joints, handholes etc) embedded in or attached to a
structure (i.e. Bridge) will be supplied by the contractor.

Concrete for bedding and encasement shall conform to the requirements of OPSS 1350 for 20
MPa concrete mix.

Granular material shall conform to the requirements of OPSS 1010.

3. Excavation

The Contractor shall:

a. excavate all materials to the depths and widths shown on the plan for each location or
as indicated by the Contract Administrator;
b. not excavate beyond the required limits;
c. make all excavations for conduit and duct in open cut unless otherwise stated or shown
on the plans; and
d. make all road cuts in the roadway by sawcutting to the lesser of the depth of the asphalt
surface or to a depth of three hundred and five (305 mm) millimetres.

The Contractor shall conform to all the requirements of the Road Cut By-Law.

No trench or excavation, in a roadway, shall be opened to a length greater than half the width
of the roadway at any one time.

Any trench or excavation which requires plating shall be covered with a steel plate which shall
be:

a. designed to prevent any movement or displacement of the plate; and


b. of sufficient size to allow pedestrian and vehicular traffic to pass safely and
expeditiously over the trench or excavation.

The width of the trench or excavation shall be:

a. the outside to outside width of the conduits or ducts plus three hundred and five (305
mm) millimetres; or
b. the overall width of the casing where the conduits are encased.

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 3 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

Where multiple conduits or ducts are installed, they shall be spaced not less than the diameter
of the conduit or duct unless otherwise specified by the Contract Administrator.

In any excavation in ledge rock or boulder formation:

c. the depth of the trench shall be increased as required by the Contract Administrator for
cushioning the conduit or duct; and
d. the bottom of the trench shall be backfilled, with material suitable to the Contract
Administrator, to a depth of one hundred and fifty (150 mm) millimetres when shaped
and compacted.

Where an inadequate foundation is encountered, due to unsuitable soil conditions, at the grade
established for the conduit or duct:

a. such unsuitable material shall be removed to the depth, width and length as directed by the
Contract Administrator; and
b. the excavation shall be backfilled to the grade for the conduit with properly compacted
Granular B material.

4. Backfilling

i. After the conduit has been placed and its appurtenances have been built, the trench
for three hundred (300 mm) millimetres above the conduit shall be backfilled in one
hundred and fifty (150 mm) millimetres layers with suitable material placed by hand and
compacted around the conduit to the density specified in the Road Cut By-Law.

ii. Except as indicated in subsection (a), all backfilling shall conform to the
requirements of the Road Cut By-Law.

5. Installation of Concrete Encased Conduit or Duct

The conduit or duct shall:

a. be laid true to line and level as shown on the plan or as directed by the Contract
Administrator;
b. be supported by approved conduit or duct base spacers placed at one thousand (1000
mm) millimetres intervals;
c. be encased as shown on Dwg T7;
d. have no sags or depressions in which water may accumulate; and
e. be sloped to drain into the maintenance holes or handholes.

Conduits and ducts shall not be lined true to grade by wedging with bricks or stones.

All joints shall be made to the satisfaction and approval of the Contract Administrator.

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 4 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

No conduit, duct or encasement shall be covered or backfilled until the Contract Administrator
has approved the work.

No conduit or duct shall be laid in water or upon a wet base and trenches shall be kept dry
during installation of conduit or duct.

A pull rope of sufficient size and quality (nylon rope -minimum six (6 mm) millimetres diameter)
for pulling permanent cables into position shall be installed within the conduit or duct to the
satisfaction of the Contract Administrator.

New conduits and ducts shall be connected to existing conduit, duct, maintenance holes,
handholes and foundations in a manner to ensure continuity of structure and geometry
between existing and new sections of the installation.

Where a conduit or duct is being connected to an existing maintenance hole/handhole and no


formed hole is available in the maintenance hole/handhole, a new hole must be made only by
drilling or sawing.

Where conduits or ducts are to be capped below the surface, they shall be marked as shown
on Dwg T7 with a wire attached firmly at one end to the capped end of the conduit and at the
other end to a piece of wood of nominal size - 50 mm x 100 mm x 460 mm - the exposed top of
which is painted white.

The Contractor shall encase all conduit and duct in 20 MPa 28 d concrete placed as specified
in OPSS 904 using one or more of the following as directed or approved by the Contract
Administrator:

a. use appropriate forms to ensure that the dimensions of the encased conduit conforms to
the dimensions shown on Dwg T7;
b. place the concrete directly against the sides of the trench in which case the ground must
be in a moistened condition to the satisfaction of the Contract Administrator;
c. encase the conduit or duct by placing the conduit or duct in the trench on approved
supports prior to the placing of the concrete and placing and tamping concrete along
each side of the conduit or duct in such a manner as to avoid disturbing the conduit or
duct;
d. grout all conduits and ducts in maintenance holes and handholes with concrete to
provide a watertight joint.

In accordance with Electrical Safety Authority (ESA) specifications (Rule 12-012(11) & Bulletin
#12-2-13, July 2002) continuous yellow or red plastic marker tape(s) with black letters
identifying the underground installation shall be:
a. supplied and placed by the contractor approximately half-way between the installation &
grade level

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 5 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

b. installed covering the width of the installation and


c. where multiple marker tapes are required to cover the width of the installation marker
tapes shall be permitted to be placed a maximum of 600mm apart.

Concrete collars shall be installed as shown on Dwg T9 around all conduit or duct risers
installed on a wooden pole, unless otherwise specified by the Contract Administrator.
Concrete shall be placed so that the conduit or duct is covered by a minimum of one hundred
(100 mm) millimetres of concrete. The position of the concrete collar shall be approved by
Hydro.

6. Installation of Direct Buried (Unencased) PVC Duct

The duct shall

a. be installed as shown on Dwg T8;


b. be laid true to line and level as shown on the plan or as directed by the Contract
Administrator;
c. have no sags or depressions in which water may accumulate;
d. be cushioned with seventy five (75 mm) millimetres of sand; and
e. be covered with seventy five (75 mm) millimetres of sand.

Ducts shall not be lined true to grade by wedging with bricks or stones.

All joints shall be made to the satisfaction and approval of the Contract Administrator.

No duct shall be covered or backfilled until the Contract Administrator has approved the work.

No duct shall be laid in water or upon a wet base and trenches shall be kept dry during
installation of the duct.

The Contractor shall

a. backfill the duct leaving the ends exposed for pulling wires;
b. ensure that each duct is clean and free from obstacles and debris;
c. install in the duct a pull rope of sufficient size and quality (nylon or polypropylene rope
minimum six(6 mm) millimetre diameter) for pulling permanent cables into position; and
d. install cap on each end of duct after pull rope has been installed.

In accordance with Electrical Safety Authority (ESA) specifications (Rule 12-012(11) & Bulletin
#12-2-13, July 2002) continuous yellow or red plastic marker tape(s) with black letters
identifying the underground installation shall be:

a. supplied and placed by the Contractor approximately half-way between the installation &
grade level

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 6 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

b. installed covering the width of the installation and


c. where multiple marker tapes are required to cover the width of the installation marker
tapes shall be permitted to be placed a maximum of 600mm apart.

7. Drill into Hydro or Bell Maintenance Hole

The Contractor shall:

a. obtain permission from and make all appropriate arrangements with the Hydro or Bell
authority;
b. drill or core into the maintenance hole, as directed by the Contract Administrator and
Hydro or Bell representative, a neat hole of sufficient size to accommodate the conduit
or duct;
c. grout the conduit or duct to provide a watertight joint; and
d. carry out the work under the supervision of the Hydro or Bell representative.
e. hire an approved Hydro Ottawa contractor.

8. Bell Ends

The Contractor shall install a “Bell” end on all conduit, within a maintenance hole or handhole
so that the “Bell” end is flush with the inside surface of the maintenance hole or handhole.

9. Installation of Ground Rods and Ground Plates

Ground rods shall be installed in accordance with the Ontario Hydro Safety Code, 21st Edition
1994, as amended and any subsequent edition thereof.

Ground plates installed in soil shall conform to Dwg T10.

a. Ground plates shall be:

i. installed at a depth of six hundred (600 mm) millimetres below grade; and
ii. connected to a continuous, unspliced #6 AWG bare copper stranded wire which
shall be run to the power supply point as directed by the Contract Administrator

b. Copper wire shall be:

i. buried to a depth of six hundred (600 mm) millimetres from ground plate to power
supply point in a trench three hundred (300 mm) millimetres in width; and
ii. covered with native backfill material unless otherwise specified by the Contract
Administrator.

Ground rods installed vertical in soil shall conform to Dwg T11:

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 7 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

a. Ground rods shall be:

i. driven into the soil such that the top of the ground rod is six hundred (600 mm)
millimetres below grade;
iii. installed no less than three (3 m) metres apart; and
iv. connected to a continuous, unspliced #6 AWG bare copper stranded wire to the
supply point as directed by the Contract Administrator.

b. Copper wire shall be:

i. buried to a depth of six hundred (600 mm) millimetres between adjacent ground
rods and from ground rods to power supply point in a trench three hundred (300
mm) millimetres in width; and

ii. covered with native backfill material unless otherwise specified by the Contract
Administrator.
Ground rods installed vertical in rock shall conform to Dwg T12:

c. Ground rods shall be:

i. installed in a twenty-five (25 mm) millimetre hole drilled to a depth of three (3 m)


metres;
ii. grouted with a metallic grouting compound, such as “Ferro” or “Embco”,
acceptable to the Contract Administrator;
iii. installed a minimum of three (3 m) metres apart; and
iv. connected to a continuous, unspliced #6 AWG bare copper stranded wire to the
power supply point as directed by the Contract Administrator.

d. Copper wire shall be:

i. buried to a depth of six hundred (600 mm) millimetres between ground rods and
between ground rods and power supply point in a trench three hundred (300 mm)
millimetres in width; and
iii. covered with native backfill material unless otherwise specified by the Contract
Administrator.

Copper Wire Installation

a. Copper wire connections to ground rods shall be made in accordance with the Ontario
Hydro Electrical Code.

10. Measurement for Payment

Actual Measurement:

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 8 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

a. Measurement will be made in metres of the length of conduit or duct.

b. Measurement will be made of the number of concrete collars.

c. Measurement will be made of the number of Hydro or Bell maintenance holes drilled
into.

d. Measurement will be made of the number of ground plates/rods.

e. Measurement will be made in metres of the length of #6 AWG ground wire.

f. Measurement will be made of the number of holes drilled into traffic maintenance
holes/handholes.

Plan Quantity Measurement:

a. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


horizontal length in metres of conduit or duct.

b. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


number of concrete collars.

c. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


number of Hydro or Bell maintenance holes drilled into.

d. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


number of ground plates/rods.

e. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


horizontal length in metres of #6 AWG ground wire.

f. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


number of holes drilled into traffic maintenance holes/handholes.

11. Basis of Payment

a. Payment at the Contract price(s) for the tender items for conduit and duct shall be full
compensation for all labour, equipment and material required to do the work including
sawcutting, backfilling, compaction, grouting, and earth excavation.

b. Payment at the Contract price for the tender item for concrete collars shall be full
compensation for all labour, equipment and material required to do the work.

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6203
Date: March 2013
Page 9 of 9

TRAFFIC CONTROL CONDUIT AND GROUND RODS

c. Payment at the Contract price for the tender item for breaking into Hydro or Bell
maintenance holes shall be full compensation for all labour, equipment and material
required to do the work.

d. Payment at the Contract price for the tender item for ground plates/rods shall be full
compensation for all labour, equipment and material required to do the work.

e. Payment for rock excavation shall be as provided in Special Provision F-6204, Section
2.

f. Payment at the Contract price for the tender item for drilling into traffic maintenance hole
or handhole shall be full compensation for all labour, equipment and material required to do
the work.

Section F\Traffic\F-6203- March 31, 2013


S.P. No: F-6204
Date: March 2011
Page: 1 of 2
TRAFFIC PLANT EXCAVATION AND ADDITIONAL MATERIAL

1.0 Excavated Material

Excavated material which is:

a. unsuitable for backfill shall not be placed on any roadway or sidewalk at any time or in a location where,
in the opinion of the Contract Administrator, it will create a hazard;

b. intended to be used as backfill shall not be stored on a roadway, shoulder or sidewalk between the hours
of 7:00 AM and 9:00 AM, and 3:30 PM and 5:30 PM, unless authorized by the Contract Administrator; or
placed on a highway in a location where, in the opinion of the Contract Administrator, it will create a
hazard;

c. surplus or unsuitable as backfill shall be removed to a suitable place by the Contractor at their own
expense; and

d. intended to be used as backfill which will create a hazard or hinder vehicular or pedestrian traffic shall be
removed to a temporary storage site.

e. surplus, unsuitable or intended to be used as backfill shall not be stored over night on the right-of-way.

The Contractor shall be responsible, at their own cost and expense, for refilling to the required level any
excavation which, by the Contractor’s error or otherwise, exceeds the required depth, width or length. Backfilling
shall be done using gravel, crushed stone or other suitable material, as directed and to the satisfaction of the
Contract Administrator.

2.0 Rock Excavation

Measurement and payment for rock excavation shall be as follows:

a. measurement will be as follows:

i. the excavation shall be stripped to the rock surface;


ii. the Contract Administrator shall be given adequate time to take levels; and
iii. the volume of rock removed shall be calculated by taking the difference between the lesser of the
elevation three hundred and five millimetres (305 mm) below the surface and the elevation at a
point one hundred and fifty-five millimetres (155 mm) below the underside of the conduit or at
the base of the foundation.

b. payment at the Contract price per cubic metre (m3) shall be full compensation for all labour, equipment
and material required to do the work including diverting and pumping and bailing water, hoe ramming,
blasting, shoring, barriers and lights as may be required for the satisfactory placing of the conduit or
structure.

Section F\Traffic\F-6204 – March 31, 2011


S.P. No: F-6204
Date: March 2011
Page: 2 of 2
TRAFFIC PLANT EXCAVATION AND ADDITIONAL MATERIAL

3.0 Additional Excavation and Material

Where, in the opinion of the Contract Administrator, it is necessary to alter the dimensions of any handhole,
maintenance hole or foundation or where a non-standard structure is required, the Contractor shall be paid:

a. at the Contract price per cubic metre (m3 ) for additional earth excavation;

b. at the Contract price per cubic metre (m3 ) for rock excavation;

c. at the Contract price per cubic metre (m3 ) for additional concrete;

d. at the rates provided for in the Modified OPS General Conditions Section GC8 for all materials and
labour not included in clause (a), and (b) and (c).

Payments provided in subsection 3 (a), (b) (c) and (d) shall be full compensation for all excavation, backfilling,
surface reinstatement, forming and placing of concrete and labour required to complete the work to the
satisfaction of the Contract Administrator.

Section F\Traffic\F-6204 – March 31, 2011


SP NO: F-6205
Date: March 2011
Page: 1 of 3

PERMANENT REINSTATEMENT OF HIGHWAY

1. Definitions

1. In this Special Provision;

a. "Road Cut By-Law" means the City of Ottawa Road Cut By-law.

2. General Requirement

1. The Contractor shall conform to the requirements of the Road Cut By-law.

2. The Contractor shall notify:

a. The City of Ottawa road cut inspector when the trench, is ready to be reinstated;

3. a. All road cuts shall be reinstated with the exception of the wear course
concurrently with the work at the location, and

b. All other reinstatements shall be undertaken concurrently with the work at the
location or within 5 working days following any required relocation of existing
above ground traffic control plant unless otherwise stipulated by the Contract
Administrator.

c. The wear course shall be reinstated between five (5) and ten (10) working days of
completion of underground traffic plant installation at a location.

4. Reinstatement in this contract may include roadway and sidewalk cuts made during the
previous year.

5. Grassed areas shall be reinstated as follows:

a. a minimum base of one hundred (100mm) millimetres of top soil shall be placed
over the trench after compacting backfill material and the sod shall be placed; or

b. if conditions warrant, the Contract Administrator may allow all or part of the area
to be seeded; and

c. the permit holder shall maintain the seeded or sodded area until the grass is
properly established, to the satisfaction of the Contract Administrator.

3. Additional Reinstatement

a. At locations where underground traffic plant has been installed, additional reinstatement
may be required, at the expense of the City of Ottawa, at the unit prices provided in this
contract.

Section F\Traffic\F-6205 – March 31, 2011


SP NO: F-6205
Date: March 2011
Page: 2 of 3

PERMANENT REINSTATEMENT OF HIGHWAY

4. Inspection Fees

1. The Contractor shall be responsible for payment of all inspection fees and inspection
charges for reinstatement on a highway under the jurisdiction of the City.

2. Except as provided in Subsections (3) and (4) the Owner shall reimburse the Contractor
for all inspection fees at cost with no mark-up upon submission of the original copy of the
invoice from the City.

3. Where reinstatement at any location involves work being done for the City and a third
party, the inspection fee will be pro-rated based on the cost of the work being undertaken
for each party.

4. Where any reinstatement does not conform to the requirements of the Road Cut By-Law
and has to be remade, the City will not reimburse the Contractor for the cost of inspection
fees for such reinstatement.

5. The Contractor shall be responsible for the payment of all street cut permit fees. The
Owner shall reimburse the contractor for all street cut permit fees, at cost with no mark-
up upon submission of an original invoice from the City.

5. Measurement

1. Measurement shall be:

a. by the linear metre (m) for the installation of concrete curbing at any one
intersection;

b. by the square metre (m2) for all asphalt and concrete sidewalks and will be the
total for all sidewalk reinstatement at any one intersection; and

c. by the square metre (m2) for all cuts in road surfaces and cuts shall be measured
individually from face of curb or edge of roadway to face of curb or edge of
roadway.

6. Payment

1. Payment shall be at the contract unit price in full compensation for the supply of all
material and execution of all works described in or required by the contract and shall
include sawcutting, excavation, backfilling, compaction and supply of asphalt and
concrete; and

a. payment for reinstatement of asphalt or concrete sidewalk, medians or boulevards


shall be based on total area reinstated at any one intersection;

Section F\Traffic\F-6205 – March 31, 2011


SP NO: F-6205
Date: March 2011
Page: 3 of 3

PERMANENT REINSTATEMENT OF HIGHWAY

b. payment for reinstatement of road cuts will be based on area and depth of asphalt
of individual road cuts and NOT on the total area of road cuts at any one
intersection.

2. Payment for underground traffic plant installed at a location shall not be made until the
reinstatement has been completed.

Section F\Traffic\F-6205 – March 31, 2011


S.P. NO: F-6206
Date: March 2011
Page: 1 of 1

WINTER WORK

1. FROZEN SOIL

(1) Earth excavation in frozen soil conditions shall be paid at the contract unit price per cubic metre (m3) of
frozen material removed.

Section F\Traffic\F-6206 – March 31, 2011


S. P. NO: F-6207
Date: March 2011
Page: 1 of 1

UNDERGROUND SERVICES

1. LOCATION OF UNDERGROUND SERVICES

(1) The City of Ottawa will not be responsible for the correctness or completeness of any plan with respect
to existing underground or surface public utilities.

(2) The Contractor shall ascertain the location of all utilities and while the Contract Administrator will
provide assistance, the City will not be responsible for the accuracy of any information provided.

(3) The Contractor shall not make any claim against the City of Ottawa for damages or extra work caused
or occasioned by the Contractor relying upon records, reports or information, either in whole or in part,
provided by any civic or municipal department or commission, private company or individual.

Section F\Traffic\F-6207 – March 31, 2011


S.P. No: F-6208
Date: March 2011
Page: 1 of 1

AMENDED BASIS OF PAYMENT S.P. NO. F-6203 TRAFFIC CONTROL CONDUIT

1. Section 11 (a) of S.P. F-6203 is hereby deleted and replaced by the following:

Payment at the Contract price(s) for the tender items for conduit and duct shall be full
compensation for all labour, equipment and material required to do the work including
sawcutting, excavation of all paved surfaces, backfilling, compaction, grouting, temporary
surface reinstatement, earth excavation and reinstatement of grassed areas.

Section F\Traffic\F-6208 – March 31, 2011


S.P. No: F-6209

Date: March 2016

Page: 1 of 11

INSTALLATION OF DETECTOR LOOPS

1. Definitions

In this Special Provision;

a. “Loop Conductor Cable” means the cable which forms the detector loops;

b. “Loop Feeder Cable” means the cable pair between the loop and the handhole;

c. “Lead-in Cable” means the shielded cable between the handhole or maintenance hole
and the loop detector unit;

d. “Earth Ground” means a reliable electrical ground obtained from a fire hydrant or street
light or as specified by the Contract Administrator;

e. “Earth Excavation” means the removal of quicksand, sand, clay, loam, earth, shale,
hardpan, boulder clay and boulders (except as indicated in clause (i.);

f. “Paved surface” means any surface, to a depth of three hundred and five (305mm)
millimetres, intended for vehicular or pedestrian traffic and shall include asphalt treated
surface, asphalt, deep strength asphalt, concrete, reinforced concrete, cobblestones,
flagstones and any other similar type of paving material;

g. “Road Cut By-Law” means the City of Ottawa Road Cut By-law.

h. “Roadway” means that part of the highway that is improved, designed or ordinarily used
for vehicular traffic, but does not include the shoulder, and where a highway includes
two or more separate roadways the term “roadway” refers to any one roadway
separately and not to all the roadways collectively;

i. “Rock Excavation” means solid rock in place, old concrete, stone masonry and boulders
greater than two-tenths of a cubic metre (0.20m3) in volume; and.

j. Traffic Plant Inspector” means any person appointed by the City to inspect the Work
and the Material to be used in the work.

k. “City” means the City of Ottawa.

2. Scope

The work to be done under this special provision shall include the supply of all
equipment, material and labour necessary for the installation of detector loops.

3. Location of Underground Services

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 2 of 11

INSTALLATION OF DETECTOR LOOPS

The City of Ottawa will not be responsible for the correctness or completeness of any plan with
respect to existing underground or surface public utilities.

The Contractor shall ascertain the location of all utilities and while the Contract Administrator
will provide assistance, the City of Ottawa will not be responsible for the accuracy of any
information provided.

The Contractor shall not make any claim against the City of Ottawa for damages or extra work
caused or occasioned by the Contractor relying upon records, reports or information, either in
whole or in part, provided by any civic or municipal department or commission, private
company or individual.

4. Loop Installation

(1) Loop Layout


a. The loop shall be laid out:

i. by marking the outline of the loop on the pavement with crayon or spray paint;
ii. so that the loop is perpendicular to the roadway lane markings;
iii. so as to conform to drawings T40 and T42 which show typical dimensions and
layouts and unless otherwise specified by the Contract Administrator option 1 on
T40 shall apply,
iv. by the Contractor, using appropriate survey methods when the co-ordinates for
the loops are shown on the contract drawings. The Contractor will also layout &
stake/mark one loop control point off of the road surface, as shown on the
contract drawings, for each loop. After completion of the layout and before
installation of the detector loops begins the location of the loops shall be
approved by the Traffic Plant Inspector or,.
v. by the Traffic Plant Inspector when the co-ordinates for the loops are not shown
on the contract drawings. The Contractor shall supply one person to aid the
inspector in loop layout.

b. The Contractor shall provide written notice five (5) working days prior to requiring the
loops to be laid out and a minimum five (5) working days for the loop layout when the
loops are to be laid out by the City. The Contractor shall provide written notice five (5)
working days prior to requiring the location of the loops to be approved when the loops
are laid out by the Contractor.

c. The loop shall be installed in the first lift of asphalt below the top lift of asphalt, unless
otherwise approved by the Traffic Plant Inspector.

(2) Procedure for Sawcutting:

a. Sawcuts in the roadway shall:

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 3 of 11

INSTALLATION OF DETECTOR LOOPS

i. Sawcuts in the roadway shall be made:

a) using water as a lubricant and coolant for the saw blade; or


b) when directed by the Contract Administrator, by dry cutting provided the
equipment being used by the Contractor meets or exceeds all the
requirements of the current Province of Ontario Occupational Health and
Safety Act for construction projects for the control of dust and chippings or
other contaminants for the health and safety of the workers and public.

ii. be made with a saw equipped with a horizontal guide and a depth gauge;
iii. be made carefully to avoid alignment deviations which would require resawing
resulting in failure of the pavement surface;
iv. provide a clean well defined six decimal four (6.4mm) millimetre wide cut without
damage to the adjacent surface;
v. be a minimum of sixty (60mm) millimetres deep and a maximum of seventy-five
(75mm) millimetres deep;
vi. be overlapped at all corners to ensure a depth as specified in clause (v);
vii. be checked for jagged edges and protrusions which shall be removed;
viii. have all corners rounded off with a chisel;
ix. unless dry cut, be cleaned by flushing with clean water to remove; all cutting
dust, grit, oil or other contaminants;
x. be cleared of water and dried using oil-free compressed air; and
xi. without sawcutting the curb or sidewalk unless otherwise directed by the
Contract Administrator.

(3) Protection of Sawcuts:

a. Sawcuts in roadways which will be reopened to vehicular traffic before the loops have
been installed shall be protected by installing wooden strips into the sawcut to prevent
shrinkage or damage to the cut.

(4) Loop Installation:

a. Loop Conductor Cable and Feeder Cable shall not be installed until flexible conduit has
been installed.

b. Loops and feeder cables shall be installed:

i. in a clean dry sawcut;


ii. so that the loop detector cable and loop feeder cable is a continuous unspliced
cable;
iii. without damage to the wire or to the insulation;
iv. using only cable as specified or as approved by the Contractor Administrator;
v. with the number of turns of wire as required in sub-section (3);
vi. without kinks or curls in the cable;
Section F\Traffic\F-6209 – March 1, 2016
S.P. No: F-6209

Date: March 2016

Page: 4 of 11

INSTALLATION OF DETECTOR LOOPS

vii. without stretching or straining the insulation or the conductor;


viii. with the cable installed as close to the bottom of the sawcut as possible;
ix. using a wooden paddle to seat the cable in the sawcut. (screw drivers or similar
sharp tools shall not be used to seat the cable in the sawcut);
x. so that the loop feeder cable pair is continuously adjacent to each other,
between the detector loop and the conduit, by taping the loop feeder cables at
three hundred (300mm) millimetre intervals;
xi. so that the loop feeder cable pair is continuously adjacent to each other in any
conduit by taping the loop feeder cables at one hundred (100mm) millimetre
intervals or by twisting the loop feeder cables no less than ten (10) turns per
metre;
xii. without taping any loop feeder cable pair to any adjacent loop feeder cable;
xiii. so that sawcuts for loop feeder cables are located no closer than seven hundred
and fifty (750mm) millimetres to any adjacent loop;
xiv. so that loop feeder cables are installed in separate sawcuts to within three
hundred (300mm) millimetres of the curb or edge of roadway when detector
loops are connected to separate loop detector units;
xv. so that loop feeder cables are installed in a common sawcut when loops are
connected to the same loop detector unit; and
xvi. with loop feeder cables running in twenty-five (25mm) millimetre conduit between
a point three hundred (300mm) millimetres from the curb or edge of roadway to
the handhole as shown on standard detail drawing T46c. Loops shall be
installed with the number of turns and with the wire gauge as follows:

i. Loop requirements (Number of Turns/Loop Wire Gauge):

Loop Number of Wire Size


Dimension Turns
1.8m x 1.8m 4 12 A.W.G., 14 A.W.G.
to
1.8m x 7.5m
Greater than 4 12 A.W.G., 14 A.W.G.
1.8m x 7.5m

or as specified by the Contract Administrator.


ìi. An additional turn may be required in concrete roadways with reinforcement bars
as directed by the Contract Administrator.

c. All loops shall be wound in a clockwise direction and the start wire shall be identified at
the end of the feeder cable and at the Loop Detector Unit, using adhesive labels, as
directed and to the satisfaction of the Traffic Plant Inspector. The labels will be supplied
by the City.

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 5 of 11

INSTALLATION OF DETECTOR LOOPS

d. Loop cable will be supplied by the Contractor.

(5) Loop Testing:

a. Loops shall be tested using the following equipment:

i. a Simpsons 250 V.O.M. or equivalent as approved by the Contract Administrator;


ii. a T.D.S. LT350 Loop Test Meter or equivalent as approved by the Contract
Administrator; and
iii. a 1000 volt megger.

b. All loop tests shall be made and recorded by the Traffic Plant Inspector.

c. The Traffic Plant Inspector shall have the option of making the following tests when
loop conductor cable and feeder cable have been installed before sealing the sawcut:

i. the inductance of the loop;


ii. the impedance of the loop; and
iii. the impedance between the loop conductor and earth ground.

d. The Traffic Plant Inspector may make the following tests when loop conductor cable
and feeder cable have been installed after sealing the sawcut:

i. inductance of the loop;


ii. the impedance of the loop; and
iii. impedance between the loop conductor and earth ground.

e. The Traffic Plant Inspector may make the following tests at the loop detector unit after
the lead-in cable has been installed and the connections to the feeder cable have been
soldered

i. inductance of the loop;


ii. impedance of the loop; and
iii. the impedance between the lead-in cable conductor and earth ground.

The splice between the feeder cable and lead-in cable will be soldered by the City.

f. The Traffic Plant Inspector may make the following tests after the splice between the
lead-in cable and the feeder cable has been sealed:

i. inductance of the loop;


ii. impedance of the loop; and
iii. the impedance between the lead-in cable conductor and earth ground; and
iv. the impedance between the lead-in cable conductor and lead-in cable shield.
Section F\Traffic\F-6209 – March 1, 2016
S.P. No: F-6209

Date: March 2016

Page: 6 of 11

INSTALLATION OF DETECTOR LOOPS

Splices will be sealed by the City.

g. The inductance of the installed loop must be no less than fifty (50) microhenries or
more than five hundred (500) microhenries.

h. All impedance readings except 4 (5)(c)ii, 4 (5)(d)ii, 4 (5)(e)ii,, 4 (5)(f)ii must be greater
than ten (10) Megohms at one thousand (1,000) volts.

i. Loops which fail a test, shall be replaced by the Contractor. No additional payment will
be made.

j. The contractor shall replace promptly, at no additional cost to the owner, defective
detector loops which occur within thirty-six (36) months of the date of installation.

(6) Sealing Sawcuts:

a. Loop sealant shall be supplied and installed by the Contractor. Only 3M Detector Loop
Sealant Black 5000 Ply Pack 1 Litre tubes shall be used while installing the detector
loops unless otherwise specified by the Contract Administrator. Loop sealant in pails
and buckets shall not be used while installing loops.

b. The Contractor shall use sealant strictly in accordance with the manufacturer’s and
Contract Administrator’s instructions.

c. The Contractor shall supply all tools and equipment necessary for the installation of
loop sealer to the satisfaction of the Contract Administrator.

d. The Contractor shall install sealant;

i. so as to completely surround the cable;


ii. in a manner which will displace all air bubbles;
iii. in two separate and distinct lifts of approximately equal height and the second lift
shall not be poured until the first lift has started to set and can support the weight
of the second lift;
iv. to a level three (3mm) millimetres below the roadway surface;
v. without forming a trough or mound; and
vi. shall remove all excess sealant using a squeegee.

e. The Contractor shall allow sufficient time for sealant to cure in accordance with the
manufacturer’s instructions before allowing traffic to drive over any sawcut.

(7) Loop Identification:

a. Each loop shall be identified:


Section F\Traffic\F-6209 – March 1, 2016
S.P. No: F-6209

Date: March 2016

Page: 7 of 11

INSTALLATION OF DETECTOR LOOPS

i. by vehicle direction, i.e. N.B. Northbound, S.B., Southbound, E.B. Eastbound,


and W.B. Westbound;
ii. by loop locations as follows:

a) (left-turn lane)
b) (Lane adjacent to centreline or median, or on a one-way street, lane
adjacent to the left curb when facing the direction of traffic);
c) (Lane adjacent to lane A);
d) (Lane adjacent to lane B), etc.

iii. using adhesive labels, as directed and to the satisfaction of the Traffic Plant
Inspector. The labels will be supplied by the City.

(8) Loop Detector Identification Dots:

a. All loops used for bicycle detection shall be identified with loop detector identification
dots as indicated in standard detail drawings T42, T43, T44 and T45.

5. Installation of Flexible Conduit

The work to be done under this special provision shall include the furnishing of all materials,
equipment and labour necessary for excavation, shoring, installation of flexible conduit,
encasement, backfilling and compacting as required.

Where the distance between the curb or edge of roadway and the handhole or maintenance
hole is greater than one thousand two hundred and fifty (1250mm) millimetres, the twenty five
(25mm) millimetre conduit shall be installed by excavation and not by drilling.

Where the distance between the curb or edge of roadway and the handhole or maintenance
hole is less than one thousand two hundred and fifty (1250mm) millimetres, the twenty five
(25mm) millimetre conduit shall be installed by drilling and not by excavation.

Excavation and Backfilling:

a. The Contractor shall:

i. excavate all materials to the depths and widths shown on the plan for each
location or as indicated by the Contract Administrator;
ii. not excavate beyond the required limits;
iii. make all excavations for conduit in open cut unless otherwise stated on the plans
subject to Sec 5(b) and Sec 5(c); and

b. The Contractor shall conform to all the requirements of the Road Cut By-Law.

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 8 of 11

INSTALLATION OF DETECTOR LOOPS

c. No trench or excavation, in a roadway, shall be opened to a length greater than half the
width of the roadway at any one time.

d. Any trench or excavation which requires plating shall be covered with a steel plate
which shall be:

i. designed to prevent any movement or displacement of the plate; and


ii. of sufficient size to allow pedestrian and vehicular traffic to pass safely and
expeditiously over the trench or excavation.

e. The width of the trench or excavation shall be:

i. the outside to outside width of the conduit or conduits plus three hundred and
five (305mm) millimetres; or
ii. the overall width of the casing where the conduits are encased.

f. Where multiple conduits are installed, they shall be spaced not less than the diameter
of the conduit unless otherwise specified by the Contract Administrator.

g. In any excavation in ledge rock or boulder formation:

i. the depth of the trench shall be increased as required by the Contract


Administrator for cushioning the conduit; and
ii. the bottom of the trench shall be backfilled, with material suitable to the Contract
Administrator, to a depth of one hundred and fifty (150mm) millimetres when
shaped and compacted.

h. Where an inadequate foundation is encountered, due to unsuitable soil conditions, at


the grade established for the conduit:

i. such unsuitable material shall be removed to the depth, width and length as
directed by the Contract Administrator, and
ii. the excavation shall be backfilled to the grade for the conduit with properly
compacted Granular C material.

Backfilling:

a. Flexible Conduit

i. Flexible conduit shall be placed so that it is completely surrounded in all


directions by at least one hundred and fifty (150mm) millimetres of sand when
compacted; and

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 9 of 11

INSTALLATION OF DETECTOR LOOPS

ii. After the conduit has been placed, as indicated in clause (a), the trench for three
hundred (300mm) millimetres shall be backfilled in one hundred and fifty
(150mm) millimetre layers with suitable material placed by hand and compacted
to the density specified in the Road Cut By-Law.

b. Except as indicated in subsections (1) all backfilling shall conform to the requirements
of the Road Cut By-Law.

Installation of Twenty-five (25mm) millimetre Flexible Conduit for Feeder Cable and Lead-in
Cable:

a. Flexible Conduit shall be installed:

i. as shown in Drawing T46;


ii. so that it is in line with feeder loop and not at an angle;
iii. so that the conduit is no closer than fifty (50mm) millimetres to the surface of the
roadway; and
iv. so that it does not extend more than three hundred and five (305mm) millimetres
from the curb or edge of roadway.

b. Holes for twenty-five (25mm) millimetre flexible conduit in the curb and road surface
shall be made by drilling.

c. Holes for twenty-five (25mm) millimetre conduit in the road surface shall be sealed with
the same sealant and by the same method as required for sealing sawcuts.

d. Flexible conduit between the curb or edge of roadway and the handhole or
maintenance hole shall be twenty five (25mm) millimetres in diameter conduit.

e. Where a conduit is installed in a maintenance hole or handhole the conduit shall be


sealed by grouting to provide a watertight joint.

Excavation Material:

a. Excavated material which is:

i. unsuitable for backfill shall not be placed on any roadway or sidewalk at any time
or in a location where, in the opinion of the Contract Administrator, it will create a
hazard;
ii. intended to be used as backfill shall not be stored on a roadway, shoulder or
sidewalk between the hours of 7:00 AM and 9:00 AM, and 3:30 PM and 5:30 PM,
unless authorized by the Contract Administrator, or placed on a highway in a
location where, in the opinion of the Contract Administrator, it will create a
hazard;

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 10 of 11

INSTALLATION OF DETECTOR LOOPS

iii. surplus or unsuitable as backfill shall be removed to a suitable place by the


Contractor at his expense; and
iv. intended to be used as backfill which will create a hazard or hinder vehicular or
pedestrian traffic shall be removed to a temporary storage site.

b. The Contractor shall be responsible, at his cost and expense, for refilling to the required
level any excavation which by his error or otherwise exceeds the required depth, width
or length, using gravel, crushed stone or other suitable material, as directed and to the
satisfaction of the Contract Administrator.

6. Measurement for Payment

Actual Measurement:

a. Measurement will be made in metres of the length of sawcut for loop detector cables
installed in the roadway surface.

b. Measurement will be in metres of the length of twenty-five (25mm) millimetres flexible


conduit installed in a paved surface.

c. Measurement will be in metres of the length of twenty-five (25mm) millimetres flexible


conduit installed in an unpaved surface.

Plan Quantity Measurement:

a. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


length of sawcut in metres for loop detector cables installed in the roadway surface.

b. Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the


length of twenty five (25mm) flexible conduit installed in a paved surface.

c. Measurement is by Plan Quantity, as may be revised by adjusted Plan Quantity of the


length of twenty five (25mm) flexible conduit installed in an unpaved surface.

7. Basis of Payment

Payment at the Contract Price for the tender item loop conductor cable and loop feeder cable
shall be full compensation for all labour, equipment and material required to do the work.

Payment at the Contract Price for the tender item for twenty five (25mm) flexible conduit in a
paved surface shall be full compensation for all labour, equipment and material required to do
the work.

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6209

Date: March 2016

Page: 11 of 11

INSTALLATION OF DETECTOR LOOPS

Payment at the Contract Price for the tender item for twenty five (25mm) flexible conduit in a
unpaved surface shall be full compensation for all labour, equipment and material required to
do the work.

Section F\Traffic\F-6209 – March 1, 2016


S.P. No: F-6211
Date: March 2015
Page 1 of 5

BICYCLE COUNTER INSTALLATION ON CYCLING LANES

Definitions

In this Special Provision;

• “Count Site” refers to all the civil works required to prepare a cycling facility site
as an Operational Bicycle Count Station.

• “Operational Bike Count Station” consists of the civil works, plus the installation
and commissioning of a Bicycle Counter Sensor (if specified).

• “Technician” means a representative of Eco Counter, of Montreal, Quebec (or


approved equivalent supplier).

• “Bicycle Counter Sensor” means the electronics package which is installed within
one of the pair of Hand-Holes at a Count Site (if specified).

• “Loops” means the preformed loop assembly which forms the detector loops with
attached “Loop Feeder Cable”

• “Hand-Hole Interconnect Cable” means a single twisted pair cable running in a


conduit between the two bicycle counter Hand-Holes (i.e. across the roadway).

Scope for civil works to construct a Count Site

The work to be done under this special provision shall include the supply of all labour,
equipment and materials necessary for the installation and testing of each bicycle
counter site located along a cycling lane as detailed in the contract drawings. The
process and equipment needed would be repeated for each site specified.

A. Hand-Hole Interconnect Cable and Duct Installation

a. The Contractor shall install a concrete encased 50mm rigid plastic duct
(for the Hand-Hole Interconnect Cable) across the roadway, between
Hand-Hole locations. The conduit ends will come up through the bottom of
the Hand-Holes. The duct shall be positioned within the road bed as
specified by the design drawings.

b. The Contractor shall trim the conduit ends so that they protrude
approximately 5cm above level of granular base.

c. The Contractor shall install within the rigid duct, a single twisted pair of
wires (i.e. the Hand-Hole Interconnect Cable), terminating within each
Hand-Hole. The Contractor shall leave one meter (1m) of extra twisted
pair length within each Hand-Hole.

Section F\Traffic\F-6211 – March 2, 2015


S.P. No: F-6211
Date: March 2015
Page 2 of 5

BICYCLE COUNTER INSTALLATION ON CYCLING LANES

B. Flexible Conduit and Hand-Hole Installation

a. A length of 25mm diameter flexible conduit shall be installed within the


granular base running from the cycling lane centerline to the bottom of the
Hand-Hole.

b. The flexible conduit should be trimmed to extend 5cm from the gravel
base of the Hand-Hole.

c. Hand-Holes to be ordered by Contractor, two are required per Count Site.


Suggested sources include:
i. Channell Commercial, 1355 Meyerside Dr., Mississauga, ON L5T
1C9 – PC Ring and Cover Order, Item #: 121212 with custom City of
Ottawa logo and holes.
ii. Oldcastle/Synertech 143-151 Enclosure 12x12 (catalog #
S1212HFAOA01)

d. Hand-Holes shall be placed as detailed on the contract drawings.

e. Hand-Hole shall be placed on 150mm granular base so that the final


grade is flush with the Hand-Hole cover. No adjustment units shall be
used to accommodate this requirement.

f. Custom Hand-Hole lid with City of Ottawa markings to be secured with


bolts provided.

C. Detection Loop Installation

Sensor Wire Detection Loops are typically installed only after the adjacent Hand-
Hole and flexible conduit are in place.

a. The loop location shall be identified by the Contractor within each cycling
lane as per the following procedure:

i. The Contractor shall mark the outline of the loop on the pavement.

ii. The Contractor shall ensure the loop layout conforms to details
specified on the contract drawings and that the flexible conduit is
located properly to accept the “Loop Feeder Wires”, so that this
cable is not left directly exposed.

iii. The Contractor shall cut one diamond shaped loop in the centre of
each cycling lane (one in each direction), with the short axis (40cm),
to be parallel with the direction of travel.

Section F\Traffic\F-6211 – March 2, 2015


S.P. No: F-6211
Date: March 2015
Page 3 of 5

BICYCLE COUNTER INSTALLATION ON CYCLING LANES

iv. The asphalt is cut at a width between 0.5cm and 1.0cm. The depth of
the cut is 4cm (+/-1cm). Note: the diamond must be cut to be
dimensionally accurate; with the 40cm width to be kept within +/-
1cm.

v. Sharp edges of the cut should be removed.

vi. The Contractor will then form a loop with eight (8) whols using loop
sensor wire (contractor supplied).

vii. The wires should be pushed into the cut with a wooden stick as they
are being wound.

viii. Loop feeder wires shall be twisted and fished through the 25mm
flexible conduit into the concrete Hand-Hole. The wire should not be
cut or sliced.

ix. The wires should be sealed with loop sealant (provided by the
contractor)

x. Any excess material sealant should be removed.

b. The Contractor shall provide two (2) working days notice prior to requiring
the location of the loop layouts to be approved by the Contract
Administrator before cutting loops.

D. Testing

The Contractor shall check the loop continuity using an appropriate meter and
provide results to the Contract Administrator.

Scope for installation and commissioning of a Bicycle Counter Sensor (if


specified)

An “Operational Bicycle Count Station” consists of the civil works plus the installation
and commissioning of a Bicycle Counter Sensor. For each Count Site that are specified
for upgrades to Operational Bicycle Count Stations (as detailed in the Contract
Drawings) the Contractor shall be responsible to coordinate the installation of one (1)
counter sensor electronic package to be supplied by the contractor and installed and
commissioned by Eco Counter (or approved equivalent supplier).

a. The Contractor must order one sensor electronics package per Operational
Bicycle Count Station. Order: Eco Combo XGCZC0007 (cycling lane)
including:
i. 15mn Interval Data Recording (Option No. 756)

Section F\Traffic\F-6211 – March 2, 2015


S.P. No: F-6211
Date: March 2015
Page 4 of 5

BICYCLE COUNTER INSTALLATION ON CYCLING LANES

ii. GSM transmission (Option No. 831)


iii. Hand-Hole (Option No. REG)

b. On site commissioning service for Operational Bicycle Count Station by


Technician. Order: Eco Counter Service (Item No. 841) including:
i. Testing of loops at ALL count sites – regardless if there is a bicycle
counter sensor to be installed or not (specify total number of count
sites)
ii. Installation of Sensor Electronics (for operational count stations only,
specify number of operational count stations)
iii. Commissioning of Operational Count Station, testing with live bicycle
traffic
iv. Updating EcoVisio (software used by Eco Counter) with site details

c. The Contractor shall provide a minimum of twenty (20) working days notice
to Eco Counter, prior to required electronics package installations to be
commissioned. Coordination of electronics package installations shall not be
undertaken until the completion of the civil works.

Measurement for Payment

a. 50mm Rigid Duct, concrete encased and installed between Bicycle Counter
Hand-Holes – metre (m)

b. Bicycle Counter Hand-Hole Interconnect Cable – metre (m)

c. 25mm Flexible Bicycle Counter Detection Loop Lead Conduit – metre (m)

d. Supply and Install Bicycle Counter Hand-Holes – each (ea)

c. Supply and Install Bicycle Counter Detection Loop Sensor Wire - metre (m)

f. Supply Bicycle Counter Sensor Electronics Package (model Eco Combo


XGCZC0007 for cycling lanes) and Installation Coordination – each (ea). (if
specified)

Basis of Payment

Payment at the Contract Price for the tender item “50mm Concrete Encased Rigid Duct
between Bicycle Counter Hand-Holes” shall be full compensation for all labour,
equipment and material required to do the work.

Payment at the Contract Price for the tender item “Bicycle Counter Hand-Hole
Interconnect Cable” shall be full compensation for all labour, equipment and material
required to do the work.

Section F\Traffic\F-6211 – March 2, 2015


S.P. No: F-6211
Date: March 2015
Page 5 of 5

BICYCLE COUNTER INSTALLATION ON CYCLING LANES

Payment at the Contract Price for the tender item “25mm Flexible Bicycle Counter
Detection Loop Lead Conduit” shall be full compensation for all labour, equipment and
material required to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Hand-Holes” shall be full compensation for all labour, equipment and material required
to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Detection Loop Sensor Wire” shall be full compensation for all labour, equipment and
material required to do the work.

If specified, payment at the Contract Price for the tender item “Supply Bicycle Counter
Sensor Electronics Package (model Eco Combo XGCZC0007 for cycling lanes) and
Installation Coordination” shall be full compensation for all labour, equipment and
material, including full compensation for all costs associated with installation of
electronic components and commissioning of the units by Eco Counter.

Note: The representative for Eco Counter is William Hyerle, why@eco-counter.com or


1-866-518-4404.

Section F\Traffic\F-6211 – March 2, 2015


S.P. No:F-6212
Date: March 2015
Page 1 of 5

BICYCLE COUNTER INSTALLATION ON CYCLE TRACKS

Definitions

In this Special Provision;

• “Count Site” refers to all the civil works required to prepare a cycling facility site
as an Operational Bicycle Count Station.

• “Operational Bike Count Station” consists of the civil works, plus the installation
and commissioning of a Bicycle Counter Sensor (if specified).

• “Technician” means a representative of Eco Counter, of Montreal, Quebec (or


approved equivalent supplier).

• “Bicycle Counter Sensor” means the electronics package which is installed within
one of the pair of Hand-Holes at a Count Site (if specified).

• “Loops” means the preformed loop assembly which forms the detector loops with
attached “Loop Feeder Cable”

• “Hand-Hole Interconnect Cable” means a single twisted pair cable running in a


conduit between the two bicycle counter Hand-Holes (ie: across the roadway).

Scope for civil works to construct a Count Site

The work to be done under this special provision shall include the supply of all labour,
equipment and materials necessary for the installation and testing of each bicycle
counter site located along a cycle track as detailed in the contract drawings. The
process and equipment needed would be repeated for each site specified.

A. Hand-Hole Interconnect Cable and Duct Installation

a. The Contractor shall install a concrete encased 50mm rigid plastic duct
(for the Hand-Hole Interconnect Cable) across the roadway, between
Hand-Hole locations. The conduit ends will come up through the bottom of
the Hand-Holes. The duct shall be positioned within the road bed as
specified by the design drawings.

b. The Contractor shall trim the conduit ends so that they protrude
approximately 5cm above level of granular base.

c. The contractor shall install within the rigid duct, a single twisted pair of
wires (i.e. Hand-Hole Interconnect Cable), terminating within each Hand-
Hole. The Contractor shall leave one meter (1m) of extra twisted pair
length within each Hand-Hole.

Section F\Traffic\F-6212 – March 2, 2015


S.P. No:F-6212
Date: March 2015
Page 2 of 5

BICYCLE COUNTER INSTALLATION ON CYCLE TRACKS

B. Flexible Conduit and Hand-Hole Installation

a. A length of 25mm diameter flexible conduit shall be installed within the


granular base running from the cycle track centerline to the bottom of the
Hand-Hole.

b. The flexible conduit should be trimmed to extend 5cm from the gravel
base of the Hand-Hole.

c. Hand-Holes to be ordered by Contractor, two are required per Count Site.


Suggested sources include:
i. Channell Commercial, 1355 Meyerside Dr., Mississauga, ON L5T
1C9 – PC Ring and Cover Order, Item #: 121212 with custom City of
Ottawa logo and holes.
ii. Oldcastle/Synertech 143-151 Enclosure 12x12 (catalog #
S1212HFAOA01)

d. Hand-Holes shall be placed as detailed on the contract drawings.

e. Hand-Hole shall be placed on 150mm granular base so that the final


grade is flush with the Hand-Hole cover. No adjustment units shall be
used to accommodate this requirement.

f. Custom Hand-Hole lid with City of Ottawa markings to be secured with


bolts provided.

C. Detection Loop Installation

Preformed detection loops are typically installed only after the adjacent Hand-Hole
and flexible conduit are in place.

a. The preformed loop location shall be identified by the Contractor within


each cycle track as per the following procedure:

i. The Contractor shall place the preformed loop as ordered from Eco
Counter, on the surface to be paved. The short axis of the loop
(40cm across) must be placed parallel with the direction of travel and
centered within the cycle track.

ii. The Contractor shall ensure the preformed loops are positioned as
specified on the contract drawings and that the flexible conduit is
located properly to accept the “Loop Feeder Wires”, so that the cable
is not left directly exposed.

Section F\Traffic\F-6212 – March 2, 2015


S.P. No:F-6212
Date: March 2015
Page 3 of 5

BICYCLE COUNTER INSTALLATION ON CYCLE TRACKS

iii. Loop feeder wires shall be fished through the 25mm flexible conduit
into the concrete Hand-Hole. The wires should not be cut or
insulation damaged.

b. The Contractor shall provide two (2) working days notice prior to requiring
the location of the loop layouts to be approved by the Contract
Administrator before cutting loops.

c. The Contractor shall hand-rake and carefully pave over the preformed
loops. The bottom of the loop must be buried 4cm (+/-1cm) from the top of
the finished asphalt.

D. Testing

The Contractor shall check the loop continuity using an appropriate meter and
provide results to the Contract Administrator.

Scope for Installation and Commissioning of a Bicycle Counter Sensor (if


specified)

An “Operational Bicycle Count Station” consists of the civil works plus the installation
and commissioning of a Bicycle Counter Sensor. For each Count Site that are specified
for upgrades to Operational Bicycle Count Stations (as detailed in the Contract
Drawings) the Contractor shall be responsible to coordinate the installation of one (1)
counter electronic package to be supplied by the contractor and installed and
commissioned by Eco Counter (or approved equivalent supplier).

a. The Contractor must order one sensor electronics package per Operational
Bicycle Count Station. Order: Eco Combo XGCZC0003 (specific to cycle
tracks) including:
i. 15min Interval Data Recording (Option No. 756)
ii. GSM transmission (Option No. 831)
iii. Hand-Hole (Option No. REG)

b. On site commissioning service for Operational Bicycle Count Stations by


Technician. Order: Eco Counter Service (Item No. 841) including:
i. Testing of loops at ALL count sites – regardless if there is a bicycle
counter sensor to be installed or not (specify total number of count
sites)
ii. Installation of Sensor Electronics (for operational count stations only,
specify number of operational count stations)
iii. Commissioning of Operational Count Station, testing with live bicycle
traffic
iv. Updating EcoVisio (software used by EcoCounter) with site details

Section F\Traffic\F-6212 – March 2, 2015


S.P. No:F-6212
Date: March 2015
Page 4 of 5

BICYCLE COUNTER INSTALLATION ON CYCLE TRACKS

c. The Contractor shall provide a minimum of twenty (20) working days notice
to Eco Counter, prior to required electronics package installations to be
commissioned. Coordination of electronics package installations shall not be
undertaken until the completion of the civil works.

Measurement for Payment

a. 50mm Rigid Duct, concrete encased and installed between Bicycle Counter
Hand-Holes – metre (m)

b. Bicycle Counter Hand-Hole Interconnect Cable – metre (m)

c. 25mm Flexible Bicycle Counter Detection Loop Lead Conduit– metre (m)

d. Supply and Install Bicycle Counter Hand-Holes – each (ea)

c. Supply and Install Bicycle Counter Preformed Detection Loops (item # 797by Eco
Counter) – metre (m)

f. Supply Bicycle Counter Sensor Electronics Package (model Eco Combo


XGCZC0003 for cycle tracks) and Installation Coordination – each (ea). (if
specified)

Basis of Payment

Payment at the Contract Price for the tender item “50mm Concrete Encased Rigid Duct
between Bicycle Counter Hand-Holes” shall be full compensation for all labour,
equipment and material required to do the work.

Payment at the Contract Price for the tender item “Bicycle Counter Hand-Hole
Interconnect Cable” shall be full compensation for all labour, equipment and material
required to do the work.

Payment at the Contract Price for the tender item “25mm Flexible Bicycle Counter
Detection Loop Lead Conduit (25mm diameter)” shall be full compensation for all
labour, equipment and material required to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Hand-Holes” shall be full compensation for all labour, equipment and material required
to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Preformed Detection Loops (item # 797 by Eco Counter)” shall be full compensation for
all labour, equipment and material required to do the work.

Section F\Traffic\F-6212 – March 2, 2015


S.P. No:F-6212
Date: March 2015
Page 5 of 5

BICYCLE COUNTER INSTALLATION ON CYCLE TRACKS

If specified, payment at the Contract Price for the tender item “Supply Bicycle Counter
Sensor Electronics Package (model Eco Combo XGCZC0003 for cycle tracks) and
Installation Coordination” shall be full compensation for all labour, equipment and
material, including full compensation for all costs associated with installation of
electronic components and commissioning of the units by Eco Counter.

Note: The representative for Eco Counter is William Hyerle, why@eco-counter.com or


1-866-518-4404.

Section F\Traffic\F-6212 – March 2, 2015


S.P. No: F-6213
Date: March 2015
Page 1 of 4

BICYCLE COUNTER INSTALLATION ON MULTI-USE PATHWAYS

Definitions

In this Special Provision;

• “Count Site” refers to all the civil works required to prepare a cycling facility site
as an Operational Bicycle Count Station.

• “Operational Bike Count Station” consists of the civil works, plus the installation
and commissioning of a Bicycle Counter Sensor (if specified).

• “Technician” means a representative of Eco Counter, of Montreal, Quebec (or


approved equivalent supplier).

• “Bicycle Counter Sensor” means the electronics package which is installed within
one of the pair of Hand-Holes at each Count Site.

• “Loops” means the preformed loop assembly which forms the detector loops, and
incorporates a “Loop Feeder Cable”

Scope for civil works to construct a Count Site

The work to be done under this special provision shall include the supply of all labour,
equipment and materials necessary for the installation and testing of each bicycle
counter site located along a multi-use pathway as detailed in the contract drawings. The
process and equipment needed would be repeated for each site specified.

A. Flexible Conduit and Hand-Hole Installation

a. Four lengths of 25mm diameter flexible conduit shall be installed within the
granular base running from the multi-use pathway centerline to the bottom
of the Hand-Hole.

b. The flexible conduit should be trimmed to extend 5cm from the gravel
base of the Hand-Hole.

c. Hand-Holes to be ordered by Contractor, one is required per Count Site.


Suggested sources include:
i. Channell Commercial, 1355 Meyerside Dr., Mississauga, ON L5T
1C9 – PC Ring and Cover Order, Item #: 121212 with custom City of
Ottawa logo and holes.
ii. Oldcastle/Synertech 143-151 Enclosure 12x12 (catalog #
S1212HFAOA01)

d. Hand-Hole shall be placed as detailed on the contract drawings.

Section F\Traffic\F-6213 – March 2, 2015


S.P. No: F-6213
Date: March 2015
Page 2 of 4

BICYCLE COUNTER INSTALLATION ON MULTI-USE PATHWAYS

e. Hand-Hole shall be placed on 150mm granular base so that the final


grade is flush with the Hand-Hole cover. No adjustment units shall be
used to accommodate this requirement.

f. Custom Hand-Hole lid with City of Ottawa markings to be secured with


bolts provided.

B. Detection Loop Installation

a. Preformed detection loops are typically installed only after the adjacent
Hand-Hole and flexible conduit are in place.

b. The preformed loop location shall be identified by the Contractor within


each multi-use pathway lane as per the following procedure:

i. The Contractor shall place the preformed loop as ordered from Eco
Counter, on the surface to be paved. The short axis of the loop
(40cm across) must be placed parallel with the direction of travel and
centered within the multi-use pathway lane.

ii. The Contractor shall ensure the preformed loops are positioned as
specified on the contract drawings and that the flexible conduit is
located properly to accept the “Loop Feeder Wires”, so that the cable
is not left directly exposed.

iii. Loop feeder wires shall be fished through the 25mm flexible conduit
into the concrete Hand-Hole. The wires should not be cut or
insulation damaged.

c. The Contractor shall provide two (2) working days notice prior to requiring
the location of the loop layouts to be approved by the Contract
Administrator before cutting loops.

d. The Contractor shall hand-rake and carefully pave over the preformed
loops. The bottom of the loop must be buried 4cm (+/-1cm) from the top of
the finished asphalt.

C. Testing

The Contractor shall check the loop continuity using an appropriate meter and
provide results to the Contract Administrator.

Section F\Traffic\F-6213 – March 2, 2015


S.P. No: F-6213
Date: March 2015
Page 3 of 4

BICYCLE COUNTER INSTALLATION ON MULTI-USE PATHWAYS

Scope for Installation and Commissioning of a Bicycle Counter Sensor (if


specified)

An “Operational Bicycle Count Station” consists of the civil works plus the installation
and commissioning of a Bicycle Counter Sensor. For each Count Site that are specified
for upgrades to Operational Bicycle Count Stations (as detailed in the Contract
Drawings) the Contractor shall be responsible to coordinate the installation of one (1)
counter electronic package to be supplied by the contractor and installed and
commissioned by Eco Counter (or approved equivalent supplier).

a. The Contractor must order one sensor electronics package per operational
bicycle count station. Order: Eco Combo XGCZC0004 (multi-use pathway)
including:
i. 15mn Interval Data Recording (Option No. 756)
ii. GSM transmission (Option No. 831)
iii. Hand-Hole (Option No. REG)

b. On site commissioning service for Operational Bicycle Count Station by


Technician. Order: Eco-Counter Service (Item No. 841) including:
i. Testing of loops at ALL count sites (specify total number of count
sites)
ii. Installation of Sensor Electronics (for operational count stations only,
specify number of operational count stations)
iii. Commissioning of Count Site, testing with live bicycle traffic
iv. Updating EcoVisio (software used by EcoCounter) with site details

c. The Contractor shall provide a minimum of 20 (twenty) working days notice


to Eco-Counter, prior to required electronics package installations to be
commissioned. Coordination of electronics package installations shall not be
undertaken until the completion of the civil works.

Measurement for Payment

a. 25mm Flexible Bicycle Counter Detection Loop Lead Conduit– metre (m)

b. Supply and Install Bicycle Counter Hand-Holes – each (ea)

c. Supply and Install Bicycle Counter Preformed Detection Loops (item # 797 by
Eco Counter) – metre (m)

Section F\Traffic\F-6213 – March 2, 2015


S.P. No: F-6213
Date: March 2015
Page 4 of 4

BICYCLE COUNTER INSTALLATION ON MULTI-USE PATHWAYS

d. Supply Bicycle Loop Electronics Package (model Eco Combo XGCZC0004 for
multi-use pathways) and Installation Coordination – each (ea). (if specified)

Basis of Payment

Payment at the Contract Price for the tender item “25mm Flexible Bicycle Counter
Detection Loop Lead Conduit” shall be full compensation for all labour, equipment and
material required to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Hand-Holes” shall be full compensation for all labour, equipment and material required
to do the work.

Payment at the Contract Price for the tender item “Supply and Install Bicycle Counter
Preformed Detection Loops (item # 797by Eco Counter)” shall be full compensation for
all labour, equipment and material required to do the work.

If specified, payment at the Contract Price for the tender item “Supply Bicycle Loop
Electronics Package (model Eco Combo XGCZC0004 for multi-use pathways) and
Installation Coordination” shall be full compensation for all labour, equipment and
material, including full compensation for all costs associated with installation of
electronic components and commissioning of the units by Eco Counter.

Note: The representative for Eco Counter is William Hyerle, why@eco-counter.com or


1-866-518-4404.

Section F\Traffic\F-6213 – March 2, 2015


S.P. No: F-6301
Date: March 2009
Page: 1 of 2

HIGH MAST POLES

Amendments to OPSS 630 and OPSS 2471

OPSS 630 and OPSS 2471 shall apply except as may be amended and extended herein.

Poles

Section 630.05.01, Sectional Steel High Mast Lighting Poles, of OPSS 630 is deleted and replaced with the
following:

Sectional Steel High Mast Poles shall conform to OPSS 2471 with the following amendments:

The last sentence of Subsection 2471.05.01, Steel, of OPSS 2471 is deleted and replaced with the following:

Silicon content in steel to suit the galvanizing process shall be 0.15% to 0.28% for gauges less than 12.7 mm;
0.15% to 0.33% for gauges greater than 12.7 mm.

Subsection 2471.07.02, Fabrication, of OPSS 2471 is deleted and replaced with the following:

The pole mast shall be formed in round or octagonal cross sections. Pole sections shall be tapered so that they
may be assembled by an overlapping press fit to form a tapered steel pole of desired length.

The pole shall be cold formed from sheet and each section shall be fabricated with one or two continuous
longitudinal welds. These welds shall be single Vee and made from the outside of the structure, with throat
thickness conforming to CSA W59, so as to ensure complete joint penetration, minimum 60%, except at slip
joints and lap splices where 100% penetration is required.

One circumferential shop splice per section will be permitted. Details of the splice and welding procedures shall
be submitted to the Owner for review. Welds of such circumferential splice shall be sound, continuous, complete
penetration groove welds. An internal back-up strip shall be used at the joint. The splice shall be 100% x-rayed or
ultrasonically tested and the welded joints shall conform to CSA W59. Test results shall be made available.

In the lap splice area, there shall be no protrusions preventing proper alignment of the section. Any excess weld
material shall be removed by grinding to form a smooth and uniformly tapered section.

Each pole shall have a reinforced handhole complete with cover. The handhole dimensions shall be as indicated
on the Contract drawings. The handhole opening shall be fitted with a compressible weatherstrip or silicon rubber
gasket. Both the handhole and handhole cover shall have provision for padlocking. Two swivel-type latches shall
be welded to the lip of the handhole. Each latch shall be tightened by a retaining wing nut. The handhole cover
shall have provision for the latches. When the latches are tightened, the cover shall be tightly fitted to the
handhole. Handhole cover hinges shall be as indicated on the Contract drawings.

Each pole shall be supplied with a mounting plate and hardware for the installation of the luminaire raising and
lowering equipment conforming to OPSS 2476. The mounting plate shall suit the winch assembly and shall be
fillet welded inside the pole as shown on the drawings. A safety tie-down loop and ground stud shall be fillet
welded inside the pole beneath the handhole as shown on the drawings. The loop shall be large enough to
accommodate the chain and sustain the loading on the chain.

Section F\Electrical\F-6301 - March 31, 2009


S.P. No: F-6301
Date: March 2009
Page: 2 of 2

HIGH MAST POLES

The headframe assembly shall be attached to the pole either through a flange plate or tenon system compatible
with the luminaire raising and lowering equipment. In a flange plate system, the flange plates shall be at least 12
mm thick and secured by four hexagonal head bolts complete with washers and locknuts. The size of holes for the
flange plates and their locations shall be determined by co-ordinating with the luminaire raising and lowering
equipment manufacturer. A flange plate shall be welded to the top of the pole with a sound, continuous weld as
shown on the Contract drawings.

In the tenon system, a 12-mm thick circular plate shall be welded to the top of the pole with a sound, continuous
fillet weld. The plate shall have a circular opening through the centre equal to the outside diameter of the tenon.
The tenon shall have a nominal wall thickness of 5 mm and shall be inserted into the opening and welded to the
plate with a sound, continuous fillet weld.

Section joints shall be slip fitted as shown on the drawings. Depending on the pole length, the slip-joint
connection shall be 2.5 or 3.0 times the top outside diameter of the joined section. Maximum lap shall be such that
the height of the completed mast complies with the permitted overall tolerance.

Pole sections shall be pre-assembled in the shop to ensure they fit properly. The Manufacturer shall be responsible
for determining the compresive assembly forces and lap lengths in pre-assembly to ensure that final field
assembly will meet this specification. Assembled sections shall be marked such that they can be field assembled
in the same orientation. The location of the marks, their size and the marking medium shall not interfere with the
slip joint and are subject to the approval of the Owner.

During pre-assembly, caution should be exercised so as not to damage the galvanized surface. If any galvanized
surface is damaged, the Manufacturer shall take corrective measures subject to the approval of the Owner.

Section F\Electrical\F-6301 - March 31, 2009


S.P. No. F-7141
Date: March 2011
Page 1 of 1
STEEL BOX BEAM BARRIER COATING SYSTEM

Amendments to OPSS 714 and OPSS 911

OPSS 714 and OPSS 911 shall apply except as may be amended and extended herein.

Coating System

In addition to the galvanizing requirements of OPSS 1510, steel box beam barrier
components shall have an inorganic-zinc/epoxy/polyurethane coating system conforming to
OPSS 911. The finished colour shall be black and all coats shall be shop applied.

Steel box beam barrier shall be hot-dipped galvanized in conformance with CSA G164-M92
(R1998) and shall be unpassivated to ensure good adherence of the coating system to the
galvanized surface.

Steel box beam barrier and coating materials shall be obtained from approved sources listed
on the OGRA’s “The Road Authority” web site (www.roadauthority.com).

Units shall be shop welded when required. No field welding will be permitted without the
express permission of the Contract Administrator.

Galvanized surfaces shall be cleaned, free from dust, grease, soiling or any extraneous matter
which may be detrimental to a satisfactory and acceptable finish.

Care shall be taken to prevent damage to the units during transportation and handling. Any
damage to the finish shall be repaired to the satisfaction of the Contract Administrator.

Basis of Payment

Section 911.10, Basis of Payment, of OPSS 911 is amended in that the coating of steel box
beam barrier components is incidental to the supply and erection and no separate payment
shall be made.

Section 714.10, Basis of Payment, of OPSS 714 is amended by the addition of the following:

Payment at the Contract price(s) for the tender items “Steel; Box Beam Guide Rail, Inorganic
Zinc/Polyurethane Coated” and “Steel Box Beam Median Barrier, Inorganic
Zinc/Polyurethane Coated” shall include full compensation for all labour, equipment and
material required to coat the barrier in conformance with OPSS 911.

Section F\Barriers and Guide Rails\F-7141 – March 31, 2011


S.P. No: F-7211
Date: March 2011
Page: 1 of 1

STEEL BEAM GUIDE RAIL, CABLE GUIDE RAIL, AND DELINEATOR POSTS

Amendments of OPSS 721

OPSS 721, shall apply except as may be amended and extended herein.

Requirements for Wood and Steel, Posts and Blocks

Section 721.02, References, of OPSS 721 is amended by the addition of the following:

Canadian Standards Association:


CAN/CSA G 40.21/M92 – Structural Quality Steels

Subsection 721.07.01, General, of OPSS 721 is amended by the addition of the following:

Guide rail installations shall be inspected upon completion of guide rail work.

Wood posts damaged through handling or installation which exceed the following shall be removed and
replaced at the expense of the Contractor. Cedar and treated posts shall be rejected where either of the
following conditions are exceeded:

a) any split or check exceeding 10 mm in width, regardless of its length or depth; or,

b) any split or check exceeding a depth of 40% of the post diameter or thickness, regardless of its
length or width.

Steel posts damaged through handling or installation shall be repaired or replaced as directed by the
Contract Administrator.

Section F\Barriers and Guide Rails\F-7211 – March 31, 2011


S.P. No: F-7212
Date: March 2011
Page: 1 of 1
ADJUST CABLE GUIDE RAIL

Amendment to OPSS 721

OPSS 721, shall apply except as may be amended and extended herein.

Construction

All adjustments are to be made after adjacent paving is completed.

The existing broken guide rail posts shall be removed and new guide rail posts and spacers installed at the
existing post locations. New reflectorized strips, if required, shall be attached to new and existing posts in
accordance with the details shown in the Contract.

All cables and spacers shall be removed and salvaged from the existing guide rail posts. Removal shall
conform to OPSS 510. The cables shall be reinstalled in conformance with OPSS 721, on the existing
and new posts with new staples and required spacers, at the height and tension indicated in the Contract.

Broken guide posts and associated hardware not designed for salvage shall be managed and disposed of in
conformance with OPSS 180.

Measurement of Payment

Measurement of the adjusted cable guide rail is by Plan Quantity, as may be revised by Adjusted Plan
Quantity, of the horizontal length in metres along the center line of the cable guide rail from end to end of
the installation.

Basis of Payment

Payment at the Contract price for the tender item “Adjust Cable Guide Rail” shall be full compensation
for all labour, equipment and material required to do the work.

Section F\Barriers and Guide Rails\F-7212 – March 31, 2011


S.P. No: F-7213
Date: March 2011
Page: 1 of 1

SALVAGE AND RE-ERECT CABLE GUIDE RAIL

Amendment to OPSS 721

OPSS 721, shall apply except as may be amended and extended herein.

Construction

All cables and associated hardware shall be removed and salvaged from the existing guide rail posts and
placed outside the work area in a manner suitable for reuse. Removal shall conform to OPSS 510.
Existing guide rail posts and associated material not designed for salvage shall be removed, managed and
disposed of off the site in conformance with OPSS 180.

Following completion of the adjacent construction work, the cables and associated hardware shall be re-
erected on new posts with new staples and end fittings in conformance with OPSS 721, at the location,
height and tension indicated in the Contract.

Measurement of Payment

Measurement of the re-erected cable guide rail is by Plan Quantity, as may be revised by Adjusted Plan
Quantity, of the horizontal length in metres along the center line of the guide rail from end to end of the
installation.

Basis of Payment

Payment at the Contract price for the tender item “Salvage and Re-Erect Cable Guide Rail” shall be full
compensation for all labour, equipment and material required to do the work.

Section F\Barriers and Guide Rails\F-7212 – March 31, 2011


S.P. No: F-7214
Date: March 2017
Page: 1 of 1

ADJUST STEEL BEAM GUIDE RAIL

Amendment to OPSS 721

OPSS 721, shall apply except as may be amended and extended herein.

Construction

All adjustments shall be made after adjacent construction work has been completed.

The steel beam, channel where required, and offset blocks shall be removed and
salvaged from the existing guide rail posts. Removal shall conform to OPSS 510. All
material not designed for salvage shall be managed and disposed of off the site in
conformance with OPSS 180.

The steel beam, channel and offset blocks shall be reinstalled on the existing posts at
the height indicated in the Contract in conformance with OPSS 721, with new bolts, nuts
and washers.

Care shall be taken to eliminate damage to offset blocks. Minor cracks shall be treated
with the same type of wood preservative used to pressure treat the wood in the original
installation. The method of repair to correct any damage to the guide rail components
shall be subject to the consent of the Contract Administrator before such repair is
commenced.

Measurement of Payment

Measurement of the adjusted steel beam guide rail is by Plan Quantity, as may be
revised by Adjusted Plan Quantity, of the horizontal length in metres from end to end of
the adjusted guide rail installation.

Basis of Payment

Payment at the Contract price for the tender item “Adjust Steel Beam Guide Rail” shall
be full compensation for all labour, equipment and material required to do the work.

Section F\Barriers and Guide Rails\F-7214 – March 1, 2017


S.P. No: F-7215
Date: March 2011
Page: 1 of 1
GUIDE RAIL MISCELLANEOUS REINSTATEMENT

Amendments to OPSS 721

OPSS 721, shall apply except as may be amended and extended herein.

Measurement for Payment

Miscellaneous reinstatement is to be included as part of the tender Guide Rail item and no measurement
for the reinstatement is necessary.

Basis of Payment

No additional payment will be made for the work in connection with providing Guide Rail
Miscellaneous Reinstatement as the cost of such work is deemed to be included in the Contract price for
the Guide Rail tender items which shall include full compensation for all labour equipment and material
required to do the work and reinstate the site including but not limited to repairs to: asphalt, culverts,
gabions, ditches/swales, driveways, and the reinstatement of topsoil, sod, mail boxes and signs.

Section F\Barriers and Guide Rails\F-7215 – March 31, 2011


S.P. No: F-7216
Date: March 2011
Page: 1 of 1
REMOVAL AND SALVAGE OF GUIDE RAIL

Amendments to OPS 721

OPSS 721, shall apply except as may be amended and extended herein.

All rails and associated hardware from the existing guide rail posts shall be removed from the
___________________ Contract Site, salvaged and delivered to the ____________________________ in a
manner suitable for reuse.

Removal shall conform to OPSS 510. Existing guide rail posts and associated material not designed for salvage
shall be removed, managed and disposed of off the site in conformance with OPSS 180.

Measurement for Payment

Measurement will be made in metres of existing Guide Rail designated to be removed, as specified in the
Contract.

Basis of Payment

Payment at the Contract price for the tender item “Removal and Salvage of Guide Rail” shall be full
compensation for all labour, equipment, and material required to do the work and delivery to the designated drop-
off location specified above.

Section F\Barriers and Guide Rails\F-7215 – March 31, 2011


S.P. No: F-7217
Date: March 2011
Page: 1 of 2

SAFETY ITEMS CERTIFICATION

OPSS 732 shall apply except as amended and extended herein.

Certification of Safety Items

Every installation shall be certified by submitting to the Contract Administrator a completed Form OTT-
F7217-01 „Certification of the Installation of Safety Items‟ within 24 hours of completion of the
installation. Certification shall be done by a competent and authorized representative of the Contractor.
In addition, the Contractor shall provide certification from the manufacturer that the product furnished
meets the specifications cited in the manufacturer‟s product specification or, for non-proprietary
products, meets the applicable Ontario Provincial Standard.

The Contract Administrator may review the installation of these tender items. For products with buried
posts, the Contract Administrator may require the removal of up to two posts per installation to
determine burial depth. The Contractor shall provide, at no cost to the Owner, such assistance and
equipment required to complete this review.

Should the review identify any failure to generally conform to the requirements of the Contract
Documents, the Contract Administrator may request a complete inspection of the installation, which may
include the removal of all posts to determine burial depth. Deficiencies identified by the complete
inspection shall be corrected at no cost to the Owner and any Certificate of Conformance previously
issued shall be considered void. The Contractor shall provide a new Certificate of Conformance, and the
Contract Administrator may initiate another review of the installation. No additional payment will be
made for labour and equipment provided by the Contractor for the completion of the inspection, and the
Contractor will be charged for the complete inspection at the rate of $500 per day, or part thereof. If the
complete inspection confirms that the installation was constructed in compliance with the Contract
Documents, the Contractor will be reimbursed for time and material supplied to carry out the complete
inspection, and for charges assessed.

The Contractor shall submit one „Certification of the Installation of Safety Items‟ and one
manufacturer‟s certification for each tender item or alternatively, applicable tender items may be listed
on the same Form OTT-F7217-01 or manufacturer‟s certificate.

Basis of Payment

Payment for the above noted work shall be included in the contact price for the tender “Extruder end
treatment” and shall include full compensation for all equipment, labour and materials required to
complete the work.

Section F\Barriers and Guide Rails\F-7217 – March 31, 2011


S.P. No: F-7217
Date: March 2011
Page: 2 of 2

CERTIFICATION OF THE INSTALLATION OF SAFETY ITEMS

CONTRACT________________________________________________________

LOCATION________________________________________________________

Certification (check one): Opening roadway to public traffic [ ]


Completion of Work [ ]
In compliance with F-7217, the authorized representative of the Contractor certifies that
the following Safety Items have been supplied and installed in general conformance with the
Contract Documents.

LOCATION ITEM DATE & TIME CERTIFIED BY:


(Site No. and DESCRIPTION
(Print name) (Signature)
Description)

OTT-F7217-01
Section F\Barriers and Guide Rails\F-7217 – March 31, 2011
S.P. No: F-7218
Date March 2011
Page: 1 of 2

3 CABLE & SINGLE RAIL STEEL BEAM GUIDE RAIL SIGNAGE

OPSS 721 and City of Ottawa Special Provision F-7211 and F-7215 shall apply except as amended
and extended herein.

721.01 SCOPE

Section 721.01 Scope shall be amended by the addition of the following:

This special provision covers the work of installing Plow-up and Plow-down signs and Permanent
Hazard Signing at guide rail locations.

CONSTRUCTION

Section 721.07.01 General shall be amended by the addition of the following:

Installation of Plow-Up and Plow-Down Signs

As part of the work the Contractor shall place plow-up and plow-down markers at the beginning and
termination of each guide rail system located within the project limits. The plow-up markers shall be 12
cm x 12 cm installed diamond shaped, green in colour in the top half of the diamond and white in colour
on the bottom half of the diamond. The plow-down markers shall be 12 cm x 12 cm installed diamond
shaped, white in colour in the top half of the diamond and green in colour on the bottom half of the
diamond. Plow-up and plow-down markers shall be fastened to a 25 mm x 25 mm galvanized post
2.135 m in length. Each support shall be embedded a minimum of 1.135 m into the existing underlying
shoulder. The 12 cm x 12 cm metal markers shall be fastened to the metal supports by drilling or
punching two size 30 holes, 3.2 mm diameter, to take 3 mm rivets.

Plow-up markers shall be placed on the approaching end of each guide rail system and plow-down
markers shall be placed on the leaving end of each guide rail system.

Permanent Hazard Signing

At all new end treatment locations, the Contractor shall place hazard markers (Wa-33L or Wa-33R) and
diamond shaped delineators (12 cm x 12 cm). The hazard markers and diamond shaped delineators
(yellow in colour) shall be fastened to a 25 mm x 25 mm galvanized post 2.135 m in length. Each
support shall be embedded a minimum of 1.135 m into the existing underlying shoulder. The 12 cm x
12 cm metal markers shall be fastened to the metal supports by drilling or punching two size 30 holes,
3.2 mm diameter, to take 3 mm rivets.

The hazard markers shall be placed 2 m in front of each eccentric loader location and the diamond
shaped delineators shall be placed at the 5th steel beam guide rail post (from the end of the eccentric
loader).

Section F\Barriers and Guide Rails\F-7215 – March 31, 2011


S.P. No: F-7218
Date March 2011
Page: 2 of 2

3 CABLE & SINGLE RAIL STEEL BEAM GUIDE RAIL SIGNAGE

Basis of Payment

Payment for the above noted work shall be included in the contact price for the tender items “3 Cable
guide rail per OPSD-913.130” and shall include full compensation for all equipment, labour and
materials required to complete the work.

Section F\Barriers and Guide Rails\F-7215 – March 31, 2011


S.P. No: F-7219
Date: March 2011
Page: 1 of 1

3 CABLE & SINGLE RAIL STEEL BEAM GUIDE RAIL REFLECTORS

OPSS 721 and City of Ottawa Special Provision F-7211 and F-7215 shall apply except as amended
and extended herein.

721.01 SCOPE

Section 721.01 Scope shall be amended by the addition of the following.

This special provision outlines the requirements for delineation on guide rail systems.

721.02 CONSTRUCTION

Subsection 721.07.01 General shall be amended by the addition of the following:

Placement of Reflectors

Reflectors shall be placed on every tenth post on tangent and every fifth post on curves. This shall be
completed for all new installation, as detailed elsewhere in the contract. The device shall be a 12.5 x
12.5 cm diamond delineator, manufactured using 2.1 mm aluminium sheeting as backing. Attached to
the backing shall be a reflective sheeting, meeting, or exceeding the minimum requirements of high
intensity, Type III reflectivity. The reflector shall be mounted on a 2.5 x 2.5 cm galvanized post.

For guide rail systems with steel posts, the delineator shall be installed on the approaching traffic side of
the web, at the intersecting point of the web and the flange. For guide rail systems with wood posts, the
delineator post shall be installed on the approaching traffic side of the post, flush with the back corner.

The embedment depth of the post shall be 1.0 m. The bottom of the delineator shall be mounted 10 cm
above the top of the guide rail post. The reflective material shall be high intensity retro reflective
sheeting.

The colour of the delineator shall conform to the colour of the pavement marking edge line on the
mainline highway and interchange ramps.

Basis of Payment

Payment for the above noted work shall be included in the contact price for the tender item “3 Cable
guide rail per OPSD-913.130” and shall include full compensation for all equipment, labour and
materials required to complete the work.

Section F\Barriers and Guide Rails\F-7219 – March 31, 2011


S.P. No: F-7301
Date: March 2014
Page: 1 of 1

ECCENTRIC LOADER

Amendments of OPSS 730

OPSS 730, shall apply except as may be amended and extended herein.

Cable Assembly

Subsection 730.05.01, Cable Assembly, of OPSS 730 is amended by addition of the


following to the third paragraph:

The cable shall be 19.0 mm diameter .

Posts and Post Anchors

Subsection 730.07.02, Posts and Post Anchors, of OPSS 730 is amended by deleting
the fourth paragraph and replacing it with the following:

All holes and the top cut of pressure treated posts shall be treated with two coats of 2%
copper napthenate wood preservative.

Steel Beam Guide Rail

Subsection 730.07.03, Steel Beam Guide Rail, of OPSS 730 is amended by the addition
of the following:

Where steel beam guide rail with channel is installed immediately adjacent to the
Eccentric Loader, the channel shall be terminated at the sixth post from terminal end of
Eccentric Loader, where the mounting height of the guide rail shall be 530 mm. The
transition in mounting height for both the channel and steel beam guide rail element
shall commence at post six and continue over 7.62 m, where at the tenth post from
terminal end of Eccentric Loader the mounting height shall be 610 mm.

Section F\Barriers and Guide Rails\F-7301– March 31, 2014


S.P. No: F-7302
Date: March 2011
Page: 1 of 1
SUPPLY AND INSTALL ECCENTRIC LOADER INCLUDING WIDENINGS

Amendments to OPSS 730

OPSS 730, shall apply except as may be amended and extended herein.

Widening Required for Eccentric Loader

All road base and shoulder widening material required to place all Eccentric Loaders within this contract
shall be provided and placed by the contractor as part of the work of the above item.

Measurement for Payment

Shoulder widening is to be included as part of the tender Guide Rail item and no measurement for the
widening is necessary.

Basis of Payment

Payment at the contract price for the above item(s) shall be full compensation for all labour, equipment
and material required to do the work and reinstate the site including but not limited to repairs to: asphalt,
culverts, gabions, ditches/swales, driveways, and the reinstatement of topsoil, sod, mailboxes, and signs.

Section F\Barriers and Guide Rails\F-7302– March 31, 2011


S.P. No: F-7401
Date: March 2011
Page 1 of 2
CONCRETE BARRIER AND TALL WALL BARRIER

Amendments to OPSS 740 and OPSS 1350

OPSS 740 and OPSS 1350, shall apply except as may be amended and extended herein.

Use of Precast Units

Subsection 740.05.04, Concrete Pad for Precast Concrete Barrier, of OPSS 740 is deleted.

Subsection 740.07.01, Concrete Barrier, of OPSS 740 is amended by the deletion of item 3 in
paragraph two, the deletion of the last paragraph, and the addition of the following:

Precast units shall only be used for temporary concrete barriers.

Clause 740.07.01.01, Foundation Preparation, is amended by the deletion of the third paragraph.

Section 740.10, Basis of Payment, is amended by the deletion of the second paragraph of Subsection
740.10.01.

Concrete for Cast-in-Place Barrier

Subsection 740.05.02, Concrete for Cast-in-Place Barrier, of OPSS 740 is deleted and replaced by the
following:

Concrete shall conform to OPSS 1350 and the following specific requirements:

Concrete Barrier Tall Wall


Concrete Barrier
Minimum Strength 30 Mpa 35 Mpa
Nominal Maximum Aggregate 19.0 mm
Size (a)
Air Content (b) 7.0 % + 1.5%
Air Content (c) Minimum 4.5%

(a) All coarse aggregate used for slip formed tall wall concrete barrier shall have all faces crushed.

(b) Sampled directly from the load of concrete.

(c) When construction by extrusion method is used, the plastic concrete shall be sampled from the
haunch in-place.

Tolerances

Clause 740.07.01.02, Tolerances, is amended by the deletion of the third paragraph and its
replacement with the following:

When a 3 m long straight edge is placed on the top and faces of the concrete barrier surface, the
surface of the concrete shall not vary more than 6 mm from the edge of the straight edge.

Section F\Barriers and Guide Rails\F-7401 – March 31, 2011


S.P. No: F-7401
Date: March 2011
Page 2 of 2
CONCRETE BARRIER AND TALL WALL BARRIER

Cold Weather Concreting

Clause 740.07.01.05, Cold Weather Concreting, is amended by the deletion of the second paragraph
and replacing it with the following:

When the concrete is placed at temperatures of 5˚C or less, the concrete in the barrier wall shall be
maintained at a minimum temperature of 5˚C for 3 days. The compressive strength cylinders shall be
cast and cured with the barrier wall. The 3 day compressive strength cylinders shall be at least 80%
of the design compressive strength of the wall. If the Contractor cannot meet these conditions, then
the concrete shall be cured according to OPSS 904, for slabs on grade.

Construction Joints

Clause 740.07.01.07, Construction Joints, of OPSS 740 is deleted and replaced by the following:

Construction joints shall be vertical and square with a rough joint face. It may be created when the
concrete is plastsic or by vertically sawcutting the hardened concrete to a depth of 45 + 5 mm around
the outside of the barrier wall and removing the excess concrete material. All lose material shall be
removed from the joint face. The remaining concrete shall not be damaged. Construction joints
formed at the end of a day’s placement shall be squared.

Dowels shall only be used at transitions.

Continuity between transition sections and barrier wall sections shall be accomplished by using three
size 25M by 1.0 m long, epoxy coated smooth reinforcing bars placed horizontally in the wall. The
three bars shall be embedded 500 mm into the squared end of the constructed wall and shall be
located on the barrier centre line, commencing 150 mm from the top of the barrier and equally spaced
vertically at 150 mm intervals.

Prior to constructing the addition, the exposed horizontal bars and the squared end of the barrier wall
shall be greased to inhibit bonding.

Construction joints at transition sections for Tall Wall concrete barrier, Type TW, shall consist of five
horizontal epoxy coated smooth reinforcing bars installed and greased as indicated above.

Transitions for lighting poles and overhead sign structures shall be one piece construction of the same
class of concrete as the barrier wall.

Section F\Barriers and Guide Rails\F-7401 – March 31, 2011


S.P. No: F-7721
Date: March 2011
Page: 1 of 1
WOOD FENCE

Scope

This Special Provision covers the requirements for constructing wood fence to the details shown in the Contract.

Materials

Lumber:

Lumber shall be pressure treated pine, select, dressed four sides, and treated in accordance with CSA 080. All
lumber shall be selected for uniform appearance and shall be free of splits, cracks, open knots, and other
structural defects.

Fasteners:

Nails, spikes and other regular fastening materials shall be heavy duty hot-dipped galvanized. Nails and spikes
shall have spiral shanks.

Concrete:

Concrete shall conform to OPSS 1350, and the requirements specified elsewhere in the Contract.

Granular Foundation:

Granular material for foundations shall be Granular A conforming to OPSS 1010.

Construction

Post holes shall be augered to required depth on established alignment and at specified spacing. A depth of 100
mm of Granular „A‟ shall be placed and compacted in the bottom of the post holes to promote drainage.

Posts shall be set plumb, placed accurately in line and position, and cast in concrete. Concrete placing, curing and
protection shall conform to OPSS 904. Concrete foundations shall be domed above grade to shed water. Concrete
shall be allowed to set undisturbed for a minimum period of 5 days prior to erection of fencing panels.

Stringer rails and vertical boards shall be erected in accordance with the details shown in the Contract and
securely fastened with galvanized fasteners. All wood cuts shall be treated with the same preservative as used for
the pressure treating of the lumber. Wood cuts that will be concealed in the finished work shall be treated before
assembly.

Measurement for Payment

Wood fence will be measured horizontally in metres from end to end of the installation.

Basis of Payment

Payment at the Contract price for the tender item “Wood Fence” shall be full compensation for all labour,
equipment and material required to do the work.

Section F\Fencing\F-7721 – March 31, 2011


S.P. No: F-7722
Date: March 2011
Page: 1 of 1

CHAIN LINK FENCE COATING SYSTEM

Amendments to OPSS 772 and OPSS 911

OPSS 772 and OPSS 911, shall apply except as may be amended and extended herein.

Coating System

In addition to the galvanizing requirements of OPSS 772, chain link fence posts, rails and hardware
shall have an inorganic-zinc/epoxy/polyurethanecoating system conforming to OPSS 911. The
finished colour shall be black and all coats shall be shop applied.

The fence fabric shall be galvanized, with black PVC coating applied on top of the metal fabric.

Fence posts, rails and hardware shall be hot-dipped galvanized in conformance with CSA G164-M92
and shall be unpassivated to ensure good adherence of the coating system to the galvanized surface.

All fence and coating materials shall be obtained from approved sources listed on the OGRA’s “The
Road Authority” web site (www.roadauthority.com).

Units shall be shop welded when required. No field welding will be permitted without the express
permission of the Contract Administrator.

Galvanized surfaces shall be cleaned, free from dust, grease, soiling or any extraneous matter which
may be detrimental to a satisfactory and acceptable finish.

Care shall be taken to prevent damage to the units during transportation and handling. Any damage
to the finish shall be repaired to the satisfaction of the Contract Administrator.

Fence Fabric

Pursuant to Subsection 772.05.01, Fence Fabric, of OPSS 772, the wire size for the fence fabric shall
be 3.5 mm diameter prior to the application of the PVC coating.

Basis of Payment

Section 911.10, Basis of Payment, of OPSS 911 is amended in that the coating of chain link fence
components is incidental to the supply and erection and no separate payment shall be made.

Section 772.10, Basis of Payment, of OPSS 772 is amended by the addition of the following:

Payment at the Contract price(s) for the tender items “Chain Link Fence, Inorganic Zinc/Polyurethane
Coated,” “Terminal Posts, Inorganic Zinc/Polyurethane Coated” and “Gates, Inorganic
Zinc/Polyurethane Coated” shall include full compensation for all labour, equipment and material
required to coat the fence components in conformance with OPSS 911.

Section F\Fencing\F-7722– March 31, 2011


S.P. No: F-8011
Date: March 2013
Page: 1 of 4
TREE PROTECTION

Amendments to OPSS 801

OPSS 801, shall apply except as may be amended and extended herein.

Definitions
Section 801.03, Definitions, of OPSS 801 is amended as follows:

Clause “Barrier” is deleted and replaced by the following:

Snow fence barrier: means standard plastic fencing or approved equivalent in good condition,
1.2 m high, supported vertically by steel T-bars, and horizontally at the top of the fencing by 2"
x 4" wood railing, bolted to the steel T-bars. T-bars shall be straight, 1.8 m long.

Clause “Dripline” is deleted and replaced by the following:

Critical root zone (CRZ) of a tree is established as being 10 centimetres from the trunk of a
tree for every centimetre of trunk diameter. The trunk diameter is measured at a height of 1.2
metres for trees of 15 centimetre diameter and greater and at a height of 0.3 metres for trees
of less than 15 centimetres diameter.

Construction

Operational constraints
Subsection 801.07.01, Operational Constraints, of OPSS 801 is deleted and replaced by the
following:

The Contractor shall identify plant material and extent of root system to be preserved to the
satisfaction of a City Tree Inspector. Inspectors are available by contacting 3-1-1.

The Contractor shall be familiar with the “The City of Ottawa’s Trees and Natural Areas
Protection By-Law” and the “Road Activity By-Law” prior to commencing any work around
trees. Both by-laws identify guidelines to follow when working around trees.”

The contractor shall protect trees and root systems from damage, compaction and
contamination resulting from construction to satisfaction of a City Tree Inspector.
Compensation from the contractor for any damage to trees due to negligence shall be based
on the International Society of Arboriculture Tree Valuation guidelines for evaluation of trees,
as evaluated by a City Tree Inspector.

Soil compaction within the CRZ of a tree shall be avoided at all times, unless otherwise agreed
to in advance by a City Tree Inspector. Placement of plywood, metal decks, sand, etc. will be
considered prior to authorizing heavy equipment within the unprotected CRZ of all trees on this
project.

Section F\Landscaping\F-8011- March 31, 2013


S.P. No: F-8011
Date: March 2013
Page: 2 of 4
TREE PROTECTION

Barrier for tree protection


Subsection 801.07.02, Barrier for Tree Protection, of OPSS 801 is deleted and replaced by the
following:

To protect trees and shrubs in lawn areas or planting beds that are to remain the contractor
shall drive T-bars vertically 600 mm into ground, spaced maximum 4.5 m apart. The snow
fence shall be wired at 3 places to each T-bar. The snow fence shall be stretched between
posts to prevent sag. A 2" x 4" wood railing shall be secured along the top horizontally to the
T-bars.

The snow fence shall be erected to provide a continuous barricade between designated trees
and the work area prior to construction.

The snow fence shall be erected at the critical root zone of the trees, unless inadequate to
provide a 1.5 m buffer zone between the fence and limit of construction. With the permission
of a City Tree Inspector, the fence may be placed within the CRZ of the tree to provide the
required buffer zone of 1.5 m but in no case less than 1 m from the outer circumference to the
trunk of the tree.

Trunk protection shall be installed to a height of 2.4 metres or as prescribed by a City Tree
Inspector; wood laths shall be used (2" x 4" or other material as approved by a City Tree
Inspector) and shall be temporarily installed parallel to the tree and around the complete
circumference of the tree by latching and or wire.

Equipment shall not be allowed to operate, park, be repaired or refuelled; nor shall
construction materials be stored or any earth materials be stockpiled within the fence or within
2 m of the outer edge of the CRZ of a tree.
Signs, notices or poster shall not be attached to any tree.
Waste or volatile materials, such as mineral spirits, oil or paint thinner shall not be disposed of
within the CRZ of a tree.
Emissions from equipment shall not be directed in such a way as to come into direct contact
with the canopy of a tree.
The root system, trunk or branches of any tree shall not be damaged.
Flooding or deposition of sediment shall be prevented where trees are located.
The existing grade within the CRZ shall not be raised or lowered without the approval of the
City Tree Inspector.

Barricades shall be maintained at all times during construction operations, and shall be
removed upon completion when agreed to by a City Tree Inspector. Temporary removal of
barricades will be considered only after reviewing the requirements with a City Tree Inspector.

Construction

Section 801.07, Construction, of OPSS 801 is amended by the addition of the following:

Section F\Landscaping\F-8011- March 31, 2013


S.P. No: F-8011
Date: March 2013
Page: 3 of 4
TREE PROTECTION

Existing Pavement Removals


Where existing hard surfaces provides protection for tree roots, as determined by a City Tree
Inspector, they will be removed and the area re-established as one continuous operation to
maximize the protection of the roots.

Snow fence barrier shall be provided for any lawn or planting bed areas within the CRZ of a
tree. In addition to delaying pavement removal for trees which may have both paved and
planted zones within the CRZ.

Excavation of Root Zone


The subgrade within the CRZ of existing trees shall be carefully hand excavated to determine
the extent of the roots within the excavation area.

Roots shall be retained and protected as designated by a City Tree Inspector. Where roots
must be pruned, proper arboricultural procedures shall be followed. Guidance for root pruning
shall be obtained from a City Tree Inspector. Work shall not proceed without on-site
permission of a City Tree Inspector.

Excavation within the CRZ shall be carried out by tunnelling, boring or hydrovac excavation
methods that will protect the roots of the tree.

All root systems shall be exposed and backfilled in one continuous operation wherever
possible to minimize desiccation of the root system.

Wet filter cloth shall be used to temporarily cover and protect the exposed tree roots. Filter
cloth shall be installed immediately following root exposure, and shall be held in place with
approved pins or spikes until backfilling takes place.

Watering
During the period between May 15 and September 15 of each year, watering of all plants shall
be carried out no less than 3 times weekly, in accordance with a watering schedule submitted
to the City Forestry Office for review each week during this period.

Exposed roots shall be kept continuously moist during excavation.

Areas shall be uniformly soaked to a depth of 300 mm using a soft spray nozzle to avoid
packing of soil and damage to vegetation.

Section F\Landscaping\F-8011- March 31, 2013


S.P. No: F-8011
Date: March 2013
Page: 4 of 4
TREE PROTECTION

Soak Method
The planting saucer of each tree shall be filled with water and the water allowed to percolate
into the soil before being re-filled as many times as necessary to meet the volume
requirements of Table 1. Hard surface trees were watering tubs exist a hose will be inserted in
the tub to avoid runoff.

Table 1

WATER APPLICATION RATES FOR TREES


Tree Caliper Litres per Watering
50 mm 150
60 mm 160
70 mm 170
Mature Trees 550

If Trees are damaged


The contractor shall obtain approval from a City Tree Inspector before removing any tree on
City property. If a tree is damaged or removed, the contractor will be required to:

• pay the cost of repairs and labour for the removal of the tree
• pay the value of the tree removed
• pay the cost of a replacement tree and its installation

Section F\Landscaping\F-8011- March 31, 2013


S.P. No: F-8021
Date: March 2017
Page: 1 of 3
TOPSOIL, IMPORTED

Amendments to OPSS 802

OPSS 802, shall apply except as may be amended and extended herein.

Material

Topsoil

Subsection 802.05.01, Topsoil, of OPSS 802 is amended by the addition of the following:

Prior to bringing any imported topsoil on site, the Contractor shall have the source for the
topsoil approved by the Contract Administrator. As part of the approval process, the Contractor
shall provide written documentation demonstrating that the Contractor has fulfilled the following
requirements:

1. Representative soil samples of the proposed source of imported topsoil shall be


collected by or under the supervision of a Qualified Person.

2. Those representative soil samples to be tested by an accredited analytical laboratory to


determine the concentrations of any contaminants that may reasonably be expected to
be present in the soil.

3. Typical contaminant parameters shall include, as a minimum, metals, polycyclic


aromatic hydrocarbons (PAHs), petroleum hydrocarbons (PHCs), and organochloride
pesticides. Any additional contaminant parameters to be tested shall be identified by the
Qualified Person based on the historic or present use of the property from which the
topsoil is sourced, any potentially contaminating activities that may have taken place
thereon, or known environmental conditions that may impact the quality of the topsoil.

4. The results of the testing shall be compared to the appropriate Site Condition Standards
established by the Ontario Ministry of the Environment and Climate Change as provided
in the Ontario Soil, Ground Water and Sediment Standards for Use under Part XV.1 of
the Environmental Protection Act dated April 15, 2011 and as may be amended from
time to time and in effect at the time the topsoil is imported. The Site Condition
Standards shall be those applicable to the receiving property as determined based on
ground water use, soil texture and land use.

5. Topsoil failing to meet the applicable Site Condition Standards for the receiving site
shall not be imported under any circumstances.

Imported topsoil shall be fertile, friable, natural sandy loam containing a maximum of 70% sand
by weight and 2% to 5% organic matter by weight.

Final acidity value shall range from pH 5.5 to pH 7.5 for turfgrasses and pH 6.0 to 7.5 for trees
and shrubs and be capable of sustaining vigorous plant growth.

Section F\Landscaping\F-8021 – March 1, 2017


S.P. No: F-8021
Date: March 2017
Page: 2 of 3
TOPSOIL, IMPORTED

Topsoil shall be screened and free of subsoil, coarse vegetative material 10 mm diameter and
100 mm length, and stones and clods over 50 mm diameter. Topsoil shall contain no man-
made materials (including glass, plastic, and asphalt) or be known to contain toxic substances
(including atrazine).

Water infiltration shall be no less than 25 mm per hour, nor greater than 75 mm per hour.

Ample evidence of soil organism activity shall be present, including earthworm casts, algal
blooms and decomposed litter.

Stones and coarse vegetative debris in the topsoil which fall within the specification shall not
exceed 5% by volume.

Topsoil shall not be supplied in a frozen state.

Topsoil shall not contain seed banks of crabgrass, couchgrass or other noxious weeds

Construction

Placement of Topsoil

Subsection 802.07.03, Placement of Topsoil, of OPSS 802 is deleted and replaced by the
following:

Imported topsoil free of clods, lumps, roots and foreign matter shall be spread uniformly on
designated areas to the depth indicated in the Contract.

Topsoil shall not be placed around existing trees in their root zone and shall be feather graded
to meet existing grade. If necessary, swales shall be constructed around existing trees to
prevent ponding.

Measurement for Payment

802.09.01.02 Topsoil, Imported

Subsection 802.09.01.02, Topsoil, Imported, of OPSS 802 is amended by the addition of the
following:

The volume of imported topsoil shall be determined by the product of the following dimensions
measured in place:

The area (in square metres) over which the topsoil is placed, following the contour of
the ground, multiplied by the design depth of topsoil as specified in the Contract.

Section F\Landscaping\F-8021 – March 1, 2017


S.P. No: F-8021
Date: March 2017
Page: 3 of 3
TOPSOIL, IMPORTED

Basis of Payment

Topsoil, Imported - Item

Subsection 802.10.03, Topsoil, Imported, of OPSS is amended by the addition of the following:

No additional payment will be made for screening or analytical testing of the imported topsoil.

Warrant: Any projects within the right-of-way. For projects in parks, use Volume 3 Park
Specifications.

Section F\Landscaping\F-8021 – March 1, 2017


S.P. No. F-8024
Date : March 2011
Page 1 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

Warrant: Due to the 2-year warranty period within this specification the user is advised that this
specification is intended for use in landscaping contracts or projects where an extended
maintenance and warranty period is required. Recommended on projects where the estimated
value of the landscaping plantings is over $200,000.

1.0 SCOPE

The Contractor shall provide maintenance and warranty of all plant material. The maintenance work of
this section shall include watering, weeding, fertilizing, pruning and other incidental maintenance
deemed necessary to ensure healthy plant material for a period of two years upon completion of planting.

The warranty shall cover any defects in materials and workmanship.

Any damage to existing turf areas, vegetation, hard surfaces, structures or services caused as a result of
the Contractor's work methods and practices for plant material maintenance shall be reinstated or
repaired to the satisfaction of the Contract Administrator. The cost of such reinstatement or repair shall
be solely at the Contractor's expense.

2.0 REFERENCES

2.1 All methods of maintenance shall be in accordance with accepted horticultural/arboricultural practices
and standards.

2.2 This specification refers to the following City of Ottawa Materials Specifications:

1. F-8021, Imported Topsoil


2. F-8047 Hedgerow, Nursery Stock and Reforestation Plant Material

3.0 MATERIALS

3.1 Water

Water shall be free from any contaminants that could adversely affect plant growth.

3.2 Fertilizer

Fertilizer shall be a complete commercial type. Formulation and application rate to be determined by
soil tests. For estimating purposes, use 10-52-10 applied at a rate of:

1. 0.9 kg for each 25 mm of tree caliper (water soluble)


2. 0.9 kg per cubic metre of topsoil for planting/shrub beds (granular form)

Deliver to site in fully labeled bags.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 2 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

3.3 Topsoil

Any additional topsoil required shall originate from the same source as the initial approved product.

3.4 Rodent Guard

Rodent guards shall originate from the same source as the initial approved product.

3.5 Mulch Blankets

Mulch blankets shall originate from the same source as the initial approved product.

3.6 Tree Trunk Wrap

Wrapping material for tree trunks shall be new burlap, at least 270 g/M2 weight and not less than 150
mm nor more than 250 mm in width, or a heavy waterproof crepe paper not less than 100 mm nor more
than 150 mm wide.

3.7 Coniferous Tree Wrap

Wrapping material for winter protection of coniferous trees shall be new burlap, at least 270 g/m2 in
weight supplied in 1.0 m wide or 1.5 m wide rolls.

3.8 Rodent Repellent

Rodent repellent shall be a liquid, formulated to contain 12% Thiram, coloured as to remain visible for a
minimum of twenty-four hours after application. Acceptable product is "Scoot" or approved equal.

3.9 Pesticides

The use of pesticides must be in accordance with Ontario’s Cosmetic Pesticide Ban Act.

4.0 EQUIPMENT

4.1 Pumps and Hoses

Hoses used for watering plant material shall be capable of reaching the limits of the contract area.
Pumps shall be under pressure. The outlet end of the hose(s) shall be 25 mm in diameter with a suitable
adjustable nozzle(s) and a quick shut-off valve.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 3 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

4.2 Tanks

Tanks used for storage or application of water shall be clean and free of any contaminants that may be
hazardous to the growth and development of plant material or to the environment in general.

4.3 Pruning Tools

All pruning equipment shall be designed specifically for tree work and shall be clean, sharp and in
proper, safe, working order. Pruning equipment shall be capable of producing clean, flush cuts without
tearing or fraying the bark.

5.0 CONSTRUCTION

5.1 Duration

All plant material shall be maintained and warranted for a period of two years. Expiry of the
maintenance and warranty clause shall be two years upon completion of planting.

The Contractor shall provide maintenance immediately after each portion of planting is completed and
continue throughout the period of warranty to the satisfaction of the Contract Administrator.

5.2 Operational Constraints

The Contractor shall be responsible to obtain any permits or certificates for water usage.

No maintenance equipment, materials or other miscellaneous items may be stored on site unless
approved by the Contract Administrator.

All debris, waste and other extraneous material resulting from the maintenance operation shall be
removed from the site daily upon completion of maintenance, unless otherwise directed or approved by
the Contract Administrator.

The Contractor shall be fully acquainted with all relevant Provincial and Municipal By-laws relating to
the work of this contract, and will be required to comply with such by-laws without extra compensation.

5.3 Watering

During the first and second year of the warranty period, between May 15 and September 15 of each year,
watering of all plants shall be carried out no less than twelve, (12) times, in accordance with the
watering schedule to be determined by the Contract Administrator.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 4 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

The Contractor shall uniformly soak reforestation and shrub areas to a depth of 300 mm using a soft
spray nozzle to avoid "packing" of soil and damage to vegetation.

Each nursery stock tree (greater than 40 mm caliper or 1.20 m height) shall be watered in accordance
with Table 1 and using one of the following watering methods.

5.3.1 Water Injection Method

Each tree shall be watered by two injection applications directly into the soil. Both injections shall be
located at the outer edge of the planting pit area and shall penetrate the ground to a depth of 450 nun at
the commencement of the watering operation. The second injection shall be located 180 degrees from
the initial injection.

5.3.2 Soak Method

The planting saucer of each tree shall be filled with water and the water allowed to percolate into the soil
before being re-filled as many times as necessary to meet the volume requirements of Table 1.

TABLE 1: Water application rates for each tree:

Tree Tree Height Litres per Watering


Caliper

40 - 70 mm 1.20 – 1.8m 170


71 - 100 mm 1.81 - 2.50 m 230
101 - 125 mm 2.51 - 3.00 m 270
126 - 150 mm 3.01 - 3.50 m 360
151 - 200 mm 3.51 - 4.00 m 460

All coniferous trees shall be watered in late fall, just prior to freeze-up.

Water shall be applied so that the washing of the soil or dislodging of mulching or tree guards does not
occur. Damage shall be immediately repaired to the satisfaction of the Contract Administrator at no
additional cost.

5.4 Fertilizing

Upon 3 days notice as directed by the Contract Administrator, the Contractor shall apply fertilizer at the
same time or as part of a watering application. Apply fertilizer as recommended by soil analysis report,
subject to adjustment by the Contract Administrator.

5.5 Mulching

In the autumn and spring of the warranty period the Contractor shall re-staple or replace plastic blankets
or woodchip mulch to meet the specifications.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 5 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

5.6 Weeding

All weeds and grasses within saucers, beds and mulched areas around plant material shall be removed by
hand. Weed whackers or whippersnippers shall not be used to remove weeds in the vicinity of plant
material. The application of herbicides shall not be permitted unless otherwise approved by the Contract
Administrator. Removed weeds and grasses shall be disposed off the Contract site.

At a minimum, weeding shall occur at one month intervals, with the first operation occurring at the
beginning of July and the final operation occurring in early October. All areas shall be weeded
immediately prior to the final warranty inspection.

5.7 Rodent Guards

In the autumn and spring of each warranty year, the Contractor shall re-position or replace rodent guards
to meet the specifications.

5.8 Stakes

In the autumn of the first warranty year, the Contractor shall ensure that all stakes are secure and
functioning properly.

Remove all stakes one year from the date of final acceptance of plant material, unless otherwise directed
by the Contract Administrator.

5.9 Coniferous Tree Wrapping

In the autumn of each warranty year, the Contractor shall wrap all coniferous trees greater than 600 mm
in height. The entire needle area shall be completely covered with burlap wrap. Edges of the wrap shall
be overlapped a minimum of 100 mm with the exposed edge folded back under and fastened with metal
fasteners. After each tree is wrapped, the burlap will be securely fastened with nylon twine or wire to
ensure that the wrapping does not unravel.

All wrapped trees shall be unwrapped by the Contractor during the following spring, prior to bud break.
All materials used to wrap and unwrap the trees shall be removed from the contract site.

5.10 Rodent Repellent

Upon 3 days notice as directed by the Contract Administrator, the Contractor shall apply rodent repellent
to all plant material as directed. The Contractor shall be responsible to monitor plant material
throughout the winter and for re-applying rodent repellent as required.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 6 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

5.11 Removal of Salt Spray

When natural spring precipitation (Apr 1 - 30) of each warranty year is less than 80 mm, the above
ground parts of all plant material, within 10 m of the roadway edge upwind of prevailing winds and
within 100 m of the roadway edge downwind of prevailing winds, shall be thoroughly sprayed with
water to remove salt spray deposits prior to May 15. A soft spray nozzle shall be used. Precipitation
data shall be as per Environment Canada from the Macdonald-Cartier Airport weather station.

5.12 Infestation

Monitor plant material throughout the warranty period for any sign of disease or insect problems.
Ensure immediate treatment to control and repair damage.

Cultural or non-toxic methods of control shall be given first priority. Do not use D.D.T. or other
chemicals prohibited by Agriculture Canada. All chemicals must be approved by the Contract
Administrator prior to use.

It is the Contractor’s responsibility to inform the Contract Administrator before applying any corrective
actions.

5.13 Miscellaneous

The Contractor shall in general be responsible for any incidental maintenance to ensure healthy plant
growth and a satisfactory appearance of planting areas and plant material.

As determined by the Contract Administrator the Contractor may be required to remove the plastic bed
cover prior to the end of the two-year warranty period of this maintenance contract. Payment at the
contract price for this tender item shall be full compensation for all labour, equipment and materials for
the area in square metres as specified in the Schedule of Prices.

6.0 QUALITY ASSURANCE

6.1 Qualifications of Workers

Contractor shall provide proof of a foreman with a minimum of five years experience, competent and
skilled in the work of this section to direct all of the work to be performed, and to be present at all times
during the performance of the work.
Acceptable forms of proof:
1. ISA Certification as an arborist
2. Diploma in horticulture from a recognized College
3. Ontario Tradesman Certificate
4. An acceptable combination of education, training and experience (as determined by the Contract
Administrator)

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 7 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

6.2 Interim Replacement of Plant Material

Throughout the extended maintenance and warranty period, units of plant material that are found to be
unacceptable will be replaced by the Contractor at the earliest opportunity in accordance with
specification F-8047.

At the discretion of the Contract Administrator, plant material that is identified as dead or in a poor or
diseased condition shall be immediately removed from the site.

All replacement plant material shall be as per the size indicated on the drawings. These sizes are the
minimum allowable.

6.3 Final Warranty Inspection

A one-time inspection of all plant material shall be carried out by the Contract Administrator upon
completion of the extended maintenance and warranty period.

Plant material shall be acceptable when it meets the quality requirements of specification F-8047 for
plant material. All planting pits, beds, and other areas worked by the Contractor shall be free of weeds
and in good order, including the removal of all stakes.

Plant material shall be unacceptable when it does not meet this quality standard.

Units of plant material that are found to be unacceptable will be replaced by the Contractor at the earliest
opportunity in accordance with specification F-8047 for plant material. The Contract Administrator
reserves the right to extend the Contractor's maintenance and warranty responsibilities for an additional
one-year for replacement plant material.

In the event that this inspection is satisfactory to the Contract Administrator, and that there are no
outstanding commitments to the contracted works, the Contractor will be given final approval of the
maintenance and warranty requirements.

7.0 BASIS OF PAYMENT

Payment at the contract price for this tender item shall be compensation in full for all labour, equipment,
and materials necessary to provide extended maintenance and warranty. The contract price for this item
shall be a pre-set lump sum amount.

Where maintenance and replacement of plant material is required during the warranty period,
compensation for all costs associated with maintenance and replacement shall be deemed to have been
included in the contract prices for this item of the contract. No additional payment will be made.

Maintenance activities shall occur each summer, fall, and spring within the extended maintenance
period.

Payment for maintenance activities shall be made as follows, during the extended two-year maintenance
and warranty period:

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No. F-8024
Date : March 2011
Page 8 of 8

EXTENDED WARRANTY PERIOD MAINTENANCE FOR PLANTINGS

01 June – year 1 – At end of first maintenance period 50%


(i.e. during the Spring of the year following the year when the plant material was installed and accepted).

01 June – year 2 – At end of second maintenance period 50%


(i.e. during the Spring two years after the plant material was installed and accepted).

The final payment of the outstanding balance for this contract item shall occur at the end of the maintenance
and warranty period, provided that all plant material is acceptable, as defined in Section 6.2 of this
Specification, has been properly maintained, and that unacceptable material has been properly replaced.

Where, in the opinion of the Contract Administrator, the Contractor has failed to complete obligations as
detailed in this Specification; and further, fails to rectify said deficiency within two days of written
notification from the Contract Administrator, the City reserves the right to complete the work and deduct
incurred expenses from monies owing to the Contractor.

Section F\Landscaping\F-8024 – March 31, 2011


S.P. No: F-8025
Date: August 2001
Page: 1 of 1
LABOUR

Scope

During the course of this Contract the Contract Administrator may require the Contractor to perform certain work
which the Contract Administrator does not consider included in other tender items listed in the Schedule of Prices.

The Contractor must obtain written permission from the Contract Administrator prior to commencing with this
work and no payment will be made for any work performed without the Contract Administrator's authorization.

Basis of Payment

The Contract unit price per hour shall include the cost of any supervisory staff that may be required and the
supply of all tools necessary for hand labour work.

All costs associated with the management and disposal of materials resulting from the work performed by the
labour force shall be deemed to be included in the Contract unit price for the workers. Management of material
shall conform to OPSS 180.

Payment shall be made only for the time in which the labour force is effectively employed on the work.

Section F\Labour and Equipment\F-8025 – March 1, 2002


S.P. No: F-8026
Date: August 2001
Page: 1 of 1

EQUIPMENT RENTAL

Scope

During the course of this Contract the Contract Administrator may require the Contractor to perform certain work
which the Contract Administrator does not consider included in other tender items listed in the Schedule of Prices.

The Contractor must obtain written permission from the Contract Administrator prior to commencing with this
work and no payment will be made for any work performed without the Contract Administrator's authorization.

Basis of Payment

The Contract unit price per hour shall include the operator's wages and the cost of all fuel, lubricants, repairs, etc.

All costs associated with the management and disposal of materials resulting from operation of the equipment
shall be deemed to be included in the Contract unit price for the equipment. Management of material shall
conform to OPSS 180.

Payment shall be made only for the time in which the equipment is in effective operation.

Section F\Labour & Equipment\F-8026 – March 1, 2002


S.P. No: F-8028
Date: March 2013
Page: 1 of 1

SWEEPER/FLUSHER

Scope
This Special Provision is to define the use and payment for a mechanical sweeper/flusher
truck to remove dust and debris from affected streets on a regular basis.

Material and Construction


The Contractor shall have the streets affected by construction dust or debris mechanically
swept to remove the dirt material from the roadway and hauled away within twelve (12)
hours of notification from the Contract Administrator and to his satisfaction. The Contract
Administrator will define that locations to be swept and the frequency of the sweeping.

Measurement of Payment
Measurement for payment shall be hourly with a four (4) hour minimum duration per
request.

Basis of Payment
Payment at the tendered price shall be full compensation for all labour, material, and
equipment to complete the work.

If the invoice includes streets that were flushed and swept other than those in this contract,
the invoice amount shall be pro-rated.

Section F\Labour & Equipment\F-8028 – March 31, 2013


S.P. No.: F-8031
Date: March 2017
Page: 1 of 5
SODDING, STAKED AND UNSTAKED

OPSS 803 shall apply except as amended and extended herein.

803.02 References

803.02 References is amended by the addition of:

City of Ottawa S.P. F-8021 Topsoil, Imported

803.05 Materials

803.05.01 Sod

803.05.01 Sod is amended by the addition of:

Bluegrass Sod

Bluegrass sod shall be Kentucky Bluegrass sod grown from:

100% Kentucky Bluegrass (Poa pratensis) and shall conform to the requirements of the
Ontario Sod Growers Association.

Any of the following varieties or suitable alternatives licensed for sale in Canada by
Agriculture Canada is acceptable;

Kentucky Bluegrass: Adelphi, Banff, Bronco, Midnight, Nugget, Touchdown

Alternative varieties must be scientifically demonstrated for salt tolerance and cold
hardiness equal to or greater than the varieties specified above. This information shall
be submitted in writing from the sod grower to the Contract Administrator for review
prior to the start of sod production.

803.05.03 Fertilizer

Subsection 803.05.03, Fertilizer is deleted and replaced by the following:

The type and application rate of fertilizer shall be determined by soil tests. For
estimating purposes, the Contractor may assume the use of a commercial granular
type, such as 16-20-0 applied at a rate of 4 kg/m2 (400 kg per hectare).

Fertilizer shall be dry, free flowing, free from lumps, and shall be supplied in bags
bearing the manufacturers’ label indicating mass and analysis.

803.05.04 Water

Section F\Landscaping\F-8031 – March 1, 2017


S.P. No.: F-8031
Date: March 2017
Page: 2 of 5
SODDING, STAKED AND UNSTAKED

Subsection 803.05.04, Water, is amended by the addition of the following:

Water shall be potable.

803.07 Construction

803.07.03 Fertilizer Application

Subsection 803.07.03, Fertilizer Application, is deleted and replaced by the following:

Fertilizer shall be applied uniformly immediately prior to laying of sod with a calibrated
drop or centrifugal spreader at the rate specified on its bag by the manufacturer, and
shall be mixed into the upper 50 mm of the topsoil.

803.07.05 Maintenance of Completed Sodding

Section 803.07.05, Maintenance of Completed Sodding, is deleted and replaced by the


following:

Sod shall be maintained for 60 consecutive days following completion of sod placement,
excluding the winter dormant period being from October 31st to May 1st. All placed sod
is to be kept healthy, actively growing, and green in leaf colour.

During the first week after installation, sodded areas shall be watered daily. In weeks
two and three after installation, sodded areas shall be watered every second day and
thereafter shall be watered weekly until the end of the 60 days maintenance period and
final acceptance.

In the event of drought conditions as determined by the Contract Administrator, sod


shall be watered daily.

The Contractor shall notify the Contract Administrator immediately prior to following
each watering operation.

Watering operations shall not be carried out between 11 00 h and 17 00 h.

Water shall be applied in sufficient quantities to thoroughly soak the upper 100 mm of
topsoil, and shall be applied in a soft spray to avoid packing and splattering the soil.

The grass in sodded areas shall be cut at regular intervals to maintain a 60 mm to 100
mm height. Not more than 1/3 of the grass height shall be cut at any one mowing.
Clippings over 20 mm in length shall be removed.

Section F\Landscaping\F-8031 – March 1, 2017


S.P. No.: F-8031
Date: March 2017
Page: 3 of 5
SODDING, STAKED AND UNSTAKED

The Contract Administrator will distribute a letter on behalf of the Owner to each
resident shortly after sod installation that explains the Contractor’s maintenance
obligations. The Contractor shall provide to the Contract Administrator the following
information for each address/location when sod is placed, and provide updated
information on a weekly basis thereafter:

Address/Location Date sod Date letter Dates sod Date of final


placed delivered by watered acceptance of
Contract sod by
Adminstrator to Contract
property owner Administrator
per Subsection
803.08.01

(please leave
blank, for
Contract
Administrator’s
use)

Warranty

Section 803.07, Construction, is amended by the addition of the following:

The warranty shall cover any defects in material and workmanship.


The warranty period is 60 days, beginning immediately following the sodding
operations.

803.08 Quality Assurance

803.08.01 Performance Measure

Section 803.08.01, Performance Measure, is deleted and replaced with the following:

At the end of the 60 consecutive days maintenance period, an inspection of all placed
sod shall be made by the Contract Administrator.

Sodded areas shall not be given final acceptance until they have been inspected and
accepted by the Contract Administrator. Sodded areas will be given final acceptance
provided that the following conditions are met;

Section F\Landscaping\F-8031 – March 1, 2017


S.P. No.: F-8031
Date: March 2017
Page: 4 of 5
SODDING, STAKED AND UNSTAKED

 Sodded areas are uniformly green and succulent and show evidence of rooting
into the underlying soil;
 All placed sod shall be in the same location as originally placed and shall not
have moved, eroded, slipped, or sloughed;
 The sod shall be of sufficient density that no surface soil is visible;
 There shall be no competitive growth beyond that detailed under the Sod
subsection, emerging from the sod or from between the sod joints;
 Sodded areas have been cut at least twice, the last cutting being carried out
within twenty-four (24) hours of final acceptance inspection.

Areas sodded after October 31 will be accepted in the following spring, 60 days after the
start of the growing season, provided that the above conditions are met.

All sodded areas, which fail to conform to OPSS 803 and the requirements of this
Special Provision shall be replaced by the Contractor at no cost to the Owner, and shall
be subject to the same acceptance conditions.

The Contractor will not be held responsible for damage of sodded areas due to salt,
snow removal or vandalism, or poor maintenance by the property owner.

803.08.02 Failure to Meet Performance Measure

Subsection 803.08.02, Failure to Meet Performance Measure, is amended by the


following:

All replaced sod shall be subject to the Quality Assurance section of this specification
and shall be subject to a further maintenance period of 60 consecutive days.

803.09 Measurement for Payment

Section 803.09, Measurement for Payment, of OPSS 803 is deleted in its entirety and
replaced by the following:

Sodding, Staked and Unstaked

The area sodded will be measured in square metres, following the contour of the
ground, and without separation onto staked or unstaked sodded areas.

803.10 Basis of Payment

Section 803.10, Basis of Payment, of OPSS 803 is deleted in its entirety and replaced
by the following:

Section F\Landscaping\F-8031 – March 1, 2017


S.P. No.: F-8031
Date: March 2017
Page: 5 of 5
SODDING, STAKED AND UNSTAKED

Payment at the Contract Price for the applicable tender item(s) shall be full
compensation for all labour, equipment and material required to do the work, whether it
is specified that the sod be staked or unstaked, and shall include water, maintenance of
sodded areas and sod replacement when required.

Section F\Landscaping\F-8031 – March 1, 2017


S.P. No.: F-8041
Date: March 2011
Page: 1 of 4
SEEDING AND MULCHING

OPSS 804, shall apply except as amended and extended herein.

804.05 Materials

804.05.01 Seed Mix

Section 804.05.01, is amended by the following:

Any of the following varieties or suitable alternatives licensed for sale in Canada by Agriculture Canada
is acceptable;

Canada Bluegrass: Reubens, Canon


Creeping Red Fescue: Dawson
White Clover: Sacramento, Sonja
Perennial Ryegrass: Common
Legume Seed: Birdsfoot Trefoil Leo
Crown Vetch Penngift

Alternative varieties must be scientifically demonstrated for salt tolerance and cold hardiness equal or
greater than the varieties specified above. This information shall be submitted in writing from the seed
producer on the Contract Administrator for review prior to the start of seeding operations.

804.07 Construction

804.07.01 Operational Constraints

Section 804.07.01, Operational Constraints, is amended by the addition of the following:

Seeding and mulching operations shall only be carried within the following periods, where soil humidity
allows germination and growth:

Spring period: May 1st to June 15

Fall period: August 15 to October 31

804.07.02 Surface Preparation for Seeding

Section 804.07.01, Surface Preparation General, is amended by the addition of the following:

Soil shall be loosened and fine graded so as to assure a properly granulated surface or not less than 50 mm
depth. Before seed installation, the topsoil shall be friable, free from extraneous material and/or debris
and stones exceeding 30 mm in diameter.

The legume seed shall be inoculated within not more than 30 minutes prior to application, using the
recommended inoculant for each variety. Sufficient dry mulch material shall be added to the legume seed
to provide a colour trace to aid in attaining an even distribution of the seed.

Section F\Landscaping\F-8041 – March 31, 2011


S.P. No.: F-8041
Date: March 2011
Page: 2 of 4
SEEDING AND MULCHING

Maintenance

Section 804.07, Construction, is amended by the addition of the following:

The Contractor shall provide maintenance services to the seeded and mulched areas according to the
following:

The duration of the Maintenance Period shall be six months, beginning immediately following the
seeding and mulching operation. The duration of the maintenance period shall be suspended during the
winter dormant period, from October 30 to May 1st of the following year.

The Contractor shall ensure that the application of seed and mulching is maintained in a horticulturally
acceptable manner and that erosion control is maintained until the vegetative cover is established and
accepted by the Contract Administrator. The Contractor shall ensure that the soil is kept humid during the
germination period. The Contractor shall re-seed and mulch areas of poor growth.

Seeded and Mulched areas will be accepted if they meet the following criteria:

•Seeded areas are showing a state of healthy growth.


•Seeded areas are free of eroded surfaces.
•There shall not be any bare areas.

Warranty

Section 804.07, Construction, is amended by the addition of the following:

The warranty shall cover any defects in material and workmanship.

The warranty period is six months beginning immediately following the seeding and mulch operation.

804.08 Quality Assurance

804.08.01 Performance Measure

Section 804.08.01, Performance Measure, is amended by the following:

All completed work will be inspected by the Contract Administrator until the end of the maintenance and
warranty period. Inspections will be held at the end of 30, 60 and 90- Day periods following the seeding
and mulch operation. A final inspection will be held at the end of the maintenance and warranty period.
No inspections will be held during the winter dormant period or when the site conditions prohibit a visual
inspection. The timing intervals between inspections will be suspended during the winter dormant period.

At the 30 day inspection within the seeded area;

a) The applied mulch shall be visually intact and shall form a uniform cohesive mat;
b) Germination of the nurse crop shall be visually evident in a uniform 100% cover.

Section F\Landscaping\F-8041 – March 31, 2011


S.P. No.: F-8041
Date: March 2011
Page: 3 of 4
SEEDING AND MULCHING

At the 60-Day inspection within the seeded area;

a) The nurse crop shall be at mature height in a uniform 100% cover;


b) Germination of the specified, primary seed species shall be visually evident in a uniform cover;
c) There shall not be any significant bare areas, both in terms of quantity and size;
d) non-seeded, non specified vegetation shall not exceed 20% of the seeded area.

At the 90 day inspection period within the seeded area;

a) The permanent seed species shall be at an average height of 50mm in a uniform 100% cover,
representative of the specified, permanent seed mixes;
b) There shall not be any significant bare areas;
c) Non-seeded, non-specified vegetation shall not exceed 20% of the seeded area.

At the end of the Maintenance and Warranty Period (six months after the completion of the seeding and
mulching operations);

a) The permanent seed species shall be at an average height of 50mm in a uniform 100% cover,
representative of the specified, permanent seed mixes;
b) There shall not be any bare areas;
c) Non-seeded, non-specified vegetation shall not exceed 20% of the seeded area.

804.08.02 Failure to Meet Performance Measures

Section 804.08.02, Failure to Meet Performance Measure, is amended by the addition of the following:

If the completed work does not meet the performance criteria for seeded areas as specified above, the
Contract Administrator will notify the Contractor in writing and the Contractor shall re-apply the
specified materials in conformance with OPSS 804 and the Special Provisions within 14 calendar days of
receiving written notification.

If the Contractor cannot apply or re-apply the seed and mulch due to site conditions or for any other
reason, the Contractor shall maintain the site and control erosion until conditions permit application of the
seed and mulch.

All replaced seed and mulch shall be subject to a further six month maintenance and warranty period.

804.09 Measurement for Payment

Section 804.09, Measurement for Payment, is amended in that measurement of seeding and mulching will
be made in square metres, as specified in the Contract.

When the measurement is to be made in square metres, the areas designated for seeding and mulching
will be measured following the contour of the ground, with no allowance made for overlaps.

Section F\Landscaping\F-8041 – March 31, 2011


S.P. No.: F-8041
Date: March 2011
Page: 4 of 4
SEEDING AND MULCHING

804.10 Basis of Payment

Section 804.10, Basis of Payment, is amended by the addition of the following:

Payment at the Contract price(s) for the type of seeding and mulching specified in the Schedule of Prices
shall include full compensation for all labour, equipment and material required, including supplementary
water to maintain seeded and mulched areas during the warranty period.

Two equal payments shall be made, 50% at the time of completion of the seeding and mulching
operation, and 50% at the end of the Maintenance and Warranty period provided all applied seed and
mulch has been properly maintained and unacceptable seed and mulch has been properly replaced.

Section F\Landscaping\F-8041 – March 31, 2011


S.P. No: F-8043
Date: March 2011
Page: 1 of 2

BED COVER

Scope

This specification describes the requirements for the supply and installation of the bed cover onto
prepared beds prior to the planting of reforestation plant material.

Definitions

Bed cover means the bed liner plus the mulch installed over the reforestation planting beds.

Submission and Design Requirements

The contractor shall submit a sample of the bed liner with manufacturer's name and performance
specification for approval by the Contract Administrator prior to commencement of work of this
specification.

Materials

Bed Liner

Bed Liner shall be "Agri-film", black embossed polyethylene film, 2.3 mil thick, 1.5 m width, non-
biodegradable, ultra-violet resistant with 5 mm diameter perforations 150 mm o.c., supplied by
Geosynthetic Systems, R.R. 6 Conroy Road, Gloucester, Ontario, K1G 3N4 (613) 733-9585, or approved
equivalent.

Staples

Staples shall be 11 gauge 150 mm long wire staples.

Mulsh

Mulsh shall be clean, free from twigs, leaves, branches and other extraneous material and
manufactured of shredded cedar.

Operational Constraints

Bed liner shall not be placed until preparation of reforestation planting beds are inspected and approved
by Contract Administrator.

Bed liner shall be placed over prepared beds that are moist and friable. Where the soil is not friable, the
Contractor shall water the beds as required to ensure a moisture penetration a minimum of 300 mm depth.

Mulch shall not be placed until bed liner installation has been inspected and approved by the Contract
Administrator.

Section F\Landscaping\F-8043 – March 31, 2011


S.P. No: F-8043
Date: March 2011
Page: 2 of 2

BED COVER

Installation of Bed Liner

All over laps of adjacent sections of bed liner shall be 300 mm.

Lay bed liner loosely on the soil surface, to ensure close contact between film and soil, burying the ends
of each section 150 mm deep. Staple ends at 300 mm intervals. Adjacent strips shall be overlapped by
300 mm.

All cuts in film are to be made with a clean and sharp knife.

Mulch

Place 50 mm depth of mulch throughout the reforestation beds.

The Contractor shall ensure the bed liner remains continuous and is not punctured, damaged or moved to
expose the prepared bed.

The Contractor shall ensure that no topsoil is spilled on top of the liner prior to the placement of the
mulch. All extraneous topsoil shall be removed from the liner. The Contractor shall be responsible to
remove any mulch in excess of 60 mm depth.

Quality Assurance

The work of this specification shall be carried out while the Contractor's foreperson is on-site and directly
supervising the operations.

Measurement for Payment

Actual Measurement

Measurement for bed cover will be in square metres with no allowance for the overlap of the bed liner or
turndowns as specified in the Schedule of Prices.

Plan Quantity Measurement

Measurement for bed cover is by Plan Quantity as may be revised by Adjusted Plan Quantity, of the area
in square metres with no allowance for the overlap of the bed liner or turndowns as specified in the
Schedule of Prices.

Basis of Payment

Payment at the contract price for this tender item shall be full compensation for all labour, equipment and
materials required to do the work.

Section F\Landscaping\F-8043 – March 31, 2011


S.P. No.: F-8045
Date: March 2013
Page 1 of 1

MISCELLANEOUS REINSTATEMENT OF ADJACENT PROPERTIES

Scope:

This special provision covers the work for miscellaneous reinstatement of adjacent
properties disturbed or requiring adjustment due to the construction and not otherwise
provided for elsewhere in the contract.

Material and Construction

Work to remove, salvage and/or replace existing features on adjacent properties shall
match existing mater5ials and dimensions, and be completed to pre-construction
conditions. It is the Contractor’s responsibility to record pre-construction conditions
that pertain to this item, and to ensure their crews and /or Sub-Contractors have these
records on site while performing the work.

This work pertains to reinstatement of salvaged or new materials not otherwise


provided for elsewhere in the contract such as, but not limited to, wood curbing,
concrete curbing poured or precast, wood retaining walls i.e. pressured treated wood
and/or railway ties, pipe rails, wrought iron and/or chain link fences, gardens,
flagstone, patio stones, private gardens, shrubs, hedges etc. If materials cannot be
salvaged they must be replaced with appropriate new materials. Planting constraints
shall be in accordance with S.P. F-8047.

Measurement for Payment

Measurement for payment in any case shall be Lump Sum based on a time and
material basis or as per the units shown in the Schedule of Prices for the applicable
item. Lump Sum items shall be according to the Contract General Conditions
(GC8.02.04), the Contractor shall submit all invoices for labour, materials, and
equipment to the Contract Administrator to substantiate payment.

Basis of Payment

Payment at the Contract price for this item shall be full compensation for all
labour, equipment and materials required to complete the work, including
excavation and removal, salvage, and/or replacement.

Section F\Landscaping\F-8045- March 31, 2013


S.P. NO: F-8047
Date: March 2015
Page: 1 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

Scope

This specification describes the requirements to supply and install the hedgerow, nursery stock and reforestation
material (i.e. plant material).

References

Publications:

Agriculture Canada Publication 1507-1977; The Pruning Manual.


Canadian Nursery Trades Association;
Canadian Standards for Nursery Stock, latest edition.
Ontario Provincial Standard Specification, Construction;
OPSS 801, The Protection of Trees.

Definitions

Horticultural Topsoil

Horticultural topsoil means the growing medium for plant material. It consists of a variable mixture of sand, silt,
clay, organic material and nutrients and shall meet the following criteria:

45 to 70% sand
0 to 35% silt
14 to20% clay
4% minimum of organic material
5.5 to 7.5 pH value.

Testing Laboratory

Testing laboratory means a facility accredited by the Canadian Association for Environmental Analytical
Laboratories (CAEAL) and/or Ontario Ministry of Agriculture, Food and Rural Affairs (OMAFRA), to complete
the tests as required by the submission requirements.

Submission and Design Requirements

Plant Material

The supplier of the plant material shall be available for review by the Contract Administrator within ten (10)
calendar days of request.

Acceptance of the plant material at its source does not prevent rejection for the material delivered on-site or
during planting operations.

As bare-root planting must occur within a limited time frame, a detailed planting schedule stating the delivery
dates of the plant material from the source, time in cold storage and actual planting dates shall be submitted prior

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 2 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

to planting.

Horticultural Topsoil

Horticultural topsoil shall be free of subsoil, roots, construction debris, coarse vegetative material greater than 10
mm diameter and 100 mm length, stones greater in size than 5 mm, toxic material and soil sterilant which may
inhibit plant growth.

The topsoil shall have ample evidence of soil organism activity present, including earthworm casts, algal blooms
and decomposed litter.

Prior to bringing any imported topsoil on site, the Contractor shall have the source for the topsoil approved by the
Contract Administrator. As part of the approval process, the Contractor shall provide written documentation
demonstrating that the Contractor has fulfilled the following requirements:

1. Representative soil samples of the proposed source of imported topsoil shall be collected by or under the
supervision of a Qualified Person.

2. Those representative soil samples to be tested by an accredited analytical laboratory to determine the
concentrations of any contaminants that may reasonably be expected to be present in the soil.

3. Typical contaminant parameters shall include, as a minimum, metals, polycyclic aromatic hydrocarbons
(PAHs), petroleum hydrocarbons (PHCs), and organochloride pesticides. Any additional contaminant
parameters to be tested shall be identified by the Qualified Person based on the historic or present use of
the property from which the topsoil is sourced, any potentially contaminating activities that may have
taken place thereon, or known environmental conditions that may impact the quality of the topsoil.

4. The results of the testing shall be compared to the appropriate Site Condition Standards established by the
Ontario Ministry of the Environment and Climate Change as provided in the Ontario Soil, Ground Water
and Sediment Standards for Use under Part XV.1 of the Environmental Protection Act dated April 15,
2011 and as may be amended from time to time and in effect at the time the topsoil is imported. The Site
Condition Standards shall be those applicable to the receiving property as determined based on ground
water use, soil texture and land use.

5. Topsoil failing to meet the applicable Site Condition Standards for the receiving site shall not be imported
under any circumstances.

Materials

Horticultural Topsoil

Horticultural topsoil shall be a fertile, friable, natural loam and meet the requirements as delineated above. After
the addition of soil amendments, the organic matter content shall not exceed 30%. Topsoil shall be capable of
sustaining healthy plant growth. Topsoil that is in a frozen or muddy condition shall not be used.

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 3 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

Stakes

All stakes shall be new wood with a hole drilled 50 mm from the top to accommodate a tie wire.

Stakes used to support trees shall be 50 mm by 50 mm by 1.25 m.

Stakes used to secure guy wires shall be 50 mm by 50 mm by 600 mm.

Support Wire

Wire for tying and guying trees shall be new No. 12 galvanized steel wire.

Mulch

Mulch shall be clean, free from extraneous material and manufactured of shredded cedar.

Bare Root Stimulant

Bare root stimulant shall be Wurzel dip as manufactured by The Professional Gardener Co. Ltd. 915 - 23rd
Avenue S.E. Calgary, Alberta, Canada T2G 1P1 (403-263-4200) or approved equivalent to optimize root growth.

Tree Guards

Tree guards to protect deciduous trees 2.5 m height and greater from rodent damage shall be one of the following:

13 mm wire mesh (hardware cloth) guard of 0.5 mm galvanized steel supplied in 600 mm wide rolls;

an expanded diamond pattern wire mesh of 0.4 mm galvanized steel supplied in 600 mm width;

150 mm plastic drainage pipe, ultra-violet protected supplied in minimum 600 mm lengths;

Hogs rings or clips for fastening wire mesh tree guards shall have a minimum diameter of 1.5 mm;

Tree guards to protect deciduous tree whips shall be a white spiral plastic tree wrap, perforated and ultra-violet
protected supplied in minimum 600 mm lengths.

Plant Material

All plant material shall conform to the requirements of the latest edition of the Canadian Specification for Nursery
Stock, prepared by the Canadian Nursery Trades Association.

All plant material shall be clearly identified by labels indicating species, size and grower.

All plant material supplied and planted under this contract shall be protected from damage in accordance with
OPSS 801, during construction operations. All plant material shall be considered as "specimen trees" for the

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 4 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

purposes of protection. Plant material damaged by the Contractor's operations shall be considered unacceptable.

Plant material shall be acceptable when it is structurally sound, conforms to species growth characteristics is well
furnished with living foliage, has normal colour, shows adequate annual growth and formation of buds and free
from disease, insect infestations, rodent damage, sunscald, frost cracks and other abrasions or scars to the bark.
Plant material that does not meet this condition or has "died back" and has regrown from a shoot or bud shall be
considered unacceptable.

Plant material shall not be collected or dug from native stands or an established woodlot.

Container grown plant material shall have been grown in the same container for a minimum period of 6 months.
Foliage fed, container grown plant material will not be acceptable.

Plant material shall not be cut back from larger sizes to meet the material requirements.

Plant material sizes shall be acceptable up to 40% (forty percent) above the minimum specified sizes.

The seed source of the specified plant material and the plant material itself shall be supplied from no more than
one hardiness zone difference from the hardiness zones in this contract.

Bare root plant material shall not have broken bud.

Where balled and burlapped plant material is specified, the burlap, rope and any tie materials shall be
manufactured from natural organic fibres.

Substitutions to the plant material as indicated on the planting plan are not permitted unless prior written approval
of the Contract Administrator has been obtained regarding type, variety and size. Plant substitutions must be of
similar species and of equal or greater size than those originally specified. No additional costs will be entertained
for substituted plant material. Sizes as indicated are the minimum allowable after pruning.

Water

Water shall be free from any contaminants which adversely affect growth. Water shall be applied at a
temperature not greater than 10 C below the ambient air temperature. The Contractor shall be responsible to
obtain any permits or certificates for water usage.

Slow Release Fertilizer Tablets

Slow release fertilizer tablets shall be Evergrow (20-10-5) Tablets as supplied by Plant Products Company
Limited, 314 Orenda Road, Brampton, Ontario L6T 1G1 (905) 793-7000, or approved equivalent.

Liquid Fertilizer

Liquid fertilizer shall be water soluble at a ratio of 20-20-20.

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 5 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

Equipment

Tank(s)

Tanks(s) used for storage, mixing or application of water shall be clean and free of any contaminates which may
be hazardous to the growth and development of trees and shrubs or to the environment in general.

Pumps

Pumps used for watering trees and shrubs shall be capable of reaching the limits of the right-of-way. The outlet
end of the hose(s) shall be 25 mm in diameter with a quick shut-off valve connected to a functioning water
injection pipe.

Pruning Tools

All pruning equipment shall be designed specifically for tree work and shall be clean, sharp and in proper, safe,
working order. Pruning equipment shall be capable of producing clean, flush cuts without tearing or fraying the
bark.

Construction

Planting Constraints

The work of this specification shall be completed in the spring only and as outlined under Table 1 - Time
Constraints for Planting. Fall planting will not be allowed unless approved by the Contract Administrator.

Table 1 - Time Constraints for Planting

PLANT TYPE COMPLETION DATE


Bare Root
Deciduous Vines, Shrubs and Tree Whips Frost free conditions to May 14th
B & B/Container Grown
Coniferous and Deciduous Trees Frost free conditions to May 30th

Operational Constraints

Dispose of excess excavated material as specified elsewhere in the contract and at no additional cost.

The locations of nursery stock trees shall be staked out on the ground for review by the Contract Administrator.

Excavation shall commence following the Contract Administrator's inspection and approval of staking.

The Contractor shall ensure the roots of all bare root plant material be protected, and kept moist through-out the
installation.

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 6 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

Supply and Planting

Inspection of Plant Material

All plant material will be inspected by the Contract Administrator upon arrival on site, prior to planting, and at
substantial completion of the plant material installation.

Inspections will include all original and replacement material. Units of plant material which are unacceptable
shall be rejected by the Contract Administrator. Rejected plant material will be replaced by the Contractor at the
earliest opportunity.

Rejected plant material shall be removed from the site within twenty-four hours.

Bare Root Stock: Digging, Transportation and Storage

All bare root material shall be dug in accordance with the latest edition of the Canadian Specification for Nursery
Stock, prepared by the Canadian Nursery Trades Association.

Bare root material shall be moved while dormant with the major portion of the fibrous root system provided.
Roots shall be kept moist at all times.

Roots, trunks and branches of all trees and shrubs shall be protected from sun and wind while in transit and until
planted.

Remove broken and damaged roots with sharp pruning shears. All pruning shall be carried out in accordance with
Agriculture Canada Publication 1507-1977 "The Pruning Manual".

Bare root plant material to be stored on site for periods longer than 12 hours shall be properly "heeled in", watered
and immediately shaded until planted. No plant material shall be stored on site without adequate storage
protection for a period greater than one (1) day without the written approval of the Contract Administrator.

The shipping of plant material should be coordinated with planting operations in order to ensure minimum time
lapse between digging and replanting of the nursery stock.

During shipping, tie branches of trees and shrubs securely and protect plant material against abrasion, exposure
and extreme temperature change during transit. Avoid binding of planting stock with rope or wire which would
damage bark, break branches or destroy natural shape of plant. Cover plant foliage with tarpaulin, and protect
bare roots by means of dampened straw, peatmoss, sawdust or other acceptable material to prevent loss of
moisture during transit and storage. Keep roots moist.

Balled and Burlapped/Container Grown Stock: Digging, Transportation and Storage

Balled and Burlapped or container grown plant material shall be dug and potted in accordance with the latest
edition of the Guide Specification for Nursery Stock, prepared by the Canadian Nursery Trades
Association/Landscape Canada.

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 7 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

Rootballs, trunks and branches of all trees and shrubs shall be protected from sun and wind while in transit and
until planted.

All deciduous trees which have broken bud and all coniferous trees shall be thoroughly sprayed with an anti-
desiccant immediately upon delivery to the contract site.

During shipping, tie branches of trees and shrubs securely and protect plant material against abrasion, exposure
and extreme temperature change during transit. Avoid binding of planting stock with rope or wire which would
damage bark, break branches or destroy natural shape of plant. Give full support to root ball of large trees during
lifting. Cover plant foliage with tarpaulin, and protect to prevent loss of moisture during transit and storage.

Balled and burlapped or container grown material shall not be stored on the contract site unless the rootball or
container is protected from sun and wind and kept moist.

Excavation of Planting Pits

All planting pits shall be excavated and prepared according to the sizes specified in Table 2. The bottom of all
planting pits shall be protected from freezing. The bottom and sides of the planting pit shall be scarified so that
water and roots can readily penetrate.

The soil excavated from the pits shall be thoroughly mixed at a 1:1 ratio with the horticultural topsoil and utilized
as backfill during the planting operations.

Planting

Plant material shall not be placed in the planting pit until all evidence of frost has left the ground site.

All plant material shall be planted so that their normal ground elevation is at existing grade. Place the root ball on
undisturbed ground. Backfill and compact topsoil mixture, to the approval of the Contract Administrator.

Plant material supplied in containers shall have the containers carefully removed prior to planting. The rootball
shall be slit vertically 3 times evenly around the circumference to a maximum depth of 13 mm.

Plant material supplied bare root shall be placed so that the roots lie in their natural position.

Plant material supplied balled and burlapped shall have all the burlap, ropes, and ties removed from the top of the
rootball. All synthetic materials shall be removed prior to planting.

Plant material supplied in wire baskets shall have the basket, burlap, ropes and ties removed from the top one-
third of the rootball. The wire basket shall be removed from the entire circumference of the wire basket after
placement of the plant material and prior to backfilling.

The sides of the planting pit shall be scarified to facilitate the movement of roots and moisture. The planting pit
shall be backfilled with the topsoil mixture in firmly tamped layers of 150 mm depth, taking care not to injure the
root system. Air pockets shall not be allowed to form when backfilling. When the planting pit has been
backfilled to ground level, the final backfill layer shall be applied to form a berm of maximum 100 mm height and

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 8 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

maximum 150 mm width around the outside perimeter of each planting pit. The berm may be formed from the
excavated material. This berm will serve to retain water over the root area. If the pit is on a slope, the lower edge
and sides shall be built up to catch and hold water.

Treat all plant material prior to planting or soak plants after planting with root stimulant as per manufacturer's
recommendations.

Rake back all mulch to expose liner at location where reforestation material is to be installed. Cut 300 mm x 300
mm "X" through the bed liner.

All cuts in bed liner shall be made with clean, sharp knife. Take care to ensure soil does not contaminate mulch.
Remove any contaminated mulch off site and replace with new mulch.

Excavate soil and store temporarily on top of bed line beside hole.

Place the appropriate number of slow-release fertilizer tablets according to the manufacturer's printed application
rate, into each planting pit for all trees and shrubs.

Install material per detail, replace all excavated soil into hole around roots and reinstate bed liner by folding back
four triangular flaps as close to original position as possible. Ensure all soil is placed into the hole and does not
remain on top of the bed liner.

Re-instate mulch to 50 mm depths.

Mulching

Install mulch after installation of hedgerow and nursery stock plant material to a depth of 50 mm. The Contractor
shall be responsible to remove any mulch in excess of 60 mm depth.

Immediately after planting, prior to the initial watering and placement of tree guards, mulch shall be applied in a
uniform continuous blanket to the surface area surrounding each individual plant.

For all trees, the mulch surface area shall extend over the actual planting pit and the earth berm and include a 150
mm radius beyond the circumference of the tree pit.

For shrubs, the complete surface area of each shrub bed, including the entire surface area within the perimeter of
the shrub grouping shall be mulched. Mulch shall extend to the limit of the bed preparation.

Initial Watering

Initial watering of all plant material shall be completed immediately after mulching. Sufficient water shall be
applied to each plant to thoroughly soak the root zone.

20-20-20 fertilizer shall be added for the watering of the nursery stock deciduous and coniferous trees only. Do
not apply liquid fertilizer to the planting beds which contain compost. Add fertilizer in accordance with

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 9 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

manufacturers recommendations.

Water shall be uniformly applied to each individual tree by two injection applications directly into the soil. Both
injections shall be located at the outer edge of the planting pit area and shall penetrate the ground to a depth of
450 mm at the commencement of the watering operation. The second injection shall be located 180 degrees from
the initial injection.

Water shall be uniformly applied to each shrub and reforestation bed at a low rate to avoid dislocating mulch, soil,
plant material and run offs. Ensure a minimum penetration of 200 mm depth.

Guying, Staking and Tying

All trees, excluding conifers less than 1.5 m in height and tree whips, shall be guyed or staked and tied
immediately following planting to ensure vertical alignment and plant stability in accordance with contract
drawings.

Rubber hose shall be used as a cover over tie and guy wires to protect the tree bark from damage. The rubber
hose shall be cut to sufficient length to loosely encircle the tree trunk and provide the necessary support. The
hose shall be twisted at least once.

Bright red plastic surveyor's tape shall be tied to all guy wires. The tape shall be tied halfway up the length of
wire and shall be clearly visible. Guy wires shall be tightened using Spannfix tighteners or galvanized
turnbuckles.

Pruning

Upon the completion of planting of each deciduous tree or shrub, pruning shall be carried out to remove dead,
broken or injured branches and to compensate for root loss resulting from transplanting. The natural shape or
habit of the plant shall not be changed. Pruning shall be carried out according to size and species in accordance
with accepted arboricultural practice.

In addition, shrubs shall be pruned by thinning out branches and foliage by approximately one third. This pruning
shall include some branch removal from the shrub base as well as end tip pruning.

Coniferous trees shall be pruned only to remove dead, broken or injured branches.

Tree Guards

Protective guards shall be installed around all trees to prevent rodent damage. The contractor shall notify the
contract Administrator of tree guard type for approval prior to commencement of work of this item.

Wire mesh guards shall be cut in lengths sufficient to complete a circumference of the tree trunk, maintaining a
minimum 50 mm distance from the tree trunk, as well as providing a minimum 25 mm overlap. Guards shall be a
minimum of 600 mm in height. Wire mesh guards shall be fastened using a minimum of 4 hog rings or clips per
guard.

Section F\Landscaping\F-8047– March 2, 2015


S.P. NO: F-8047
Date: March 2015
Page: 10 of 10

HEDGEROWS, NURSERY STOCK AND REFORESTATION

White plastic drainage pipe shall be cut to a minimum 600 mm length and then slit once vertically and placed
around the tree trunk.

Ensure the base of the tree guards rest on the ground, and there is continuous contact with the ground. Tree guard
base to be covered with 50 mm of mulch.

Restoration and Clean-up

At the completion of planting operations, all areas disturbed or damaged from execution of this work shall be
restored to their original condition, including, but not restricted to clean-up, regrading and seeding and mulching.

All seeded areas shall be maintained, cut twice and reseeded as required to ensure a complete cover of turf.

Quality Assurance

Upon delivery to the contract site, all plant material shall be inspected by the Contract Administrator's designated
inspector. The work of this section shall be carried out while the Contractor's foreperson is on-site and directly
supervising the operations.

Measurement for Payment

Actual Measurement

Measurement for hedgerows, nursery stock and reforestation will be for each plant supplied and installed.

Plan quantity Measurement

Measurement for hedgerows, nursery stock and reforestation is by Plan Quantity as may be revised by Adjusted
Plan quantity for each plant supplied and installed.

Basis of Payment

Supply and Planting

Payment at the contract price for the various tender items shall be full compensation for all labour, equipment and
materials required to perform the work of this Section.

No additional payment will be made for analytical testing of the imported topsoil.

Where replacement of plant material is required because of rejection, compensation for all costs associated with
replacement shall be deemed to be included in the contract prices for the various tender items and no additional
payment will be made.

Section F\Landscaping\F-8047– March 2, 2015


S.P. No: F-8053
Date: March 2005
Page: 1 of 4
SEALING OR FILLING CRACKS IN ASPHALT PAVEMENTS

Scope
The work of this item shall consist of filling and/or sealing of cracks in asphalt pavement including asphalt covered
bridge decks as directed by the Contract Administrator with an approved hot-poured rubberized joint sealing
compound certified by the manufacturer to conform to the requirements of this specification.
Crack sealing or filling should be conducted only when the crack density is low to moderate, or the cracks show little
or no branching. Areas displaying high crack density such as alligator cracking are not suitable for crack
sealing/filling operations. Two options are available to the Contract Administrator as follows:
Crack Sealing (Figure 1) – consists of routing the existing crack to form a consistent sealant reservoir with uniform
width and depth, cleaning the routed crack and sealing with an approved hot-poured rubberised sealant flush to the
surrounding pavement surface. This technique should be used on all cracks that are “active” – i.e cracks that open in
the winter and close in the summer, are greater than 3mm in width during the summer months and run longitudinally
or diagonally along the pavement surface. Crack sealing should not be completed on old or oxidized cracks. A
maximum of 15 mm of overband or 10 mm of bridging on each side of the prepared groove is permitted with crack
sealing.
Crack Filling (Figure 2) – consists of cleaning the existing crack and filling with an approved hot-poured rubberised
sealant flush to the surrounding pavement surface. Crack filling should be considered only for cracks that are 3mm in
width or less during the summer months and do not increase in width considerably during colder months (i.e. are non-
active). Additionally, crack filling may be used to treat old and oxidized pavements. A maximum of 10 mm of
bridging on each side of the prepared groove is permitted with crack filling.
General
Whenever possible, crack sealing/filling operations should be conducted between August 15th and October 15th. If
operations are conducted outside of this timeframe, they shall not be conducted before 09:00 am to prevent morning
dew from reducing the bond strength of the sealant/crack interface.
Material
The joint sealing compound shall meet the requirements listed below:
Test Requirements
Cone Penetration @ 25 C 90 – 150
Flow @ 60 C 3.0 max.
Bond, non-immersed Three 12.7 mm Specimens pass 3 cycles @ 200%
extension @ -29 C
Resilience, % (ASTM D3407) 60 min.
Asphalt Compatibility (ASTM D3407) Pass*
* There should be no failure in adhesion, formation of an oily exudate at the interface between the sealant and
asphaltic concrete or other deleterious effects on the asphaltic concrete or sealant when tested at 60 C
The Contractor will provide documentation that the selected sealant meets the above specifications to the satisfaction
of the Contract Administrator prior to the start of the work.

Section F\Resurfacing\F-8053 – March 31, 2005


S.P. No: F-8053
Date: March 2005
Page: 2 of 4
SEALING OR FILLING CRACKS IN ASPHALT PAVEMENTS

Sampling for Testing


The Contractor shall provide product test samples 2 weeks prior to commencement of the work. The Contractor shall
under the supervision of the Contract Administrator or his representative, take material samples every 10,000 m of
linear placement. These samples shall be delivered to the City of Ottawa’s Materials Test Laboratory.
Routing
For crack sealing operations, the crack routing operation shall be carried out with an approved mechanical router
capable of following the exact crack line. Each crack shall be routed to provide a groove approximately 25 mm wide
with vertical sides not less than 12 mm deep (Figure 1). The contractor shall ensure the cutting blades used are in good
condition and produce a vertical cut with square edges.
Sealant Preparation
The heating kettle shall meet the requirements of the Ontario Fuel Safety Branch, Ministry of Consumer and
Commercial Relations.
The joint sealing compound shall be heated in a heating kettle of the indirect heating, double boiler type with a built-in
agitator and equipped with indicating thermometers to measure the temperature of both the heat transfer oil and the
sealing compound. The compound shall be melted slowly with constant agitation to the lowest temperature
recommended by the manufacturer for application. Heating above the manufacturer’s recommended range is not
permitted.
Cleaning
For crack sealing operations (i.e. routed cracks), a three-step cleaning process will be conducted as follows:
1. A mechanical sweeper or vacuum system will be used to remove the debris and dust from the routing
operation. The sweeper/vacuum system shall have an on-board collection and storage system to prevent
debris and dust from being blown back into the routed cracks.
2. Immediately prior to sealing, the crack will be further cleaned with compressed air. The compressor system
will be equipped with moisture and oil filters provide a minimum of 700 kPa of pressure.
3. When the air temperature is less than 5°C, a hot air lance (HAL) shall be used to warm the routed crack prior
to sealing. The HAL is not to be used as a substitute for the compressed air cleaning effort (Step 2). The
temperature of the HAL shall not exceed 500°C and overheating of the routed crack shall be avoided at all
times.
When crack filling operations are conducted, the use of a mechanical sweeper/vacuum is not required unless requested
by the Contract Administrator.
Placing Sealant
Sealant shall be placed to form a consistent watertight bond with the following considerations:
a. Application of sealing compound to routed cracks will be done by using a pouring cone or hose and wand fitted
with a proper sized tip.
b. Care is to be exercised when filling cracks. The tip of the cone or wand should be placed close to the bottom of
the crack to ensure uniform application.
c. When overband is specified, the prepared and cleaned grooves are to be overfilled with sealant and struck off with
a notched rubber squeegee to provide an extra bead of sealant directly over the crack so that, upon cooling, the
sealant has a cross-section as shown in Figure 1 (a). When overband is not specified, the prepared and cleaned
grooves are to be overfilled with sealant to form a bridge as shown in Figure 1 (b) or Figure 2.

Section F\Resurfacing\F-8053 – March 31, 2005


S.P. No: F-8053
Date: March 2005
Page: 3 of 4
SEALING OR FILLING CRACKS IN ASPHALT PAVEMENTS

d. Once the sealant is poured, clean fine wood shavings will be spread across the sealant to mitigate tracking until the
sealant completely sets. The use of cement dust and/or hygienic paper shall not be permitted unless otherwise
stated by the Contract Administrator.
e. During the process of pouring the compound, the Contract Administrator may, at his discretion, require that
sufficient compound be taken from the melting unit for testing purposes.
f. Damages such as stones embedded in the sealing compound by construction traffic and Contractor’s operation
shall be repaired by the Contractor, at the Contractor’s expense.

a) Overband (with Notched Squeegee) b) Bridged (No Squeegee)

Figure 1: Routing and Crack Sealing

Figure 2: Crack Filing

Protection of the Work and Traffic Control


The Contractor shall provide traffic controllers, warning devices, barricades and traffic control devices which protect
the road-way operation. These traffic control devices shall conform to the MTO Traffic Control Manual for Highway
Work Operations. The Contractor shall comply with all conditions specified in Municipal By-Laws.

Section F\Resurfacing\F-8053 – March 31, 2005


S.P. No: F-8053
Date: March 2005
Page: 4 of 4
SEALING OR FILLING CRACKS IN ASPHALT PAVEMENTS

Measurement for Payment


Measurement for payment shall be made in a straight line generally representative of the length of the crack or routed
groove. The measuring shall be done by means of a metering wheel.

Basis of Payment – Rout, Clean and Seal


The contract price for the above tender item shall be compensation in full for the supply of all labour, equipment and
material required to rout (if required), clean and seal pavement cracks as specified.

Section F\Resurfacing\F-8053 – March 31, 2005


S.P. No: F-8054
Date: March 2011
Page: 1 of 1
RESTORING ROADWAY SURFACES BY PULVERIZING

Method

Restoring roadway surfaces by pulverizing to the specified requirements shall consist of:
(a) The pulverizing of existing roadway to a depth specified in the Contract.
(b) Maximum particle size after pulverizing as per OPSS 333.07.01 specification requirements – 100%
passing 50 mm and 95% passing 37.5 mm.
(c) Restoring or reshaping the surface utilizing suitable material obtained from the pulverization process
(a) and, where directed by the engineer, utilizing imported material. Imported materials shall consist
of OPSS Granular A or other high quality granular material approved by the CA.
(d) The compacting of the materials according to OPSS 501.
(e) Checking the accuracy with the templates specified in OPSS subsection 301.06.01, and,
(f) maintenance of the surfaces to the tolerances in grade and cross section and to the specified density
until the project is accepted or if the contract includes paving, until the surface is paved.

Excess materials resulting from the road restoration operations shall be accommodated within the work
site by spreading, blading, or as directed by the Contract Administrator. Should the excess material need to
be removed from the site, the Contractor shall be paid for the removal under a separate removal item.

Measurement for Payment

Measurement will be of the surface area of Pulverizing completed in square metres.

Basis of Payment

Payment at the contract price for the item “Restoring Roadway Surfaces by Pulverizing” shall be full
compensation for all labour, equipment and material required for the work including maintenance during
construction and the blading, spreading, trimming and compacting of surplus acceptable material disposed
of on the adjacent shoulders.

Section F\Resurfing\F-8054 – March 31, 2011


S.P. No: F-9040
Date: March 2009
Page: 1 of 36

CONCRETE STRUCTURES

Amendments to OPSS 904

OPSS 904 is deleted in its entirety and replace with the following:

904.01 SCOPE

This specification covers the requirements for the construction of concrete structures.

904.01.01 Specification Significance and Use

This Special provision has been developed for use by the City of Ottawa. Where OPSS 904 is referenced
in the contract documents, the requirements of this special provision shall govern.

904.02 REFERENCES

This specification refers to the following standards, specifications, or publications:

Standard Specifications, Construction

OPSS 501 Compacting


OPSS 905 Concrete Reinforcement
OPSS 908 Metal Traffic Barriers and Metal Railings for Structures
OPSS 919 Formwork and Falsework
OPSS 920 Deck Joint Assemblies, Waterstops, Joint Fillers, Joint Seals and Joint Sealing
Compounds - Structures
OPSS 928 Structure Rehabilitation - Concrete Removal
OPSS 929 Abrasive Blast Cleaning - Concrete Construction
OPSS 930 Structure Rehabilitation - Concrete Patches and Overlays
OPSS 932 Crack Repair - Concrete

Standard Specifications, Material

OPSS 1002 Aggregates - Concrete


OPSS 1202 Bearings - Elastomeric Plain and Steel Laminated
OPSS 1301 Cementing Materials
OPSS 1302 Water
OPSS 1315 White Pigmented Curing Compounds for Concrete
OPSS 1350 Concrete - Materials and Production
F-9045 Concrete - Materials and Production
F-9043 Cementing Materials

Ontario Ministry of Transportation Publications

Laboratory Testing Manual:


LS-413 Method of Test for Non-Volatile Content of Chemical Admixtures, Latex Admixtures and

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 2 of 36

CONCRETE STRUCTURES

Curing Compounds
LS-414 Method of Test for Relative Density of Chemical Admixtures, Air Entraining Admixtures, Latex
Admixtures and Curing Compounds
LS-416 Method of Test for Settling Rate - Curing Compound

City of Ottawa Forms:


OTT-F9040-1 Notification of Placement of Structural Concrete

ASTM International

C 171-92 Sheet Materials for Curing Concrete


C 457-06 Standard Test Method for Microscopical Determination of Parameters of the Air-Void
System in Hardened Concrete
C1202 Standard Test Method for Electrical Indication of Concrete’s Ability to Resist Chloride
Ion Penetration

Ministry of Transportation, Ontario, Laboratory Testing Manual:

LS 100 Method for Rounding-Off of Test Data and Other Numbers


LS 431 Method of Test for Microscopical Determination of Air Void System Parameters in
Hardened Concrete, for Conformance Testing

American Association of State Highway and Transportation Officials (AASHTO)

M182-89 Standard Specification for Burlap Cloth made from Jute or Kenaf

904.03 DEFINITIONS

For the purpose of this specification, the following definitions apply:

Bridge means a structure that is greater than 3 m in span that provides a roadway, carriageway, or
walkway for the passage of vehicles or pedestrians or both across an obstruction or gap or facility.

Coated Reinforcing Steel Bars means reinforcing steel bars coated with epoxy.

Cold Joint means the interface surface other than at a formed joint that occurs when plastic concrete is
placed against concrete that has taken its initial set.

Cold Weather means those conditions when the ambient air temperature is at or below 5 °C. It is also
considered to exist when the ambient air temperature is at or is likely to fall below 5 °C within 96 hours
after completion of concrete placement. Temperature refers to shade temperature.

Concrete Toe Wall means a low unreinforced concrete gravity type retaining wall no greater than 2 m in
height.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 3 of 36

CONCRETE STRUCTURES

Conformance Testing: means a process that enables the Contractor or the Owner to challenge, under
certain conditions, original air void test results obtained on a contract. Testing is conducted by a third
party laboratory and conformance test results are binding on both the Contractor and the Owner.

Construction Joint means the surface where two successive placements of concrete meet or where new
concrete is placed against old concrete across which it is desirable to achieve bond between the
two concrete placements and through which steel reinforcement may be continuous.

Culvert means a structure which provides an opening through an embankment and in which roadway
loads are distributed to the structure through fill or that is designated as a culvert in the Contract
Documents.

Designated Limits means the dimensions of the component as shown on the Contract Drawings or the
limits of the component as revised in the field in writing by the Contract Administrator.

Dowel means deformed coated reinforcing steel bar, reinforcing steel bar or stainless steel reinforcing bar
placed into a hole of specified dimensions drilled into a concrete structure and bonded to the concrete by
dowel adhesive.

Dowel Type means a dowel differentiated by bar size, embedment length, orientation of embedment and
by bar material, such as 15M stainless steel reinforcing bar and 20M reinforcing steel bar.

High Performance Concrete (HPC) means concrete with a minimum specified 28-Day
compressive strength of at least 35 MPa, that shall include silica fume and may include other
supplementary cementing materials having a specified rapid chloride permeability at 28-32 Days of 1,000
coulombs or less.

Honeycombing means rough and stony concrete surface with voids where the mortar did not fill
the spaces between the coarse aggregate particles.

Pier: means a substructure unit that supports the spans of a multi-span superstructure at an intermediate
location between its abutments. The pier can consist of a number of different elements, for example-
columns, pier cap, piles etc.

Pull Test means an in situ test consisting of the application of a specified tensile axial load for a specified
time period to installed dowels selected for testing.

Reinforcing Steel Bars means plain or deformed steel bars, or welded wire fabric, with no epoxy
coating, used for the reinforcement of concrete.

R Value means the metric thermal resistance value that is a measurement of the resistance to heat transfer
of insulation.

Segregation means visible separation of the mortar and coarse aggregate particles in the plastic
concrete resulting in concrete that is not uniform in appearance or proportions.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 4 of 36

CONCRETE STRUCTURES

Stainless Steel Reinforcing Bar means plain or deformed stainless steel bars.

Steel Reinforcement means a general term for steel bars, which includes reinforcing steel bars, splice
bars, coated reinforcing steel bars, stainless steel reinforcing bars, and welded wire fabric.Structure
means any bridge, culvert, tunnel, retaining wall, wharf, dock, or guideway, or any part thereof, or other
reinforced concrete component designed to carry loads, including high mast pole footings and sign
support footings.

Temperature Difference: means temperature difference between the centre of the concrete component at a
location where the concrete is expected to reach the highest temperature, and the surface of the concrete.

Tremie means a hopper with a vertical pipe extending from the bottom of the hopper to the lowest point
of concrete deposit, used to place concrete under water and other applications.

904.04 DESIGN AND SUBMISSION REQUIREMENTS

904.04.01 Submission Requirements

904.04.01.01 Notification of Placement of Structural Concrete

At least 72 hours prior to each placing operation, the Contractor shall notify the Contract Administrator in
writing of the scope and scheduling of the proposed placing operation.
Prior to each placement, the Contractor shall complete and submit form OTT-F9040-1 accompanied by all
supporting documentation to the Contract Administrator.

904.04.01.02 Bridge Deck Placement Plan

A work plan shall be submitted to the Contract Administrator a minimum of one week prior to
commencement of placing concrete in bridge decks for information purposes. The work plan
shall include:

a) The proposed methods and sequence of placing operations to be used.

b) Complete details of all equipment to be used during the concrete placement.

904.04.01.03 Temperature Control Plans

A temperature control plan shall be submitted to the Contract Administrator a minimum of one week prior
to commencement of placing any concrete that requires temperature control, for review of
compliance with the contract requirements.

The plan shall include methods for monitoring and controlling concrete temperature and the temperature
difference before, during, and after placement for:

a) Concrete subject to cold weather.


b) HPC.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 5 of 36

CONCRETE STRUCTURES

c) Bridge decks.
d) Large concrete components where the smallest dimension is 1.5 m. The temperature control plan shall
include, as a minimum, the following:
a) Concrete element for which the plan applies.
b) Temperature monitoring system, including the locations and depths, number of thermocouples,
and frequencies of recordings to be used in each placement.
c) Method of ensuring concrete temperature and temperature difference are maintained for the
duration of the protection period.
d) Any alterations to work schedule, production, delivery schedule, and time of
placement for temperature control purposes.
e) Any modification to mix design for temperature control purposes.

f) Any other specific measures to be taken.


g) Method of withdrawal of protection.

In addition, for concrete subject to cold weather, the temperature control plan shall also include
the following:

a) Type of insulation, R value and number of layers, including test data verifying the R value.
The submission for cold weather protective measures shall be accompanied by samples of insulation,
if requested by the Contract Administrator.
b) Type and layout of heaters and type and extent of housing.

904.04.01.04 Temperature Records

Datalogger temperature records and a record of any actions taken to maintain control of temperature and
temperature difference shall be forwarded to the Contract Administrator at the end of each working day
during the temperature monitoring period. At the end of the temperature monitoring period, the
Contractor shall submit to the Contract Administrator a complete temperature record, including graphical
plot of temperature versus time.

904.04.01.05 Curing Compound

A minimum of one week prior to the application of the curing compound, the following shall be
submitted to the Contract Administrator for information purposes:

a) Literature stating the manufacturer's recommended rate of application.


b) Description of the equipment to be used.
c) A statement from the manufacturer of the curing compound approving the equipment.

Test results for curing compounds shall be submitted to the Contract Administrator within 7
Days of sampling.

904.04.01.06 Air Void System Results from Trial Slab

When a trial slab is required, the Contractor shall submit results of air void system testing obtained on
cores extracted from the trial slab to the Contract Administrator within 10 days of the trial slab placement.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 6 of 36

CONCRETE STRUCTURES

904.05 MATERIALS

904.05.01 Concrete

Concrete shall be according to OPSS 1350 and F-9045.

904.05.02 Portland Cement

Portland cement shall be according to OPSS 1301 and F-9043

904.05.03 Sand

Sand shall be according to OPSS 1002.

904.05.04 Bonding Agents

Bonding agent shall consist of Portland cement, Type GU, and sand in the ratio of 1:1 by volume and
water sufficient water to produce a consistency such that it can be applied with a stiff brush to the existing
concrete in a thin even coating that shall not run or puddle.

904.05.05 Mortar

Mortar shall be a 2:1 mixture by volume of sand and Portland cement, Type GU, and shall contain 12%
entrained air with water sufficient to make a stiff mix.

904.05.06 Proprietary Patching Materials

Unless otherwise stated in the Contract, proprietary patching materials shall be from the ministry’s list of
concrete patching materials.

904.05.07 Burlap

The burlap shall be according to AASHTO M182, Class 4, and shall be free from substances that are
deleterious to concrete. The burlap shall have no tears or holes.

904.05.08 Water

Water used for curing and fog misting of concrete, including pre-soaking of burlap, and for
making bonding agents and mortar and mixing proprietary patching materials, shall be according to OPSS
1302.

904.05.09 Moisture Vapour Barrier

The material shall be a white opaque polyethylene film according to ASTM C 171, at least 100 μm thick.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 7 of 36

CONCRETE STRUCTURES

904.05.10 Curing Compound

Curing compound shall be according to OPSS 1315.

904.05.11 Approach Slab Seat Elastomer

The elastomer delivered to the site shall exceed the required length to allow for a 600 mm test sample
tobe taken from each structure.

The elastomer shall be according to the plain bearing requirements of OPSS 1202, except that
the hardness of the elastomer shall be a minimum of 50 Shore A, and the elastomer shall have a minimum
tensile strength of 15 MPa.

904.05.12 Insulation Material

Insulation material shall be mineral wool, glass fibre, plastic foam or other suitable material, having an R-
value not less than 0.02 m2 C/W per 1 mm thickness.

Straw insulation shall not be used. Loose or absorbent insulation material shall not be used unless it is
completely contained within waterproof wrapping.

904.05.13 Dowels

Dowels shall be as specified in the Contract Documents. Dowels shall be capable of sustaining the pull
test loads specified in Table 1 without displacement for a time period of not less than 1 minute.

904.05.14 Dowel Adhesive

Dowel adhesive shall be an approved epoxy or acrylic resin.

904.06 EQUIPMENT

904.06.01 General

Equipment made of aluminium material shall not come in contact with the plastic concrete.

904.06.02 Concrete Pump

The concrete pump shall be a reciprocating pump equipped to fit a pipeline at least 100 mm in diameter.

904.06.03 Consolidating Equipment

Internal vibrators shall be of the high frequency type with 8,000 minimum to 12,000 maximum vibrations
per minute when immersed in concrete.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 8 of 36

CONCRETE STRUCTURES

Internal vibrators used to consolidate concrete components containing epoxy coated steel
reinforcement shall have a resilient covering that shall not damage the epoxy-coated reinforcement during
use.

External vibrators shall have a minimum frequency of 3,600 vibrations per minute.

904.06.04 Mixer for Bonding Agents

The mixer for the bonding agent shall be a stationary mixer, power driven, and capable of uniformly
mixing the materials.

904.06.05 Finishing Machine

The finishing machine shall:

a) Be self-propelled and capable of forward and reverse movement under positive control.

b) Be fitted with wheels that travel on adjustable screed rails.

c) Be fitted with a reversing rotating cylinder screed capable of finishing the concrete without
subsequent hand finishing.

d) Be fitted with a reversing power screw auger.

e) Be capable of externally vibrating the surface of the concrete by means of a plate or roller.

f) Be fitted with a means to raise all screeds to clear the screeded surface and to accurately reposition
them without adjusting the legs.

g) Have adjustable legs fitted with locking devices.

904.06.06 Screed Rails

The rails shall be made of metal and be straight to within 3 mm in a 3 m length. Screed rail chairs shallbe
adjustable in height, made of metal, and spaced at a maximum of 1.2 m and be placed under all rail joints.
Maximum deflection of the screed rails under load shall be 2 mm in a 1.2 m length.

904.06.07 Work Bridges

Work bridges shall be provided to facilitate surface finishing of unscreeded areas, corrections to surface
finish, concrete inspection, and placing of curing materials.

Work bridges shall ride on the screed rails and the top surface of a work bridge shall not be higher than1.0
m above the finished surface.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 9 of 36

CONCRETE STRUCTURES

904.06.08 Hand Finishing Tools

Floats shall be made of magnesium or wood. Magnesium bull floats shall be commercially made.

904.06.09 Straight Edges

Two straight edges commercially made of metal, one 3 m and one 500 mm long, shall be used.

904.06.10 Tremie

The tremie shall be equipped with a foot valve at the bottom of the pipe. The pipe shall have a 300 mm±
50 mm inside diameter and shall be long enough to extend to the lowest point of concrete deposit.

904.06.11 Spray Equipment for Curing Compound

The curing compound shall be applied to the concrete surface by means of motorized spraying equipment
approved by the manufacturer of the curing compound. The equipment shall include mechanical agitator.

904.06.12 Compressor - Air Blasting

The compressor for air blasting shall have a minimum capacity of 3.5 m3/minute. The compressed air
shall be free of oil or other contaminants.

904.07 CONSTRUCTION

904.07.01 Formwork and Falsework

Formwork and falsework shall be according to OPSS 919. Textile form liners shall not be used.

904.07.02 Steel Reinforcement, Mechanical Connectors, and Associated Hardware

Steel reinforcement, mechanical connectors, and associated hardware shall be according to OPSS 905.

Where the superstructure is continuous over a support, all of the deck steel reinforcement shall be placed

in the entire deck before any concrete is placed. This requirement does not apply to the bottom slab of
post-tensioned box voided decks.

904.07.03 Deck Joint Assemblies and Joint Material

Deck joint assemblies, joint fillers, joint seals, joint sealing compounds, and external waterstops shall be
according to OPSS 920.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 10 of 36

CONCRETE STRUCTURES

904.07.04 Preparation for Concrete Placement

904.07.04.01 General

All concrete surfaces against which new concrete is to be placed, including formed and sawcut surfaces,
shall be clean, solid, and free from loose or unsound fragments, coatings, and any other foreign
substances or debris and shall be sufficiently rough to ensure that a full bond is developed with the new
concrete. The concrete surface shall be uniformly roughened to a surface profile of 5 mm ± 2 mm by
means of methods such as scabbling, chipping, or bushhammering to expose the aggregates across the
entire surface. Roughening is not required for the vertical faces of slope paving or for new
concrete substrate with a roughened finish, imparted at the time of placement, meeting the profile
requirement.

904.07.04.02 Abrasive Blast Cleaning

The following surfaces shall be abrasive blast cleaned according to OPSS 929:

a) All existing steel reinforcement that shall be incorporated into the rehabilitation of a concrete
structure component, except coated reinforcing steel bars.

b) All existing coated reinforcing steel bars shall be abrasive blast cleaned only as required to remove
loosely bonded coating and any rust.

c) All surfaces of existing structural steel against which new concrete shall be placed for the
rehabilitation of a concrete structure component.

d) All new or existing concrete surfaces against which new concrete shall be placed.

Protection shall be provided for new coated steel to avoid damage from adjacent abrasive blast cleaning
operations.

The abrasive blast cleaning of concrete surfaces shall take place no more than 48 hours prior to
placement of concrete against them.

The abrasive blast cleaning of structural steel shall be done immediately prior to placing coated
reinforcing steel bar.

904.07.04.03 Pre-wetting

All concrete surfaces to receive concrete shall be maintained in a wet condition for a period of 1 hour
prior to placing any new concrete.

Immediately prior to wetting the concrete surface, all dust and loose material shall be removed from the
prepared surface by using compressed air.

Prior to placing concrete, excess water shall be removed from the surface using compressed air.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 11 of 36

CONCRETE STRUCTURES

904.07.04.04 Bonding Agent

A bonding agent shall be used for:

a) All existing hardened concrete surfaces against which new concrete is to be placed.

b) Blockouts in concrete for installation and modification of deck joint assemblies.

c) Stressing tendon anchorage recesses.

A thin uniform coating of bonding agent shall be brushed onto the prepared surface immediately before
placing fresh concrete. Bonding agents shall be mixed by means of a mixer. Any bonding agent not used
within 30 minutes of mixing shall be discarded. Bonding agent that has dried shall be removed
and replaced prior to placing concrete against it.

904.07.04.05 Element-Specific Preparation

For concrete in footings, when it is specified in the Contract that the concrete is to be placed
against undisturbed soil or set in rock, any over-excavation shall be filled with concrete of the same
strength as the footing concrete.

For parapet and barrier walls and curbs on structures, all anchorages shall be fastened in place
accurately and securely before proceeding with concrete placement. The railing anchorage inserts shall
be fastened in place according to OPSS 908.

For concrete in approach slabs, the approach slab seat elastomer, polystyrene, and joint filler shall be
installed and the subgrade thoroughly wetted down prior to placing the concrete in the approach slab,
including the adjacent sidewalk slab.

For concrete in slope paving, the slope face shall be shaped; excavation completed; granular A placed and
compacted; and the crushed rock, moisture vapour barrier, wood strips, and joint filler shall be placed as
required prior to placing the concrete. Sealant shall be installed as specified in the Contract Documents.

The granular A shall be compacted according to OPSS 501.

904.07.05 Dowels into Concrete

904.07.05.01 General

The Contractor shall carry out pull testing of dowels in the trial installations and during production. Pull
test loads shall be according to Table 1. The Contractor shall notify the Contract Administrator in writing
when the trial installation or a lot, as defined in the Lot Size clause, is ready for testing. The Contractor
shall allow 3 Business Days for the Contract Administrator to witness the testing.

The Contractor shall provide documentation of equipment calibration to the Contract Administrator a
minimum of 14 Days prior to any pull testing of the dowels.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 12 of 36

CONCRETE STRUCTURES

904.07.05.02 Trial Installation

Prior to installing each dowel type specified in the Contract Documents, the Contractor shall carry out a
trial installation of that dowel type at locations selected by the Contract Administrator.

Each trial installation shall consist of a set of three dowels. If the Contractor changes the
installation procedure for a dowel type from that used in the associated trial installation, the Contractor
shall repeat the trial installation prior to incorporating dowels installed using the changed installation
procedure into the work.

Each of the three dowels in the set shall be capable of achieving the specified test load and times, without
any movement of the dowels, for the trial installation to be considered acceptable.

If the trial installation is not acceptable, installation of that dowel type in the work shall not be permitted
until the following have been carried out by the Contractor to the satisfaction of the
Contract Administrator:

a) A written explanation for the failure has been submitted.

b) Corrective action to be taken has been identified.

c) The trial installation has been repeated with acceptable results.

If a dowel is not capable of achieving the test load and time due to failure of the surrounding concrete, the
Contractor shall not be permitted to install any additional dowels of that type in the work until
further advised by the Contract Administrator.

904.07.05.03 Installation

The Contractor shall drill holes to the required dimensions, clean holes, place dowel adhesive,
and properly position the dowels as specified in the Contract Documents. Core drilling of the dowel
holes shall not be permitted.

Steel reinforcement and other existing embedments shall not be cut or damaged by the drilling process.
Prior to drilling holes, the Contractor shall locate existing steel reinforcement using a covermeter, Utility
ducts, post tensioning hardware, and any unsound concrete in the vicinity of the dowel locations. If any
of the above is encountered during drilling operations, the Contract Administrator shall be
notified immediately.

The Contractor’s operations shall not cause spalling, cracking, or other damage to the surrounding
concrete. Concrete spalled or otherwise damaged by the Contractor’s operations shall be repaired in a
manner acceptable to the Contract Administrator.

The Contractor shall clean the holes using compressed air to remove all deleterious material, including
dust and debris, and shall dry them prior to placing the dowel adhesive. Holes that are started but not
completed shall be cleaned and filled with a proprietary patching material.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 13 of 36

CONCRETE STRUCTURES

The handling and placement of the dowel adhesive shall conform to the manufacturer’s written
instructions. All excess dowel adhesive shall be struck-off flush with the concrete surface and removed
from the surrounding concrete surface area.

Dowels shall be clean and free of deleterious material.

The Contractor shall maintain dowels in the proper position during the setting of the dowel adhesive and
shall prevent the loss of dowel adhesive from the holes.

904.07.05.04 Pull Test

Pull tests shall be carried out by the Contractor.

904.07.05.04.01 General

The Contractor shall not install formwork or attach anything to the dowels such as steel reinforcement and
utility ducts until the pull tests have been completed and the dowels are accepted into the work.

904.07.05.04.02 Lot Size

A lot shall consist of dowels of the same dowel type installed on a given day, in a single stage. Where a
given day’s production is less than 50 dowels, the day’s work may be combined with the next
day’s production to form a single lot.

904.07.05.04.03 Pull Test Procedure

The Contractor shall conduct pull testing for the trial installation and each lot within 3 Business Days of
installation. The Contract Administrator shall be present during the testing procedure. The
Contract Administrator shall randomly select 5% of the dowels in each lot, or 10 dowels, whichever is
greater, for testing. The applicable pull test load shown in Table 1 must be sustained by the
dowel, without displacement, for a time period of no less than one minute.

904.07.05.05 Replacement of Failed Dowels

All dowels failing the pull test requirement, including trial installation dowels, shall be replaced
by the Contractor by installing a new dowel in an adjacent location approved by the Contract
Administrator.

Dowels failing the pull test requirement, including trial installation dowels, shall be removed and the hole
filled with proprietary patching material.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 14 of 36

CONCRETE STRUCTURES

904.07.06 Placing of Concrete

904.07.06.01 General

The method of transporting, placing, and consolidating the concrete shall be such as to prevent
segregation. Concrete shall be deposited within 1.5 m of its final position. When concrete is to be
dropped more than 1.5 m, fully enclosed vertical drop chutes extending to the point of deposit shall be
used. Drop chutes are not required for placing concrete in steel tube piles of 0.6 m diameter or less.
Concrete shall be placed at a steady rate, such that a monolithic concrete is obtained without the
formation of cold joints.

When there is an interruption in placing concrete greater than 20 minutes, the surface of the concrete shall
be covered with wet burlap. The Contractor shall notify the Contract Administrator immediately of any
interruption resulting in a cold joint and shall submit a proposal for remedial action for approval.

904.07.06.02 Concrete Placing Restrictions

Concrete shall not be placed until form OTT-F9040-1 has been received and signed by the Contract
Administrator. The contractor shall ensure that a copy of the signed form is on-site during the concrete
pour.

No concrete shall be placed until all curing material and, in cold weather, all cold weather
protection material, have been delivered to the site.

Barrier and parapet walls on structures shall not be slipformed.

When concrete is to be placed on a surface that has a slope greater than 3%, the placing operation shall
begin at the lower end of the slope and progress upwards.

All surfaces against which concrete are to be placed shall be free of standing water, except for
tremie concrete. Fresh concrete shall be protected from contact with rain or snow.

The temperature of formwork, steel reinforcement or the material on which the concrete is to be placed
shall not exceed 30 °C.

Debris shall be removed from the area where concrete is to be placed.

Ice and snow shall be removed from the area where concrete is to be placed. Deicing chemicals shall not
be used. Concrete shall not be placed on or against frozen ground. Excavations prepared for concreting
and any existing concrete, steel reinforcement, structural steel, forms, or other surfaces against
which concrete shall be placed shall be at a minimum temperature of 5 °C for a period of 12
hours prior to commencement of placing concrete.

904.07.06.03 Concrete in Structure and in Deck

904.07.06.03.01 General

Concrete diaphragms shall be placed monolithically with the deck.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 15 of 36

CONCRETE STRUCTURES

All bridge deck placements 3 m or wider shall be finished using a finishing machine and a work bridge.
Where placements are longer than 40 m or wider than 10 m, a second work bridge shall be used. For
deck placements narrower than 3 metres, the Contractor shall submit a proposal detailing a method of
finishing to the Contract Administrator for approval. Small, localized areas may be hand finished subject
to approval by the Contract Administrator.

Where the superstructure is continuous over a support, the screed rails shall be placed for the entire length
of the structure before any concrete is placed.

A dry run shall be carried out to ensure that the specified camber, crown, slab thickness, and concrete
cover are achieved. In those areas of the deck where a finishing machine will be used to finish
the concrete, the dry run shall be carried out by means of the finishing machine fitted with an
attachment suitable for checking the required cover, securely fastened to the finishing machine
strike-off, with the strike-off set in its lowest position. This operation shall be repeated to cover
the entire area to be concreted.

For HPC and silica fume overlay, at the time of the dry run the Contractor shall demonstrate
that the performance of the fog misting equipment meets the specified requirements.

Screed rails and the supports for the screed rails shall not be removed until the concrete has hardened
sufficiently to withstand the weight of workers and equipment used to remove them without marring the
surface of the concrete. Any part of the screed rail supports that remain in the deck shall have 100 mm of
concrete cover. Chairs used to support screed rails shall not be welded to structural steel but may be
welded to shear connectors.

The holes in the deck resulting from removal of the screed rail supports shall be thoroughly cleaned of all
deleterious material and abrasive blast cleaned immediately prior to filling with proprietary patching
material. The work of cleaning and filling the holes shall be completed within 96 hours after the end of
the deck curing period.

904.07.06.03.01 Trial Slab for Structure Decks

Contractors, who have not had prior experience with placing a high performance concrete bridge deck on
a previous Municipal or MTO contract, shall demonstrate their ability to successfully handle, place, fog
mist, finish and cure the high performance concrete before any concrete is placed in the deck.

To demonstrate this ability the Contractor shall cast a trial slab of dimensions approximately 10 m long
by 225 mm thick by the width of the deck to be placed. Location of the trial slab shall be proposed by the
Contractor and must be approved by the Contract Administrator. To simulate the effect of travel time, the
trial slab location shall not be farther from a ready mix plant than the job site. In the event that the trial
slab location is closer to the plant than the job site, the discharge from the ready mix truck shall be
delayed sufficiently to match the estimated travel time. The trial slab shall be constructed with the same
concrete that is to be placed in the deck, supplied by the same ready mix plant and shall be placed, fog
misted, finished and cured as required by the contract documents using the same personnel, methods and
equipment that the Contractor intends to use in the work.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 16 of 36

CONCRETE STRUCTURES

At least 24 hours after placing, the Contractor shall remove 4 full depth 100 mm diameter cores, one from
each quadrant of the trial slab, and forward them to the Contract Administrator for visual inspection to
verify that the concrete is properly consolidated and contains no voids or honeycombing. The Contract
Administrator will return one core to the Contractor for analysis of air void system parameters, for
information purposes. The Contractor shall test the core in accordance with ASTM C457 and shall submit
results of the testing to the Contract Administrator as specified in this special provision. Testing shall be
carried out by a laboratory and operator which participate in the MTO Air Void Analysis Correlation
Program and are on the MTO’s list of laboratories and operators qualified for this test.

Placement of high performance concrete in the deck shall not commence until approval is given by the
Contract Administrator. The approval shall be based on the Contractor’s ability to adequately place, finish
and cure the concrete in the trial slab and verification by the Contract Administrator that adequate
consolidation was achieved. The approval to place concrete will be given or denied within 24 hours of
receiving the cores from the Contractor.

904.07.06.04 Tremie Concrete

Concrete shall be placed using a tremie or concrete pump. No air or water pockets shall be introduced
into the tremie concrete by the placing equipment.

Pipe of a tremie or hose of a concrete pump shall be positioned vertical and shall be long enough to
reachthe lowest point of concrete deposit. A continuous flow of concrete at a minimum rate of 15 m3/h
shall be maintained through the pipe or hose. The concrete shall be placed in its final position and to its
full depth in a continuous placing operation without interruption. The top under water surface of the
concrete shall be kept level during concrete placement. After placement, the concrete shall not be
disturbed, puddled, or vibrated. Tremies or concrete pumps shall be located a maximum distance of 5 m
apart and a maximum of 2.5 m from forms.

Concrete shall only be placed in water that has a temperature 2 °C or greater. The velocity of water flow
inside the forms shall not be more than 3 m/min.

When placing the tremie pipe or concrete pump hose and at the start of the concreting operation, the pipe
or hose shall be sealed at the bottom to prevent ingress of water. Once concrete is flowing through the
pipe or hose, the discharge end shall be kept continuously immersed in the freshly placed concrete. If the
seal is lost, thereby allowing the pipe or hose to fill with water, the pipe or hose shall be withdrawn, the
seal re-established, and the starting operation repeated. Separate cranes shall be used to deliver the
tremie concrete and to move and position the tremie or concrete pump.

Tremie concrete shall not be placed above the existing water level.

When a placement operation is interrupted below water level, the surface laitance shall be
removed to expose the coarse aggregate within 36 hours after the interruption and before continuation of
the operation.

When a placement operation is completed and work is to continue in the dry, the Contractor shall prepare
the construction joint by removing surface laitance to expose the coarse aggregate.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 17 of 36

CONCRETE STRUCTURES

Unwatering shall not be permitted until at least 24 hours after the concrete placement is completed.

The Contractor shall not exceed the maximum concrete production rate identified at the time of mix
design submission, and shall monitor concrete production to ensure that this rate is not exceeded.

The Contractor shall take measures to avoid the formation of lumps in the concrete. If any visible lumps
are present in the concrete, they must be removed, and under no circumstances shall concrete lumps be
placed in the structure. If more than three visible lumps are identified in a load of concrete, the remainder
of the load shall be immediately rejected and no further concrete from that truckload placed in the work.

If more than three truckloads during the day’s work are observed to contain more than three lumps per
truck, concrete placement shall be stopped at the end of the day or at the end of the placement of the
specific structure component, whichever comes first. No further concrete shall be placed in the structure
until:

• the Contractor has provided an explanation of the reasons for the lumps, and identified the steps
that will be taken to eliminate the reoccurrence of lumps in future work,
• a trial batch has been carried out in the presence of the Contract Administrator and the Contract
Administrator has verified that the concrete is free of lumps and
• the Contract Administrator has given approval for placement to proceed.

904.07.07 On-Site Transportation

Runways for buggies shall be of sufficient strength to prevent shaking and jarring of the buggies and steel
reinforcement.

Concrete placing and transporting devices shall not be supported by the steel reinforcement.

Chutes shall have sufficient slope to deliver concrete of the approved consistency and shall have
a maximum length of 15 m.

904.07.08 Consolidation

Internal or external vibrators or both shall be used to thoroughly consolidate concrete at the point of
deposit within 15 minutes of placing.

Each layer of concrete shall be vibrated. Vibrators shall extend into the previous layer to
produce a homogenous mixture at the layer interface.

Vibration shall not be used to make the concrete flow or to spread the concrete more than 1.5 m from the
point of deposit.

904.07.09 Concrete Finishing

Finishing of the concrete surface shall be done while it is sufficiently plastic to achieve the desired grades,
elevations, and texture. The Contractor shall ensure that excessive fines and water are not drawn to the
surface.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 18 of 36

CONCRETE STRUCTURES

No material shall be applied to the concrete surface or the finishing tools to aid in the finishing.

The surface shall be smooth, free from open texturing, undulations, projections, and ridges and shall be
struck off true to grade and cross-section and, except as specified for bridge deck placements, shall be
hand finished with a float. Bearing seats and expansion joint dams shall receive a wood float finish. The
top surface of sidewalks and curbs shall be given a broomed finish. Bridge decks shall be finished
according to the Concrete in Structure and in Deck clause. In addition, for bridge decks where the
concrete forms the wearing surface, the surface shall be textured. Texturing shall be done with a wire
broom or comb having a single row of tines after a tight, uniform surface has been achieved. The
required texture shall be transverse grooves that may vary from 1.5 mm width at 15 mm centres to 4.5
mm width at 20 mm centres with a groove depth varying from 3.0 mm to 4.5 mm. The texture shall
extend uniformly to within 150 to 300 mm of the curb. Concrete surfaces against which new concrete
shall be placed shall be left with a rough surface finish.

All formed surfaces which are not to be backfilled shall receive a sack rubbed finish conforming to the
requirements of 904.07.09.01.

904.07.09.01 Sack Rubbed Finish

Fins, unsightly ridges and other imperfections shall be neatly chipped off and rubbed flush with the
general surrounding surface of the concrete.

All embedded corrodible metal within 20 mm of the concrete surface shall be cut out and the cavities so
formed shall be repaired to the satisfaction of the Contract Administrator.

The application of sack rubbed finishes shall be undertaken as soon as the concrete surfaces are
completed and accessible.

The concrete surfaces shall be thoroughly saturated with water and maintained wet for at least one hour
before finishing operations are commenced. All free water on the surface shall be removed prior to the
application of the finish mortar.

The mortar shall consist of one part (by volume) of cement to two parts (by volume) of clean sand passing
a 600 µm sieve and enough water so that the mixed mortar shall have a consistency of thick paint. The
sand and cement shall be the same materials as those used in the concrete mix for the structure.

The mortar shall be pre-shrunk by mixing at least one hour before it is used and then remixed prior to its
use without adding any water.

The mortar shall be rubbed thoroughly over sections of the prepared concrete surfaces with clean burlap
pads or other suitable materials so that all surface voids are filled. While the application mortar is still
plastic, the surfaces shall be rubbed with the sack pads using a mixture of mortar of the same proportions
as previously specified, except that no mixing water shall be used. The final rubbing shall be performed
in such a manner that the filled voids are left flush with the surface of the surrounding concrete.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 19 of 36

CONCRETE STRUCTURES

904.07.10 Curing

904.07.10.01 General

The curing period shall be a minimum of 7 Days for concrete subject to cold weather, concrete cured with
curing compound, and HPC. For all other concrete, the curing period shall be a minimum of 4 Days.

When the ambient air temperature is 0 °C or higher at the time of placing, components of structures shall
be cured with burlap and water except as specified in the Curing Formed Surfaces clause. When the
ambient air temperature is below 0 °C at the time of placing, components shall be cured with moisture
vapour barrier, except for HPC, which shall be moist cured with burlap and water regardless of ambient
air temperature.

During cold weather, burlap shall be prevented from freezing.

Curing compound shall only be permitted for non-structural elements such as slope paving.

904.07.10.02 Fog Misting of High Performance Concrete

The Contractor shall provide fog misting by hand held fogging wands and may also employ a
fogging system mounted on the finishing machine.

Fog mist shall be applied from the time HPC is deposited in the deck, approach slab, median, curb, or
sidewalk until it is covered with burlap.

Fog mist shall be applied using misting nozzle in such a way as to maintain a fog mist above the concrete
surface to maintain high relative humidity above the concrete and prevent drying of the concrete.
No accumulation of water shall be permitted on the concrete surface. Water from fog misting nozzles
shall not be worked into the concrete surface or used as a finishing aid.

904.07.10.03 Curing with Burlap and Water

Burlap shall be pre-soaked by immersing it in water for a period of at least 24 hours immediately prior to
placing. Two layers of burlap shall be applied to the surface of the concrete. The burlap shall be applied
immediately after finishing the concrete surface. For continuing operations, such as barrier
wall or sidewalk, the burlap shall be applied within 2 to 4 m of the finishing operation, and for bridge
decks, within 2 to 4 m of the pan or screed of the finishing machine. Burlap strips shall overlap 150 mm
and shall be held in place without marring the surface of the concrete.

The burlap shall be maintained in a continuously wet condition throughout the curing period by means ofa
soaker hose. The burlap shall be covered with a layer of moisture vapour barrier, within 12 hours of
placing of the concrete, in a manner that shall prevent deformation of the surface of the concrete.

Air flow in the space between the moisture vapour barrier and the burlap shall be prevented.

Water shall not be allowed to drip, flow, or puddle on the concrete surface when placing the burlap or at
any time before the concrete has achieved final set.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 20 of 36

CONCRETE STRUCTURES

Where waterproofing is to be applied to a structure deck following curing with burlap and water, the deck
shall be air dried for at least 72 hours prior to the application of waterproofing.

Wet burlap shall be applied to the top (unformed) surface of the barrier or parapet wall within 2-4 m from
finishing operation, without damaging or marring the surface of the concrete. A soaker hose shall be placed
along the top of the barrier or parapet wall and put into operation as soon as the barrier or parapet wall
concrete has achieved final set.

Regardless of ambient temperature, moist curing with burlap and water shall be provided at all times.
During cold weather, the protection system shall be designed to ensure that effective wet curing can be
achieved. Burlap shall be prevented from freezing.

904.07.10.04 Curing with Moisture Vapour Barrier

A moisture vapour barrier shall be placed immediately after finishing the concrete surface, within 2 to 4
m of the finishing operation. Air flow in the space between the moisture vapour barrier and the concrete
surface shall be prevented. The moisture vapour barrier strips shall overlap 150 mm and shall be held in
place at the edges and laps to prevent displacement, without marring the surface of the concrete.

904.07.10.05 Curing with Curing Compound

Immediately prior to application, the curing compound shall be agitated by mechanical means to provide
a homogeneous mixture. It shall be applied immediately after finishing of the concrete surface, within 2
to 4 m of the finishing operation, completely covering the surface of the concrete. A second application
of curing compound shall be applied within 30 to 60 minutes after the first application. Each
application shall be such that the membrane formed is uniform in thickness and colour and free
of breaks and pinholes.

The rate of each application shall not be less than the rate specified by the manufacturer of the
compound.

904.07.10.05.01 Curing Compound Sampling and Testing

The Contractor shall be responsible for sampling and testing curing compounds. Curing compounds shall
be sampled at the site, from the spray nozzle, in the presence of the Contract Administrator. Curing
compounds shall be sampled and tested upon request of the Contract Administrator and typically one per
contract. Testing shall be carried out by a laboratory on the ministry's list of laboratories qualified for this
testing. Testing for relative density, non-volatile content, and settlement shall be carried out according to
LS-413, LS-414, and LS-416.

904.07.10.06 Curing Formed Surfaces

Forms for structure barrier wall, parapet wall, and curb on deck shall be removed no later than 24 hours
after concrete placement, and the concrete shall be cured according to the Curing with Burlap and Water
clause for the remainder of the minimum curing period.

Other formed surfaces shall require no additional curing where the formwork is left in place for

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 21 of 36

CONCRETE STRUCTURES

the minimum specified curing period. Where the formwork is removed before the curing period is
completed, formed surfaces shall be cured with burlap and water according to the Curing with
Burlap and Water clause for the remainder of the minimum curing period.

For all concrete other than HPC, when ambient air temperatures are 5 °C or less, forms for
concrete barrier wall, parapet wall, and curb on deck may be left in place for the duration of the
curing period. When forms are left in place, exposed concrete surfaces of these components shall be
cured with vapour barrier.

904.07.11 Control of Temperature and Temperature Difference

904.07.11.01 General

For each placement the Contractor shall take steps before, during and following placement of
concrete to ensure that the temperature of the concrete and the temperature difference within the
concrete is controlled within the specified limits. The requirements of this section must be met
regardless of ambient air temperature and do not change the requirements for cold weather or hot
weather concrete stated elsewhere in the Contract.

During the seven days following placing of the high performance concrete, the Contractor shall provide
protection to ensure that the concrete temperature and temperature differences stay within the limits
specified below:

The Contractor shall ensure that during the curing period the concrete temperature does not fall below 10
°C or exceed 70 °C. The Contractor shall also ensure that the temperature difference between the
centre of the concrete component at a location where the concrete is expected to reach the
highest temperature and the surface does not exceed 20 °C, for:

a) Any concrete subject to cold weather.


b) HPC.
c) Large concrete components where the smallest dimension is 1.5 metres.
d) All bridge decks.

904.07.11.02 Monitoring

The Contractor shall monitor the concrete and ambient air temperature for:

a) Any concrete subject to cold weather.


b) HPC.
c) Large concrete components where the smallest dimension is 1.5 metres.
d) All bridge decks.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 22 of 36

CONCRETE STRUCTURES

The Contractor shall supply and install thermocouple wires and associated instrumentation with a
combined accuracy of ± 1 °C capable of recording and displaying temperature. The instrumentation shall
include data loggers capable of recording at hourly intervals or less and shall allow direct
reading of temperature.

The thermocouples for concrete temperature measurement shall be installed according to Table 2 prior to
placing concrete. Thermocouples for monitoring ambient air temperature shall be installed in the shade
close to the surface of the concrete at a frequency of 1 thermocouple per stage.

Recording of concrete temperatures shall begin at the start of placement. The temperature shall
be recorded automatically at intervals no greater than 1 hour until the end of the monitoring period.
The monitoring period shall be 7 Days or longer when necessary in order to meet the requirements
of the Withdrawal of Protection clause.

The Contractor shall also monitor and verify concrete and ambient air temperature every 4 hours, or more
frequently, for the first 3 Days and every 12 hours for the remainder of the monitoring period.
The Contractor shall take necessary action to maintain the temperature within the specified limits.

Datalogger temperature records and a record of any actions taken shall be forwarded to the Contract
Administrator each day. At the end of the temperature monitoring period, the Contractor shall submit a
complete temperature record including graphical plot (temperature vs. time), to the Contract
Administrator.

The Contract Administrator shall be provided access to verify temperature readings. The digital
temperature indicators shall be left in place until the end of the monitoring period. If the datalogger does
not have a digital display that allows the Contract Administrator to verify temperature, the Contractor
shall provide the Contract Administrator with the necessary instruments to allow the Contract
Administrator to verify thermocouple function and readings.

904.07.11.03 Concrete Subject to Cold Weather

The Contractor shall design the protection system for the worst conditions that can be reasonably
anticipated from local weather records, forecasts, site conditions, and past experience for the time period
during which the protection is required. The Contractor shall monitor the conditions and modify
the protection system as required.

For cold weather conditions, minimum protection of concrete shall be according to Table 3 and shall be
maintained for the duration of curing period. This period may need to be extended in order to meet the
requirement of the Withdrawal of Protection clause.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 23 of 36

CONCRETE STRUCTURES

904.07.11.03.01 Housing and Heating

The design of the protective housing shall take into account the effects of construction activities such as
placing concrete, stressing, and grouting. Heating equipment of sufficient capacity to establish
and maintain the specified curing conditions shall be used throughout the curing period and for
such time thereafter as is necessary for the completion of the work. Heating equipment used within the
housing shall be vented outside the housing. Heating equipment having an open flame shall not be
permitted.

The ambient air temperature adjacent to the concrete or formwork within the housing shall not be
permitted to vary by more than 8 °C.

904.07.11.04 Withdrawal of Protection

For concrete subject to cold weather and for large concrete components where the smallest dimension is

1.5 metres, the protection shall be gradually removed or reduced in such a manner that the maximum
allowable drop of concrete temperature, as specified in Table 4, for each 24-hour period is not exceeded.

The protection shall not be totally removed nor shall the concrete be fully exposed to the air
until the average concrete temperature is within 10 °C of the ambient air temperature.

904.07.12 Removal of Formwork and Falsework

The removal of formwork and falsework shall be according to OPSS 919 and the Contract Documents.

904.07.13 Construction Joints

The Contractor shall form construction joints at the locations shown on the Contract Documents.

In addition, construction joints can be formed where control joints are specified in barrier walls
and parapet walls. No other construction joints shall be permitted unless approved in advance by
the Contract Administrator.

A straight 20 mm V-groove shall be formed at the exposed face of the concrete at all construction joints.
V-grooves shall not be used on bridge deck surfaces, except for the bottom slab of post tensioned box
voided slabs.

904.07.14 Surface Finish

904.07.14.01 General

Concrete surfaces shall not be treated with cement slurry or paste. Within 3 Days following the removal
of forms or curing materials, all holes left in the concrete surface with dimension greater than 15 mm and
less than 50 mm shall be filled with mortar or a proprietary patching material. The holes shall be moist at
the time of filling. Mortar shall be tamped into place. Proprietary patching materials shall be placed
according to manufacturer’s instructions.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 24 of 36

CONCRETE STRUCTURES

Surfaces with cavities greater than 50 mm or with honeycombing are considered deficient and
shall be repaired. The Contractor shall submit a repair proposal to the Contract Administrator for
approval.

Textile form liners shall not be used with high performance concrete.

904.07.14.02 Exposed Surfaces

The appearance of the concrete shall be uniform in colour, pattern, and texture when viewed
from a distance of 15 m. Where a patch is exposed to view, white Portland cement shall be blended with
the normal cement to achieve a uniformity of colour. To ensure this uniformity, trial mixes shall
be made beforehand and sample panels compared with the main body of the concrete.

The Contractor shall remove all projections, such as fins and bulges, and all blemishes, such as stains and
rust marks.

Proprietary patching materials shall be selected to achieve uniformity of colour and appearance.

904.07.14.03 Surface Tolerance

Formed and unformed surfaces shall be such that, when tested with a 3 m long straight edge
placed anywhere in any direction on the surface, there shall be no gap greater than 6 mm between the
bottom of the straight edge and the surface of the concrete. When the straight edge is placed across a
construction joint the gap between the straight edge and the surface of the concrete shall not be greater
than 3 mm.

All unformed construction joint surfaces against which sidewalks, curbs, medians, and barrier walls are to
be placed shall be such that, when tested with a 500 mm straight edge placed anywhere in any direction
on the surface, there is no gap greater than 20 mm between the bottom of the straight edge and
the surface of the concrete.

904.07.14.04 Contamination of Surface

Contamination by oil or other deleterious substances shall be prevented. Contaminated concrete


in bridge decks or against which new concrete is to be placed shall be removed according to OPSS 928,
procedure for Concrete Removal-Partial Depth-Type A, B, and C.

904.07.15 Alignment of Components

The position of the inner and outer top edges of structural components shall be set true to the elevations,
alignment, and camber specified in the Contract Documents without visible deviation from one end of the
structure to the other. All concrete items or structural components shall be constructed to the specified
geometry.

Variations from plumb or a specified slope shall not exceed 1H:400V. Departure from specified
alignment shall not exceed ± 25 mm.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 25 of 36

CONCRETE STRUCTURES

904.07.16 Testing for Early Strength (Field Cures)

The Contractor may, at his option, prepare sets of cylinders for early strength determination in addition to
the cylinders required for determination of strength at 28 Days.

The Contractor shall be responsible for all aspects of the preparation, storing, transportation and
testing of cylinders for early strength determination. The Contractor shall utilize a laboratory approved
by the Owner. Curing of cylinders for early strength determination shall consist of storing the
cylinders in or on the structure as near as possible to the component that they represent. The
cylinders shall receive the same protection from the elements on all surfaces as is given to the portions of
the structure that they represent. The Contractor shall identify the time of testing for early-break
cylinders and notify the Contract Administrator prior to undertaking the testing. The Contractor shall
prepare duplicate or additional samples for the Owner upon request and shall deliver such additional
samples to the Owner’s designated laboratory. The Contractor shall deliver cylinders for early strength
determination immediately prior to the time of testing. The Contractor shall test a reasonable
number of cylinders for early strength determination to verify the applicable working constraints. The
Contractor shall provide results to the Contract Administrator within 24 hours of completing the
compressive strength testing.

Early strength determination of concrete in post-tensioned structures shall be carried out on a minimum of
four sets of cylinders representative of the concrete placed in the structure. At least one set of cylinders
from the start, middle, and end of the deck section being placed, shall be cast. All cylinder test results
must reach the minimum stressing strength specified in the Contract Documents before stressing
can commence.

904.07.17 Cracks in Formed and Unformed Surfaces

The Contractor shall inspect all concrete to identify and document any cracks including, their
location, width, and density. The results of the inspection shall be reported to the Contract
Administrator. The Contractor shall continue to inspect and monitor cracks up to the date of Completion
of the Work.

Based on criteria in Table 5, the Contractor shall identify areas requiring repair or replacement, and shall
identify the limits of such repair or replacement. This information shall be provided to the
Contract Administrator along with a proposal for remedial action to be taken. No repairs shall proceed
until the proposal has been accepted by the Contract Administrator in writing.

Repairs shall be according to OPSS 932. Where removal is required, the removals and preparation of
concrete shall be according to OPSS 928 and OPSS 930.

For bridge decks to be waterproofed, the inspection of the surface to be waterproofed shall be carried out
after completion of curing and before application of tack coat for waterproofing. For all other concrete,
the inspection shall be carried out in a timely manner but no later than one month following completion of
curing. The Contractor shall not proceed with waterproofing of a bridge deck until repairs have
been completed and permission to waterproof has been given by the Contract Administrator.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 26 of 36

CONCRETE STRUCTURES

904.07.18 Concrete Cover

The Contractor shall clear all debris and obstructions and provide unhindered access to allow the
Contract Administrator to carry out the concrete covermeter survey as specified in the Concrete Cover
subsection of the Quality Assurance section. The Contractor shall notify the Contract Administrator in
writing when the test area is ready for the concrete covermeter survey.

The Contractor shall allow the Contract Administrator a time period of 3 Business Days to complete the
survey, including review of the survey by the Owner. This time period shall commence upon receipt of
the Contractor’s written notification to carry out the survey. The time period required to complete the
concrete survey shall be extended if inclement weather or the ambient air temperatures below 5 °C fall
within that time period.

Where the cover does not meet the Contract requirements, the Contractor shall submit a proposal for
remedial action for approval by the Contract Administrator.

The Contractor shall not proceed with waterproofing of a bridge deck until the survey has been completed
and permission to waterproof has been given by the Contract Administrator.

For all other components, the inspection of the surface shall be carried out in a timely manner, no more
than one month after removal of curing.

904.07.19 Management of Excess Material

Management of excess material shall be the responsibility of the Contractor. Materials shall be
immediately removed from site or temporarily stored in an area authorized by the Contract Administrator.

904.08 QUALITY ASSURANCE

904.08.01 Acceptance

Acceptance shall be according to OPSS 1350, F-9043 and this specification, including satisfactory
completion of all remedial action associated with surface tolerance, surface finish, concrete cover,
alignment, cracks, and dowel bars and any other deficiencies.

904.08.02 Concrete Cover

The concrete cover shall meet the Contract requirements. Concrete cover determination may be carried
out by the Contract Administrator including on the front faces of barrier or parapet walls, and the top
surface of decks, including medians and sidewalks. The Contract Administrator shall provide survey
reports to the Contractor.

904.08.03 Approach Slab Seat Elastomer

The Contract Administrator shall select a random sample of the approach slab seat elastomer, 600 mm in
length, from each structure for testing.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 27 of 36

CONCRETE STRUCTURES

The Contractor shall allow 60 Days from the time of submission of the sample for the Owner’s testing
program.

The approach slab seat elastomer samples shall be delivered by the Contractor to the Contract
Administrator.

Approach slab seat elastomer that does not meet the Contract requirements shall be considered
unacceptable.

904.08.04 Dowels into Concrete

A lot shall consist of the same dowel type installed on a fiven day in a single stage. When given day’s
production is less than 50 dowels, the Contractor may submit a proposed testing program for low
production work for consideration by the Contract Administrator.

The Contractor shall conduct pull testing for the trial installation an each lot. The Contractor shall notify
the Contract Administrator a minimum of 3 days prior to undertaking the testing and the Contract
Administrator may be present on site during the test procedure.

904.08.04.01 Acceptance of Dowels into Concrete

If more than one dowel fails, the lot of dowels shall be considered unacceptable and the Contractor shall
complete the following:

a) Conduct pull tests on all remaining untested dowels of the lot, and

b) On the subsequent lot, conduct pull tests on 10% of dowels or 20 dowels, whichever is greater. If
more than one dowel fails, all remaining untested dowels of that lot shall be tested.

c) The subsequent lot shall be tested at the higher frequency until no more than one tested dowel fails.

The Contractor shall pull test all replacement dowels in the presence of the Contract Administrator. Each
replacement dowel shall be accepted individually.

Dowels shall not be subjected to more than one pull test.

904.09 MEASUREMENT FOR PAYMENT

904.09.01 General

No deductions from the volume of concrete shall be made for any of the following:

a) Drainage openings, load reducing devices, embedded timbers, and Utility and prestressing steel ducts,
each of which has a cross-sectional area of less than 0.1 m2.
b) Timber, steel, concrete, or concrete filled tubular piles.
c) Steel reinforcement, miscellaneous hardware, and structural steel.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 28 of 36

CONCRETE STRUCTURES

904.09.02 Actual Measurement

Measurement of concrete shall be by the unit as stated in the contract.

Measurement shall be made within the designated limits of the work, and an unapproved overbuild will
not be measured for payment.

Tremie concrete volume may be measured using the concrete delivery tickets, when so designated by the
Contract Administrator.

904.09.02.01 Dowels into Concrete

For measurement purposes, a count shall be made of the number of dowels installed.

904.09.03 Plan Quantity Measurement

When measurement is by Plan Quantity, such measurement shall be based on the units shown in the
clauses under Actual Measurement

904.09.04 Non Measurement

There will be no measurement for the items when designated in the contract as Lump Sum.
There will be no separate measurement of concrete which is integral to other prescribed works and for
which no separate concrete item has been provided in the contract.

904.10 BASIS OF PAYMENT

Payment at the Contract price for the concrete items provided in the tender shall be full
compensation for all labour, Equipment, and Material to do the work, subject to payment
adjustments specified in the Contract Documents.

Where no separate concrete item is provided in the tender, full compensation for all labour, equipment
and materials to conduct the work shall be included in the tender items for which this special provision
applies.

Surface cavities greater than 25 mm and honeycombing shall be repaired at no cost to the Owner.

When indicated in the Contract and as part of the work to be performed under the appropriate tender
item(s) for concrete, the Contractor shall install the steel pins to be used for recording as constructed
elevations and expansion joint gaps, shall install the date and site figures as shown in the Contract.

The date and site figures will be supplied to the Contractor by the City. The steel pins for recording as
constructed elevations shall be supplied by the Contractor.

When placing the steel pins in to the concrete after the concrete has set, the pins shall be securely grouted
into predrilled 13 mm diameter holes using Resilacrete Quick Plug.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 29 of 36

CONCRETE STRUCTURES

Payment at the Contract price for the appropriate concrete tender item(s) shall include full compensation
for all labour, equipment and material required for the installation of the date and site figures, and steel
pins.

904.10.01 Dowels into Concrete - Item

Payment at the Contract price for the tender items shall be full compensation for all labour, Equipment,
and Material to do the work, except that payment for the reinforcing steel bars or coated reinforcing steel
bars or stainless steel reinforcing bars used as the dowels shall be according to OPSS 905.

No payment shall be made for dowels that fail the pull test, except where the failure is due to concrete
breakout.

Repair to the concrete required due to Contractor’s operations shall be made at no cost to the Owner.

For any dowels that fail the pull test as a result of concrete breakout failure and not by bond
failure, payment for repairs to concrete resulting from concrete breakout failure during the pull test and
the cost of the replacement dowel shall be made as Extra Work.

The cost of additional testing according to the Acceptance of Dowels into Concrete clause shall be at the
Contractor’s expense and shall be a lump sum of $1,000 with additional cost of $50 per dowel.

904.10.02 Formwork and Falsework

Payment for formwork and falsework shall be included in the work in which it is used.

Where formwork is required for the work under a concrete tender item, it shall be deemed for progress
payment purposes that the formwork, together with its supporting falsework, when installed, constitutes
35% of the work to be carried out under the tender item. Partial payment for construction of the formwork
and falsework shall be made on a prorated basis.

904.10.03 Working Slabs

When a concrete working slab is required by the Contract Administrator, payment shall be made as Extra
Work at the unit price of the concrete in the footing to be placed on it.

904.10.04 Deck Joint Assemblies, Bearings, and Deck Drains

When the Contract does not contain a separate tender items for deck joint assemblies, bearings,
and deck drains, the Contract price for the concrete tender items in which the deck joint assemblies,
bearings, and deck drains are incorporated shall include full compensation for all labour, Equipment, and
Material required to place the deck joint assemblies, bearings, and deck drains.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 30 of 36

CONCRETE STRUCTURES

904.10.05 Reinforcing Steel Bars, Coated Reinforcing Steel Bars, or Stainless Steel
Reinforcing Bars

When the Contract does not contain a separate tender item for reinforcing steel bar, coated reinforcing
steel bar or stainless steel reinforcing bar, the Contract price for the concrete tender item in which the
steel reinforcement is incorporated shall include full compensation for all labour, Equipment, and
Material required to place the reinforcing steel bars, coated reinforcing steel bars or stainless steel
reinforcing bars.

904.10.06 Concrete in Structure - Item


Concrete in Substructure - Item
Concrete in Substructure and Retaining Walls - Item
Concrete in Deck - Item

Payment at the Contract price for the above tender item(s) shall include full compensation for all labour,
equipment and material required for concrete in the curbs, medians and sidewalks on the abutments,
wingwalls and deck where indicated in the Contract.

904.10.07 Concrete in Barrier Walls - Item

Payment at the Contract price for the tender item “Concrete in Barrier Walls” shall include full
compensation for all labour, equipment and material required for the drains through the wall where
indicated in the Contract.

904.10.08 Concrete in Approach Slabs - Item

Payment at the Contract price for the tender item “Concrete in Approach Slabs” shall include full
compensation for all labour, equipment and material required for concrete in the curbs, medians and
sidewalks on the approach slabs where indicated in the Contract, and the elastomer seating pads for the
approach slabs.

904.10.09 Concrete in Slope Paving - Item

Payment at the Contract price for the tender item “Concrete in Slope Paving” shall include full
compensation for all labour, equipment and material required for the welded wire fabric reinforcing steel.

904.10.10 Concrete in Deck – Item

Payment at the Contractor’s price for the tender item “Concrete in Deck” shall include full compensation
for all labour, equipment and material required for deck drains, unless there is a separate tender item for
deck drains.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 31 of 36

CONCRETE STRUCTURES

904.10.11 Rapid Chloride Permeability

For the use of High Performance Concrete and for the purpose of calculating penalty, the Contract
Administrator will determine the quantity of concrete in lot(s) using the dimensions in the Contract
Documents.

Where rapid chloride permeability value exceeds 1000 coulombs and is less than or equal to 2000
coulombs, the price reduction will be calculated and applied as follows:

Pa = (C-1000)÷5

Pa = price reduction in dollars per m3 per lot

C = average rapid chloride permeability of a lot.

904.10.12 Steel Pins, Date and Site Figures

When indicated in the Contract and as part of the work to be performed under the appropriate tender
item(s) for concrete, the Contractor shall install the steel pins to be used for recording as constructed
elevations and expansion joint gaps, shall install the date and site figures as shown in the Contract.

The date and site figures will be supplied to the Contractor by the City. The steel pins for recording as
constructed elevations shall be supplied by the Contractor.

When placing the steel pins in to the concrete after the concrete has set, the pins shall be securely grouted
into predrilled 13 mm diameter holes using Resilacrete Quick Plug.

Payment at the Contract price for the appropriate concrete tender item(s) shall include full compensation
for all labour, equipment and material required for the installation of the date and site figures, and steel
pins.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 32 of 36

CONCRETE STRUCTURES

904.10.13 Wall Drains

When indicated in the Contract, the Contractor shall supply and install wall drains (complete with
geotextile fabric) as part of the work to be performed at the Contract price for the appropriate concrete
tender item(s).

Table 1
Pull Test Loads

Dowel Size Test Loads kN

Embedment depth less than 200 mm Embedment depth


10M 20 35

15M 40 70

20M 60 110

25M 100 180

30M 140 250

35M 190 340

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 33 of 36

CONCRETE STRUCTURES

Table 2
Minimum Number of Thermocouple Sets for Concrete Temperature Measurement

Concrete Elements Number of


Requiring Thermocouple Number of
Temperature Sets in Each Thermocouples in Thermocouple Set
Monitoring Element Each Set Locations
In locations where the
concrete is expected to
reach the highest
Cold weather Each concrete element Minimum of 3 per 2 temperature and at the
protection element or surface of concrete.
stages thereof

1) Minimum of 3 The beginning, middle,


per stage, or per and final portion of the
deck if deck is not deck placement and in
placed in stages. the diaphragm. In
locations where the
3 concrete is expected to
2) When diaphragm
Bridge Decks is cast together with reach the highest
All temperature and at the
a deck a minimum
of 4 per stage. surfaces of concrete.
(Note 1)
In locations where the
HPC Substructure elements: Minimum of 3 per concrete is expected to
abutments, pier element or reach the highest
2
columns, and pier caps stages thereof temperature and at the
surface of concrete.

In locations where the


Large concrete concrete is expected to
components where reach the highest
the smallest Elements with smallest Minimum of 3 per temperature and at the
dimension is dimension of 1.5 m or element or stages surface of concrete.
1.5 metres more thereof 2

Notes:

1. For bridge decks, thermocouples shall be installed in sets of three consisting of one mid-depth
thermocouple and two surface thermocouples. The surface thermocouples shall be placed immediately
above or the shortest distance from the corresponding mid-depth thermocouple. The surface thermocouples
shall be installed beneath the burlap, in contact with the surface concrete or imbedded in the concrete
within 5 mm of the surface and, for bridge decks, the second surface thermocouple shall be placed
inside the bottom form.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 34 of 36

CONCRETE STRUCTURES

Table 3
Minimum Cold Weather Protective Measures

Footings and Slabs on the Ground

Thickness
Anticipated Minimum Ambient Air Temperature
°C > 1.0 m 1.0 - 0.5 m < 0.5 - 0.25 m < 0.25 m

+5 to 0 PM1 PM1 PM1 PM2

-1 to -10 PM2 PM2 PM2 PM3

-11 to -20 PM3 PM3 PM4 PM5

less than -20 PM3 PM4 PM5 PM5

All Other Components

+5 to 0 PM1 PM1 PM1 PM2

-1 to -10 PM2 PM2 PM3 PM4

-11 to -20 PM3 PM3 PM4 PM5

less than -20 PM4 PM5 PM5 PM5

Notes:

A. Protective Measures

PM1 - Cover components with a moisture vapour barrier as specified for curing with moisture vapour
barrier.
PM2 - Cover components as for PM1, then cover the moisture vapour barrier with insulation having an
R-Value of 0.67.
PM3 - Cover components as for PM1, then cover the moisture vapour barrier with insulation having an
R-Value of 1.33.
PM4 - Cover components as for PM1, then cover the moisture vapour barrier with insulation having an
R-Value of 2.00.
PM5 - Housing and heating.

B. All R-Values are metric


C. The conversion factor from metric to imperial units is: Metric R-Value x 5.678 = Imperial R-Value.

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 35 of 36

CONCRETE STRUCTURES

Table 4
Maximum Allowable Drop in Concrete Temperature

Thickness > 2.0 m 1.0 - 1.99 m < 1.0 m


Maximum Allowable Drop in
Concrete Temperature per 24 hours 10 °C 15 °C 20 °C

Table 5
Criteria for Treatment of Cracks

Components Width of Crack at Treatment of Cracked Areas


Decks to be waterproofed Repair
and paved ≥ 0.50
a) Repair cracks in the areas where total linear
measurement of crack per m2 is < 5 m.
Exposed decks > 0.30
b) Remove and replace the cracked areas where total
linear measurement of crack per m2 is ≥ 5 m.
a) Repair cracks in the areas where the total linear
measurement of crack per linear meter of the wall,
sidewalk or median measured along the side facing traffic
is < 5 m.
> 0.30
Barrier wall, parapet wall, b) Remove and replace the cracked areas where the total
sidewalk, and median on a linear measurement of crack per lineal meter of the wall,
structure sidewalk, or median measured along the side facing traffic
is ≥ 5 m.
Apply sealer acceptable to the ministry to cracked areas
≤ 0.30 where total linear measurement of crack per m2 is ≥ 5 m.

a) Repair cracks in the areas where the total linear


measurement of crack per linear meter of the curb is < 1.5
m.
Curb on a structure > 0.30
b) Remove and replace the cracked areas where the total
linear measurement of crack per linear meter of the curb is
≥ 1.5 m.

Piers, pier caps, abutments, Repair


> 0.30
and other structural
components within 3 m of Apply sealer acceptable to the ministry to cracked areas
≤ 0.30 where total linear measurement of crack per m2 is ≥ 5 m.
roadway
All other components 1.00 Repair

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9040
Date: March 2009
Page: 36 of 36

CONCRETE STRUCTURES

Section F\Structural\F-9040 – March 31, 2009


S.P. No: F-9041
Date: June 2001
Page: 1 of 2

GROUTED RUBBLE MASONRY TOE WALL

Scope

This Special Provision covers the requirements for construction of grouted rubble masonry toe walls.

Materials

Subdrain Pipe:

Subdrain shall be 150 mm diameter perforated pipe conforming to OPSS 405.

Granular Foundation Material:

Foundation material shall be Granular A conforming to OPSS 1010.

Granular Backfill:

Granular backfill shall be Granular B Type II conforming to OPSS 1010.

Cement Grout:

Grout shall be 1 part Portland cement and 2 parts fine grained sand mixed to an even consistency.

Stone Masonry:

Stones shall be tough, sound, seasoned, sandstone free from structural defects. They shall be square or
rectangular shaped, with all sides flat. The stones shall be minimum 0.01 m3 volume and maximum 0.1 m3
volume. The minimum face dimension shall be 150 mm and the minimum depth dimension shall be 300 mm.

Concrete:

Concrete for coping shall be 30 MPa concrete conforming to OPSS 1350, and shall be placed in conformance
with OPSS 904.

Construction

Excavation shall be to the neat lines necessary for constructon of the wall. A minimum depth of 150 mm of well
compacted Granular A shall be placed as a foundation for the full length of the wall.

The perforated pipe shall be placed as shown in the Contract, for the full length of the wall and connected to the
nearest catch basin or storm sewer pipe.

The stones shall be placed with the largest stones on the bottom. The stones shall be placed with staggered joints,
minimum joint spacing, and matching contact surfaces to prevent rocking.

Granular backfill shall be placed to the minimum dimensions shown in the Contract and compacted to a minimum
of 100% of the maximum dry density conforming to OPSS 501.

Section F\Structural\F-9041 – March 1, 2002


S.P. No: F-9041
Date: June 2001
Page: 2 of 2

GROUTED RUBBLE MASONRY TOE WALL

Measurement for Payment

Grouted rubble masonry toe wall will be measured in square metres of face area before backfilling.
Subdrain pipe will be measured in accordance with OPSS 405.

Basis of Payment

Payment at the Contract price for the tender item “Grouted Masonry Toe Wall” shall be full compensation for all
labour, equipment and material required to do the work including excavation, granular foundation and granular
backfill.

Section F\Structural\F-9041 – March 1, 2002


S.P. No: F-9043
Date: March 2009
Page: 1 of 2

CEMENTING MATERIALS

Amendments to OPSS1301

OPSS 1301 shall apply except as may be amended and extended herein.

1301.01 SCOPE

Section 1301.01 of OPSS 1301, is deleted and replaced by the following:

This specification covers the requirements for cementing materials together with the method of sampling, testing,
delivery, handling and storage, prior to use.

The following types of cementing materials are covered by this specification:

Portland Cements

GU - General use hydraulic cement


MS - Moderate sulphate-resistant cement
MH - Moderate heat of hydration hydraulic cement
HE - High early strength hydraulic cement
LH - Low heat of hydration hydraulic cement
HS - High sulphate resistant hydraulic cement

Blended Hydraulic Cements

GUb - Blended general use hydraulic cement


MSb - Blended moderate sulphate-resistant cement
MHb - Blended moderate heat of hydration hydraulic cement
HEb - Blended high early strength hydraulic cement
LHb - Blended low heat of hydration hydraulic cement
HSb - Blended high sulphate resistant hydraulic cement

Supplementary Cementing Materials

Slag - Ground granulate blast furnace slag, Type S

Fly ash – the finely divided residue that results from the combustion of pulverized coal or a combination of
pulverized coal blended with up to 30% by mass of petroleum coke and that is carried from the combustion
chamber of a furnace by exhaust gases, Types F, CI or CH.

Silica Fume – the finely divided residue, resulting from the production of silicon or ferrosilicon alloys, that is
carried from the burning area of a furnace by exhaust gases. The silica fume shall contain a minimum of 80%
SiO2.

1301.02 REFERENCES

Section 1301.02 of OPSS 1301, is deleted and replaced by the following:

This specification refers to the following standards, specifications or publications:

Section F\Structural\F-9043 – March 31, 2009


S.P. No: F-9043
Date: March 2009
Page: 2 of 2

CEMENTING MATERIALS

Canadian Standards Association Standards:

CAN/CSA A3000-03 Cementitious Materials Compendium

1301.04 SUBMISSION AND DESIGN REQUIREMENTS

1301.04.01.01 Product Data

Subsection 1301.04.01.01 of OPSS 1301 is amended by deletion of point a. and replacing it with the following:

a. A test certificate from a laboratory, qualified according to the Materials Section, showing compliance of
the cementing material with all the physical and chemical test requirements of CAN/CSA A3000,
including the additional requirements of this specification and the optional test for false set if the product
is Portland cement.

1301.05 MATERIALS

1301.05.01 Physical and Chemical Requirements

Subsection 1301.05.01of OPSS 1301 is amended by deletion of first and third paragraph and replacing it with the
following:

Cementing materials shall conform to the physical and chemical requirements of CAN/CSA A3000. Fly ash, slag
and silica fume shall also conform to the optional requirements of CAN/CSA A3000 with the exception of the
requirements for “Control of Expansion Due to Alkali-Silica Reactivity”.

Where cementing material is required to be certified as being free from early stiffening tendencies, the penetration
shall be 50% or greater when determined by the method specified in the Annex A of CAN/CSA A3000.

Section F\Structural\F-9043 – March 31, 2009


S.P. No: F-9045
Date: March 2017
Page: 1 of 15

CONCRETE – MATERIALS AND PRODUCTION

Amendments to OPSS 1350

OPSS 1350 shall apply except as amended and extended herein.

1350.02 REFERENCES

Add:
City of Ottawa
S. P. F-9040 Concrete Structures
S. P. F-9043 Cementing Materials

Add:
Canadian Standards Association
A23.2-17C Temperature of Freshly Mixed Hydraulic Cement Concrete
A23.2-19C Slump Flow of Concrete

Delete:
A23.1-09 Concrete Materials and Methods of Concrete Construction
Replace with:
A23.1-14/A23.2-14 Concrete Materials and Methods of Concrete Construction/Test
Methods and Standard Practices for concrete

Delete:
A283-00 (R2004) Qualification Code for Concrete Testing Laboratories
Replace with:
A283-06 (R2011) Qualification Code for Concrete Testing Laboratories

Delete:
A3000-08 Cementitious Materials Compendium
Replace with:
A-3000-13 Cementitious Materials Compendium (Consists of A3001, A3002, A3003,
A3004 and A3005)

Add:
ASTM International
C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing
C672/C672M-12 Standard Test Method for Scaling Resistance of Concrete Surfaces
Exposed to Deicing Chemicals

Replace all references to form “OPSF 1350-1” with “OTT-D18-A”


Replace all references to form “OPSF 1350-2” with “OTT-D18-B”

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 2 of 15

CONCRETE – MATERIALS AND PRODUCTION

1350.03 DEFINITIONS

Delete:

Hot Weather means those conditions when the air temperature is at or above 28 °C. It
is also considered to exist when the air temperature is likely to rise above 28 °C within
24 hours. Temperature refers to shade temperature.

Replace with:

Hot Weather means those conditions when the air temperature is at or above 27 °C. It
is also considered to exist when the air temperature is likely to rise above 27 °C within
24 hours. Temperature refers to shade temperature.

Add:

Admixtures means a material other than water, aggregate, cementing material, and
fiber reinforcement used as an ingredient in concrete, mortar, or neat cement grout and
added to the batch immediately before or during its mixing in order to purposely modify
its usual characteristics and behavior.

Superplasticized (Flowing) Concrete means normal slump concrete to which a high-


range water reducing admixture has been added to produce a high-slump flowing
concrete greater than 180 mm.

1350.04 DESIGN AND SUBMISSION

REQUIREMENTS

1350.04.01 Design Requirements

Add:
The concrete mix shall be designed to provide adequate strength and durability for the
intended use and to meet the requirements as specified in the Contract Documents and
in accordance with Tables 1, 2, and 3 of CSA.A23.

1350.04.02 Submission Requirements

Performance specification alternative shall apply. All references to and requirements of


prescriptive specification are therefore deleted.

The Contractor shall demonstrate, at the time of submission of the concrete mix
design(s), that the proposed mix design(s) and materials are capable of meeting the
Contract requirements. To demonstrate this, the Contractor shall submit the following

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 3 of 15

CONCRETE – MATERIALS AND PRODUCTION

supporting test data, for concrete made with the same mix design and materials:

a. Concrete exposure class according to CSA A23.1, Table 2


b. Slump range and/slump flow for quality control purposes
c. Target value for air content in plastic concrete
d. Compressive strength testing at 28-days, and other ages if required in the
Contract, for each class of concrete supplied
e. Supporting documentation for Air Voids System (AVS) in the hardened concrete
for concrete exposure classes C, F and S as determined by ASTM C457
f. Supporting documentation for Rapid Chloride Permeability (RCP) in accordance
to CSA.A23.
g. The contractor shall submit the mill test report to demonstrate that cementitious
materials meet the requirements of CSA.A3000-13.

The supporting test data and the certificate shall be not more than 12 months old at the
time the concrete mix design is submitted.

Concrete mix designs shall be submitted in accordance with City of Ottawa


General Special Provision D-018. The Contractor may deviate from the specified
dose due to weather conditions and changes in materials. However, written notification
of mix deviations shall be provided to the Contract Administrator at least 24 hours prior
to delivery of the concrete. The Owner may request a new mix design submission when
deviations are proposed.

1350.05 MATERIALS

1350.05.01 Materials for Concrete

1350.05.01.01 Cementing Materials

In the event of sulfate attacks GUL shall not be used.

HVSCM 1 and HVSCM 2 concrete shall only be used with prior written approval of the
Owner.

Add:

1350.05.01.01.01 Cementing Materials for High Performance Concrete

For High Performance Concrete, cementing materials shall conform to OPSS 1301, City
of Ottawa S. P. F-9040, and CSA A3001-03

Blended hydraulic cement, Type GUb-8SF or Type Gub-22S/5SF, shall be used. A


portion of the blended cement may be replaced by Portland cement Type GU, ground

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 4 of 15

CONCRETE – MATERIALS AND PRODUCTION

granulated blast furnace slag or fly ash or a combination of these. Supplementary


cementing materials shall be restricted to the following proportions by mass of the total
cementing materials:
1. Slag up to 35%; or
2. Fly ash up to 15%; or
3. A mixture of slag and fly ash up to 35%.

1350.05.01.02 Aggregates

Add:

A Certificate of compliance shall be provided to the Contract Administrator at the time of


submittal of the mixture to indicate that the aggregate to be used at the ready-mix plant
meets the requirements of OPSS 1001 and OPSS 1002.

The maximum nominal size of the aggregate shall not exceed 20.0 mm.

1350.05.01.04 Air Entraining and Chemical Admixtures

Delete the entire section and replace with:

Air entraining admixtures (AEA) shall be according to specification ASTM C260/C260M.

Chemical admixtures such as superplasticizers shall be according to either specification


ASTM C494/C494M or ASTM C1017/C1017M.

A certificate of compliance shall be provided to the Contract Administrator at the time of


submittal of the mixture to indicate that the chemical admixtures and air entraining
admixtures meet the ASTM requirements and OPSS 1303.

1350.05.02 Performance Requirements for Concrete

1350.05.02.03 Compressive Strength

The concrete compressive strength shall be as specified in the Contract Documents and
in accordance with CSA A23.1, Tables 1, 2, and 3.

1350.05.02.04 Air Content

The total air content of the concrete, measured with an air meter immediately prior to
placing shall be according to CSA A23.1 and as presented in the following table:

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 5 of 15

CONCRETE – MATERIALS AND PRODUCTION

Requirements for Air Content categories according to CSA.A23.1

Range in air content* for concrete with indicated nominal


maximum sizes of coarse aggregate, %
Air content category
10 mm 14-20 mm 28-40 mm
1 6-9 5-8 4-7
2 5-8 4-7 3-6
*At the point of discharge from the delivery equipment, unless otherwise specified

Air content of high performance plastic concrete shall be within  1.5 % of the target
value identified by the Contractor in the mix design.

1350.05.02.05 Slump or Slump Flow

Delete:

d) For SCC, the maximum allowable variation shall be ± 70 mm from the slump
specified in the mix design.

Replace with:

d) For SCC, the maximum allowable variation shall be ± 70 mm from the slump flow
specified in the mix design.

Delete:

Slump or slump flow shall be measured according to CSA A23.2-5C. Maximum slump
for non-self-consolidating concrete shall be 240 mm, provided no segregation of the
concrete occurs.

Replace with:

Slump and slump flow will be measured respectively, according to CSA A23.2-5C and
CSA A23.2-19C. Maximum slump for non-self-consolidating concrete shall be 240 mm,
provided no segregation of the concrete occurs.

Add:

Slumps of high performance concrete measured immediately prior to placing or

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 6 of 15

CONCRETE – MATERIALS AND PRODUCTION

pumping shall be no more than 230 mm. After discharging of a truckload of concrete
has started, one redose of the superplasticizer will be allowed.

All concrete mixes placed in thin reinforced structural concrete sections less than 300
mm shall have the addition of a superplasticizer.

Add:
1350.05.02.07 Rapid Chloride Permeability

Rapid Chloride Permeability (RCP) as determined by ASTM C1202 and measured at 91


days, shall be equal to or less than 1000 coulombs for C-XL exposure class of concrete
and equal to or less than 1500 coulombs for C-1 exposure class of concrete.

For High Performance Concrete the RCP measured at 56 days in accordance with
ASTM C1202, shall be equal to or less than 1000 coulombs.

Add:
1350.05.02.08 Air Void System

For concrete exposure classes C, F, S as well as HPC, the Air void system parameters
as determined on the hardened concrete in accordance with ASTM C 457, shall meet
the following requirements:

Each core in the lot shall have a minimum air content of 3.0%.

Each core in the lot shall have a maximum spacing factor that meets the requirements
of Table 3 of this specification

1350.07 PRODUCTION

1350.07.01 General

Add:

When multiple plants supply concrete for the same component, all plants, including
primary and back-up, shall produce the same mix design using the same aggregates,
cementing materials, and admixtures.

1350.07.02 Temperature Control

Delete:

The concrete temperature at the time of discharge from the truck shall be between 10
and 28°C.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 7 of 15

CONCRETE – MATERIALS AND PRODUCTION

Add:

The concrete temperature at the time of discharge from the truck shall be in accordance
to CSA.A23, Table 14.

Concrete temperature shall be measured according to CSA A23.2-17C.

1350.07.05.01.03 Delivery by Agitator or Mixer Trucks

Delete:

Discharge of the concrete shall be completed within 90 minutes after the introduction of
mixing water to the cement and aggregates.

Replace with:

Discharge of structurally reinforced concrete shall be completed within 90 minutes after


the introduction of mixing water to the cement and aggregates. Discharge of non-
structural concrete, such as curbs and sidewalks, shall be completed within 120 minutes
after the introduction of mixing water to the cement and aggregates.

1350.08 QUALITY ASSURANCE

1350.08.02 Sampling and Testing

1350.08.02.01 General

Add:

The Contractor shall supply, maintain and subsequently remove upon completion of the
project, a temporary storage facility for concrete test cylinders. The facility shall be
capable of housing 24 cylinders, be insulated, located in the shade and be maintained
at a temperature maintained at a temperature between 15°C and 25 C. Vehicle access
to the storage facility shall be provided at all times.

High Performance Concrete, which contains more than 3 visible lumps or is segregated
as specified elsewhere in this specification shall be considered unacceptable. For High
Performance Concrete the slump, air content and temperature tests shall be carried out
for each load of concrete. A set of three cylinders for determination of compressive
strength shall be cast at the frequency detailed elsewhere in the contract. Additional
cylinders to be used for information purposes shall be cast when requested by the
Contract Administrator.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 8 of 15

CONCRETE – MATERIALS AND PRODUCTION

The Contractor shall conduct all necessary quality control process to ensure that
concrete incorporated into the work meets contract requirements. This shall include
testing, trial placements and operational plans. QC records shall be made available to
the Owner.

1350.08.02.01.01 Quality Control / Quality Assurance Testing Staff and


Laboratory Requirements
Delete:

Laboratory tests shall be completed by a laboratory certified according to CSA A283 for
the category appropriate to the test required by CSA.

Replace with:

Field sampling and testing of concrete shall be performed by a person holding either of
the following certifications:

1) CSA Certified Concrete Testing Technician, Concrete Testing and Sampling


Certificate, or

2) ACI Concrete Field Testing Technician - Grade 1.

This person shall have a valid original card issued by the certifying agency in his or her
possession at all times.

Concrete laboratory testing shall be conducted by a laboratory approved by the CCIL


certified lab.

1350.08.02.01.02 Quality Assurance Test Reporting

Concrete test reports shall be immediately distributed electronically to the Owner,


Contractor, and concrete supplier. Test results shall include the following information for
each individual mix design:

1) Project identification
2) The average strength value for each age that the concrete is tested
3) Average slump or slump flow value for the mix design
4) Average plastic air content for the mix design
Testing shall be completed as shown in Table 2.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 9 of 15

CONCRETE – MATERIALS AND PRODUCTION

1350.08.02.04 Strength Tests and Requirements

1350.08.02.04.01 Compressive Strength

Delete:

A compressive strength test result is the average strength of two standard 100 x 200
mm or 150 x 300 mm concrete cylinders that are representative of concrete taken from
one batch of concrete.

Replace with:

The cylinder moulds shall have a nominal inside diameter of 100 mm and a nominal
height of 200 mm. Moulds shall be made of plastic conforming to CAN/CSA A23.2-1D,
with a lid.

The lids shall be chemically and physically compatible with the concrete and shall
provide watertight closure for the moulds.

A compressive strength test result is the average strength of two standard concrete
cylinders that are representative of concrete taken from one batch of concrete.

Add:

1350.08.02.05 Air Void System

1350.08.02.05.01 Air Void System Parameters

The Contractor shall achieve an air void system as specified in this special provision.
For evaluation of air void system parameters, the Contractor shall remove cores from
the hardened concrete and shall test the cores in accordance with ASTM C457, except
that a magnification of 100 to 125 shall be used.

The air content shall be reported to one decimal place and spacing factor shall be
reported to three decimal places. Rounding-off of test data shall be done in accordance
with LS-100.

Two cores, 100 mm in diameter and 200 mm long, shall be removed from a lot and
tested. Each of the following is defined as a lot:

1) 500 lineal metres of sidewalk, curb, per stage,


2) 500 lineal metres of median, per stage
3) 500 lineal metres of parapet or cast in place concrete barrier wall, per stage
4) 500 square metres of bridge deck, per stage,

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 10 of 15

CONCRETE – MATERIALS AND PRODUCTION

5) an abutment, or a stage thereof,


6) a pier.

If the total quantity of a component is less than specified above two cores (per stage)
shall be removed and tested.

Each core shall be taken at a random location specified by the Contract Administrator.
For barrier wall, the cores shall be taken from the lower sloped portion of the wall at the
designated locations. For parapet wall, the cores shall be taken from the lower one
third of the wall at the designated locations. Care shall be taken to avoid cutting
reinforcing steel or other embedments.

The contract number, lot number and exact location of each individual core shall be
marked legibly on the core with durable ink. The date at which the core was removed
shall also be recorded.

All cores shall be taken when the concrete is a minimum 7 days of age. Cores shall be
cut lengthwise into two halves, with one half to be tested by the Contractor and the
other to be forwarded to the City QA Lab within two weeks of extracting the core If the
core contains reinforcing steel or other embedments, it shall be cut lengthwise into two
parts with no reinforcing steel in the surface areas to be tested. Both halves shall be
marked with a unique identification number. The half core forwarded to the City shall
have an information sheet securely attached to it detailing the contract number, lot
number and the location or component from which the core was removed. The
concrete mix design for the component shall also be submitted with the core.

The Contractor shall fill each core hole immediately after coring with a patching material
approved by the Contract Administrator and comparable to the surrounding concrete in
terms of strength and permeability. The patching material shall be mixed, handled and
cured in accordance with the manufacturer’s instructions. Immediately before filling, the
inside surface of each core shall be cleaned of the paste left from the coring operation
by nylon brushing, and all free water shall be removed. The patch shall be finished flush
with the surface of the surrounding concrete. All excess material shall be removed from
the surface of the concrete.

Air void analysis results obtained by the Contractor shall be forwarded to the Contract
Administrator within 21 days of concrete placement. Air void core samples shall be
retained by the Contractor until Final Acceptance, as defined elsewhere in the contract
documents, and shall be provided to the Contract Administrator on request.

1350.08.02.05.02 Air Void System Parameters – Conformance Testing

1350.08.02.05.02.01 Conformance Testing - General

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 11 of 15

CONCRETE – MATERIALS AND PRODUCTION

The re-testing shall be carried out on the original core samples using the Contractor’s
half. The Contractor shall label the cores as Cores for Conformance Testing - AVS.
Once conformance testing is invoked, the Contractor shall make the samples available
to the Contract Administrator within 5 business days.

Conformance testing shall be carried out only once on a sample.

The testing shall be carried out by a conformance testing laboratory and operator whose
names will be provided by the Contract Administrator.

The conformance testing shall be carried out in conformance with the MTO’s laboratory
test method LS-431. The conformance testing laboratory will report the conformance
test results directly to the Contract Administrator. If re-polishing is carried out by the
conformance laboratory, this shall be documented and reported to the Contract
Administrator along with conformance test results.

The Contractor or Contract Administrator may witness any conformance testing. If the
Contractor wishes to witness conformance testing, the Contractor shall notify the
Contract Administrator of this at the time conformance testing is invoked.

The cost of the testing shall be $650 for each core. Following completion of conformance
testing, the conformance test cores will be retained by the Contract Administrator until
Final Acceptance.

1350.08.02.05.02.02 Air Void System Parameters – Conformance Testing


Invoked by Contractor

The Contractor may challenge an air void system result by invoking conformance
testing. Challenge shall be submitted in writing and given directly or faxed to the Contract
Administrator.

The conformance testing may be invoked when an individual spacing factor or air
content result for a core fails to meet the requirements of this special provision. The
Contractor shall advise the Contract Administrator of his intent to invoke conformance
testing within three weeks of concrete placement, at the time of submitting the original
test results.

When conformance testing is invoked, all core samples representing a lot must be re-
tested and the original results discarded. The lot conformance test results shall replace
the original result in the acceptance requirements of this special provision.

The Contractor shall be responsible for the cost of conformance testing invoked by the
Contractor including packaging and shipping of samples.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 12 of 15

CONCRETE – MATERIALS AND PRODUCTION

1350.08.02.05.02.03 Air Void System Parameters - Conformance Testing


Invoked by Owner

The Contract Administrator may challenge air void system results by invoking
conformance testing. The conformance testing may be invoked when one or more of the
following conditions are present:
 Two test results for spacing factor from the same lot vary by more than 0.100
mm. If the Contract Administrator invokes conformance testing, all cores in a lot
will be re-tested.
 The first ten or more air void system results obtained on cores representing
concrete from the same mix design have a coefficient of variation of more than
50% or less than 5%. If the Contract Administrator invokes conformance testing,
the Contract Administrator will select two cores from the group of ten or more
cores for re-testing.
 There has been a change in laboratories carrying out Contractor testing on the
contract. If the Contract Administrator invokes conformance testing, one out of
five cores tested by the new laboratory will be randomly selected for retesting.
 One or more City audit core test results from a single contract vary from the
Contractor’s results by more than 2.0% for air content, or more than 0.100 mm
for spacing factor. All cores in a lot will be re-tested.
 The Owner detects abnormalities through routine contract monitoring processes,
or results deviate from what would typically be encountered on a contract. If the
Contract Administrator invokes conformance testing, the Contract Administrator
will identify the cores for re-testing.

The conformance testing invoked by the Owner may be carried out at any time up to
one year after a result is obtained, and must be completed prior to contract Final
Acceptance. The Contract Administrator will advise the Contractor of the Owner’s desire
to invoke conformance testing and will identify which samples will be re-tested.

The Owner will be responsible for the cost of conformance testing invoked by the Owner
including packaging and shipping of samples.

1350.08.02.05.02.04 Air Void System Acceptability

Acceptability of air void system parameters shall be based on individual core results for
air content, and on the average and individual results from the cores representing a lot
for spacing factor as specified in this special provision. A lot, which fails to meet the
requirements for air void system parameters will be considered unacceptable.
Unacceptable concrete shall be removed and replaced at the Contractor's expense.

Any lot that is removed and replaced shall be cored and accepted on the same basis as
the original lot.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 13 of 15

CONCRETE – MATERIALS AND PRODUCTION

Where conformance testing is carried out, the conformance test results will replace the
original results in the acceptance requirements of this special provision.

1350.08.02.06 Rapid Chloride Permeability

For evaluation of rapid chloride permeability, the Contractor shall remove cores from the
hardened concrete and test the cores in accordance with ASTM C1202. Testing shall be
carried out in accordance to CSA.A23 by a certified CCIL laboratory.

Two cores, 100 mm x 200 mm, shall be removed from a lot. The cores shall be obtained
in conformance with CSA A23.3-14C when the concrete is between 7 to 10 days of age
and prior to application of any waterproofing membrane. Cores shall be delivered to a
laboratory acceptable to the City QA Lab within 24 hours of coring. The cores shall be
stored at a temperature of 23o2oC in a moist condition until time of testing.

A 10 mm thick slice shall be cut off from the top of each core before test specimens are
cut from it. Two 50 mm long samples shall be cut from each core and tested. Each of
the following is defined as a lot:
1) 500 lineal metres of sidewalk, curb, per stage,
2) 500 lineal metres of median, per stage
3) 500 lineal metres of parapet or cast in place concrete barrier wall, per stage
4) 500 square metres of bridge deck, per stage,
5) an abutment, or a stage thereof,
6) a pier.

If the total quantity of sidewalk, curb, median, parapet or cast in place concrete barrier
wall is less than 500 lineal metres, two cores (per stage) shall be removed and tested.

Each core shall be taken at a random location specified by the Contract Administrator.
Cores shall not contain reinforcing steel or other embedments.

Core holes shall be filled as detailed in OPSS 932.

Rapid chloride permeability results obtained by the Contractor shall be recorded and
forwarded to the Contract Administrator within 1 week after completion of the test. Rapid
chloride permeability core samples and laboratory original records shall be retained by
the Contractor until Final Acceptance and shall be provided to the Contract
Administrator upon request.

1350.08.02.06.01 Rapid Chloride Permeability Acceptability

Acceptability of rapid chloride permeability shall be based on average of results


obtained on two cores representing a lot. Lots with an average value of rapid chloride
permeability exceeding 1000 coulombs and less than or equal to 2000 coulombs will be

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 14 of 15

CONCRETE – MATERIALS AND PRODUCTION

accepted with price reduction as detailed in Clause 904.10.11 of the City Specs F-9040
Lots with rapid chloride permeability value exceeding 2000 coulombs will be considered
unacceptable. Unacceptable concrete shall be removed and replaced at the
Contractor's expense.

Delete OPSS 1350 Table 2 in its entirety and replace with the following:

TABLE 2
Quality Assurance Tests
Required Test Test Method

Slump of concrete CSA A23.2-5C

Slump flow of concrete CSA.A23.2-19C

Air content CSA A23.2-4C

Compressive strength CSA A23.2-3C and CSA A23.2-9C

Accelerating the cure of concrete cylinders and


determining their compressive strength CSA A23.2-10C
(accelerated cured)

Yield CSA A23.2-6C

Chloride ion penetrability test (RCP Test) ASTM C 1202

Air Void System ASTM C 457

De-icer Chemical Scaling Resistance ASTM C 672/672M

Linear shrinkage test ASTM C 157M (Note 1)

Note:
1. Drying shall commence after 7 Days of wet curing.

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9045
Date: March 2017
Page: 15 of 15

CONCRETE – MATERIALS AND PRODUCTION

Delete OPSS 1350 Table 3 in its entirety and replace with the following:

TABLE 3
Hardened Concrete Air Void System Requirements from CSA-A23.1

Spacing Factor
Class of Exposure Total Air Content % mm
0.230 maximum mean
C-XL, C-1, C-2, C-3, C-4, F1
3.0 minimum 0.260 maximum individual
and F2

Concrete with water/cementing


0.250 maximum mean
ratios of 0.36 or less 3.0 minimum
0.300 maximum individual
water/cementing

Section F\Structural\F-9045 – March 1, 2017


S.P. No: F-9049
Date: March 2009
Page: 1 of 2

FLAGSTONE SLOPE PAVING

Scope

This Special Provision covers the requirements for slope paving with flagstone.

Materials

Granular:

Granular base shall be Granular A conforming to OPSS 1010.

Concrete:

Concrete shall conform to OPSS 1350, and the requirements specified elsewhere in the Contract.

Reinforcing Steel:

Welded steel wire fabric for concrete reinforcement shall conform to OPSS 1440.

Flagstone:

Stones shall consist of sound, durable limestone or sandstone free from seams, cracks or other structural defects
such as shale or slate inclusions. Stones shall be supplied in slabs 75 mm to 100 mm thick with a minimum
surface area of 0.1 m2 and maximum area of 0.3 m2. The quality of all rock is subject to approval by the Contract
Administrator.

Construction

Excavation shall be carried out to sufficient depth to place the granular base to the required lines and grades.

Granular base shall be placed to the thickness and dimensions shown in the Contract and compacted to 100% of
the maximum dry density.

Welded wire fabric reinforcement and concrete shall be placed in accordance with OPSS 905, and OPSS 904,
respectively.

Concrete shall be placed and compacted to a level slightly above the final elevation of the underside of flagstone
slabs.

Flagstone slabs shall be cleaned and thoroughly wetted immediately prior to placing. Slabs shall be embedded in
the fresh concrete and laid closely together to produce a finished surface reasonably smooth, free of large
openings and with a neat pattern-like appearance.

Spaces between the flagstone slabs shall be completely filled with concrete to a level of 6 mm to 10 mm below the
top surface of the slabs. The surface of the concrete between slabs shall be finished with a bristle brush and all
concrete stains shall be removed from the exposed surfaces of the slabs.

Concrete shall be cured in conformance with clause 904.07.10.03, Curing with Burlap and Water, of OPSS 904.

Section F\Structural\F-9049 – March 31, 2009


S.P. No: F-9049
Date: March 2009
Page: 2 of 2

FLAGSTONE SLOPE PAVING

Measurement for Payment

Actual Measurement:

Measurement will be made in square metres of the area of slope paving, following the contour of the surface.

Plan Quantity Measurement:

Measurement is by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the design surface area of
slope paving in square metres.

Basis of Payment

Payment at the Contract price for the tender item “Flagstone Slope Paving” shall be full compensation for all
labour, equipment and material required to do the work including excavation, granular base, stones, concrete, and
reinforcing steel.

Section F\Structural\F-9049 – March 31, 2009


S.P. No: F-9051
Date: March 2016
Page 1 of 3

GALVANIZED STEEL REINFORCING


OPSS 905, shall govern except as amended herein.

MATERIALS
Galvanizing of reinforcing steel bars where required, shall conform to:

• CAN/CSA-G164-M
• ASTM A767M Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement

• ASTM A123M - 15 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on


Iron and Steel Products
Only Type W reinforcing bars shall be galvanized.

PROCESS
For fabricated reinforcing steel bar assemblies, the minimum average coating thickness of the
galvanizing shall be 0.10 mm. For separate reinforcing steel bars, the mass (weight) of zinc
coating shall be Class 1.

Prior to galvanizing, the material shall have all grease, dirt, mortar, mill scale, injurious rust
(rust which is difficult to remove) or any other foreign substance removed.

Materials galvanized in accordance with these specifications shall be free from any build-up of
unadhered wet storage stains (white rust). These corrosion deposits, if present shall be
removed in a manner satisfactory to the Contract Administrator prior to incorporation of the
material in the work. After removal of these deposits, the coating shall have a uniform
appearance free from uncoated spots, lumps, blisters, gritty areas, acid flux and black spots.
Materials with these defects, or not meeting the finish and adherence of coating requirements
as defined in the above ASTM specification, will be rejected and immediately removed from
the work site. Acceptable material will be provided to replace the rejected material at no
additional cost to the Owner.

FIELD REPAIR
Zinc–rich paint used for the field repair of galvanized coating shall meet the following
requirements:

Section F\Structural\F-9051 – March 1, 2016


S.P. No: F-9051
Date: March 2016
Page 2 of 3
GALVANIZED STEEL REINFORCING

a) One application of the material shall provide a dry coating thickness of at least
0.051mm.
b) The applied coating shall provide barrier protection and shall preferably be anodic to
steel.
c) Application of the coating material shall be possible under shop or field conditions.
d) The dried film shall have a minimum zinc dust content equal to 94% (by weight).
e) The brand of material used shall be approved by the galvanizer, and shall be
compatible with the galvanizing, and inert in concrete.
The Contractor shall be required to field repair any damage to the galvanized coating done
during shipping and handling, and to replace bars exhibiting severely damaged coatings.
Repairable damage is defined as any bare or loose spots, or breaks in the coating, which
affect an area smaller than 2500mm square.
Field repairs shall be allowed only when the total number of repairable damaged areas in any
3000mm length of bar is less than 6. Any material with a total number of damaged areas
greater than the amount specified above, or material with any damaged area greater than
2500mm square, shall be rejected, immediately removed from the work site, and replaced by
the Contractor at no cost to the Owner.
The galvanized coating is to be repaired with a zinc-rich paint by the following method:
1. Clean the damaged area by power disk, wire brushing, sand or grit blasting, or any
other suitable method approved by the Engineer to a near-white metal condition in
accordance with SSPC-SP10 (0.025 to 0.050mm anchor pattern), as a minimum. The
surface shall also be clean, dry and free of oil, grease, flux residue, corrosion products,
and any other foreign substance.
2. Using a minimum of two coats, and the methods recommended by the manufacturer of
the zinc-rich paint, spray or brush apply the zinc-rich paint to the area in a manner to
achieve the applicable ASTM adherence and quality requirements of the original
coating, and a minimum dry film thickness of 0.100mm.
These repair procedures are allowed only for those field repairs directed by the Contract
Administrator. This method shall not be allowed for shop repairs. All repairs shall be made at
no cost to the Owner.

Section F\Structural\F-9051 – March 1, 2016


S.P. No: F-9051
Date: March 2016
Page 3 of 3
GALVANIZED STEEL REINFORCING

PLACEMENT
Galvanized bars or galvanized wire fabric shall not be bent in the field more than 10 degrees,
regardless of the diameter of the bend.
BASIS OF PAYMENT
Payment at the contract price shall be full compensation for all labour, equipment and material
to do the work. When the Contractor is required to supply placing drawings and/or reinforcing
steel bar schedules, payment at the contract price shall include providing these drawings.

Section F\Structural\F-9051 – March 1, 2016


S.P. No: F-9141
Date: March 2009
Page: 1 of 2
CULVERT DECK WATERPROOFING
MEMBRANE REINFORCEMENT
DECK SURFACE PREPARATION
SAND CUSHION

OPSS 914, OPSS 1215 shall apply except as amended and extended herein.

Scope of Work

The work under the tender item, “Culvert Deck Waterproofing”, shall include but is not limited by, the following:

• Supply and installation of cold applied product Colphene 3000 manufacture by Soprema complete with
Elastocol stick primer or equivalent product as approved by Contract Administrator.
• Supply and installation of waterproofing on the top of the concrete culvert along its entire length.
• Supply and installation of the protection board on the top of the concrete culvert in the area of
waterproofing application.
• Protection board and waterproofing shall extend down the soil contact vertical walls to a distance of 200
mm below the wall/roof joint (where a haunch is used below the bottom of the haunch), and shall extend
up to the back face of the upstand walls.

The work under the tender item, “Membrane Reinforcement”, shall include but is not limited by, the following:

• Supply and installation of the pre-moulded membrane reinforcement over all construction joints in the
concrete, top surface and walls on pre-cast culverts only.
• Placement of culvert deck waterproofing material along all construction joints, top surface of slab and
walls.

The work under tender item, “Deck Surface Preparation” shall include but is not limited by, the following:

• Abrasive blast clean the surface of the concrete culvert to expose sound, laitance-free concrete, in areas of
culvert deck waterproofing and membrane reinforcement installation or equivalent as deemed necessary
as per the manufacturer details and approved by Contract Administrator.

The work under tender item “Sand Cushion” shall include but is not limited to the following:

• Supply and placement of 75 mm sand cushion located on the top surface of the culvert top slab (full
length) above and for protection of waterproofing as indicated and specified on the Contract Drawings.

Measurement for Payment

The measurement for payment for the items ‘Culvert Deck Waterproofing’ and ‘Deck Surface Preparation’ will
be in squared metres (m2).

The measurement for payment of the item ‘Membrane Reinforcement’ will be in linear metres of installation.

The measurement for payment for the item ‘Sand Cushion’ will be by the tonne. Submit delivery tickets to
Contract Administrator. Tickets will be marked with indication of location of placement of the material.

Section F\Structural\F-9141 – March 31, 2009


S.P. No: F-9141
Date: March 2009
Page: 2 of 2
CULVERT DECK WATERPROOFING
MEMBRANE REINFORCEMENT
DECK SURFACE PREPARATION
SAND CUSHION

Basis for Payment

Payment at the Contract price for the above Items shall be full compensation for all labour, equipment and
material required to do the work.

Contractor shall bear all immediate, subsequent and consequential costs associated with change in the
schedule, staging, and methodology of the work.

Section F\Structural\F-9141 – March 31, 2009


S.P. NO: F-9200
Date: August 2001
Page: 1 of 1

PARGING OF BUILDING FACE

Scope

This special provision is for the restoration of any cement building face that is disturbed by the
construction.

Material and Construction

To remove and dispose of loose or damaged parging on adjacent properties in a workmanlike fashion to
create the minimal amount of disturbance to the building. To supply and place fine sand/Normal Type 10
Cement/Bondex bonding agent/water mix suitable for parging. All disturbed area to be wire brushed
clean prior to parging operations. No parging is to be completed during inclement weather (rain or <10oC
temperatures). Cement nails may be utilized for bonding to existing building where the parging thickness
exceeds 25mm thickness. The new parging is to match the existing building surface in colour and texture.

Measurement for Payment

Measurement for payment shall be square meters as measured on the completed building face restored
area.

Basis of Payment

Payment at the contract price for this item shall be full compensation for the supply of all materials,
labour and equipment necessary to complete the works.

Section F\Road\Sidewalks, Medians, Blvds, Curbs, Etc.\F-9200 – March 1, 2002


S.P. No: F-9201
Date: March 2009
Page: 1 of 1

JOINT ASSEMBLIES

Amendments to OPSS 920 and OPSS 1350

OPSS 920, and OPSS 1350, shall apply except as may be amended and extended herein.

Deck Joint Assemblies

Subsection 920.05.05, Deck Joint Assemblies, of OPSS 920 is amended in that joint seals shall conform to the
requirements of OPSS 1210, except as follows:

Joint assemblies shall be obtained from approved sources listed on the OGRA’s “The Road Authority” web site
(www.roadauthority.com).

Subsection 1210.05.02, Preformed Seals, of OPSS 1210 is amended by the addition of the following:

The joint seal may be furnished in continuous moulded form.

A fabricated reinforced joint seal is permitted. Test samples shall be prepared in accordance with Table I except
that the requirement for elongation at break does not apply.

Subsection 920.07.10.01 and 920.07.10.02 are amended in that the warranty period shall be five (5) years from
the date of the issuance if the Certificate of Substantial Performance.

Section F\Structural\F-9201 – March 31, 2009


S.P. No: F-9221
Date: March 2009
Page: 1 of 1
BEARINGS

Amendments to OPSS 922

OPSS 922, shall apply except as may be amended and extended herein.

Grout

Subsection 922.05.02, Grout, of OPSS 922 is amended by the addition of the following:
Grout shall be obtained from approved sources listed on the OGRA’s “The Road Authority” web site
(www.roadauthority.com).

Warranty

OPSS 922 is amended by the addition of the following:


The Contractor shall provide the Owner with a written warranty stating that the bearings have been fabricated and
installed such that they will perform satisfactorily within the design range of movement and under the design
loads for a period of five (5) years from the issuance of the Construction Completion Certificate. The warranty
shall provide that, in the event the bearings do not perform satisfactorily within the period of the warranty, the
replacement of the bearings and associated work including related traffic control measures shall be at no cost to
the Owner.

Section F\Structural\F-9221 – March 31, 2009


S.P. No: F-9222
Date: March 2006
Page: 1 of 6
SEISMIC ISOLATION BEARINGS

OPSS 922 shall govern except as amended within:

CONTRACT SPECIFICATIONS – SEISMIC ISOLATION BEARINGS

PART 1 – DESIGN

1.1 Scope of Work

1.1.1 This work shall consist of furnishing Isolation Bearings and installing Isolation Bearing Assemblies at the
locations shown on the plans in accordance with these specifications and the AASHTO Standard Specifications for
Highway Bridges, 17th edition. Isolation bearing assemblies shall include seismic isolation bearings (isolators),
distribution plates, distribution pads, and connection hardware.

1.1.2 The isolator system shall be composed of sliding bearings consisting of TFE stainless steel surfaces used in
conjunction with enclosed energy control devices.

1.2 Qualified Suppliers

The Isolation Bearings shall be supplied by:

R.J. Watson Inc.


PO Box 85
East Amherst, NY 14051
United States
Telephone: 716-691-3301
Fax: 716-691-3305

1.3 Qualification Requirements

Isolators shall be subject to the qualification requirements for acceptance listed below.

1.3.1 Isolation bearings shall be designed and constructed in accordance with AASHTO Standard Specifications
for Highway Bridges, DIV I Section 14 and DIV II Section 18 for non-seismic loading conditions. Seismic design,
performance, and testing shall be assessed in accordance with the AASHTO Guide Specifications for Seismic
Isolation Design, 2nd edition, AASHTO 2000 Interim to Guide Specifications for Seismic Isolation Design, and the
Canadian Highway Bridge Design Code (CHBDC), CAN/CSA-S6-00 Section 4.

1.3.2 Analytical results showing the maximum seismic forces and displacements at all locations shall be supplied
to the Contract Administrator. Seismic analysis shall include single mode spectral analysis. Nonlinear modeling
shall include a varying pressure and velocity dependent energy dissipation element as well as any nonlinearities
present in the restoring force.

1.3.3 Sliding bearings shall be stiff in shear, i.e. negligible shear displacement shall occur within the load bearing
element.

1.3.4 Isolation system shall be fully test verified utilizing shake table testing. Documentation of the testing shall
be provided as well as verification from a member of the test team.

1.3.5 A copy of the manufacturing specification to be used on the project shall be supplied to the Contract
Administrator.

Section F\Structural\F-9222 – March 31, 2006


S.P. No: F-9222
Date: March 2006
Page: 2 of 6
SEISMIC ISOLATION BEARINGS

1.3.6 Energy dissipation shall not be achieved via the material degradation of a structural element in the bearing
system. A structural element in the bearing system is defined as the element resisting the specified service loads
(W, WL, CF, etc.).

1.3.7 The structural element shall be designed to provide adequate resistance to service loads (wind, braking
forces, etc.) independent of the rate of load application. The structural element should be able to resist static
design lateral loads for a period of 12 hours without creep or excessive displacement.

1.3.8 Isolation bearings shall display restoring force characteristics over the full range of seismic displacement.

1.3.9 Prototype testing shall be done in accordance with the AASHTO Guide Specifications for Seismic Isolation
Design, 2nd Edition, Section 13.2 “Prototype Tests”.

1.3.10 Shop drawings, including detailed drawings showing quantities, locations and connections shall be
submitted to the Contract Administrator. Shop drawings shall bear the signature and seal of an Engineer licensed
to practice in the province of Ontario.

1.3.11 Isolation bearings shall be maintenance free for both seismic, post-seismic and non-seismic conditions.

1.4 Performance Standards

1.4.1 Design Standards


Maximum seismic forces resulting from analysis per 1.3.2 shall be less than those listed in Table 1.4.1B.
Calculations showing service load displacements and forces less than those listed in Table 1.4.1C shall be
submitted to the Contract Administrator and shall bear the signature and seal of an Engineer licensed to practice in
the province of Ontario.

Table 1.4.1A – Bearing Characteristics Table (CAN/CSA-S6-00 CHBDC Service Load per bearing)

Bearing Keff Kd EDC


Type Location (kN/mm) (kN/mm) (kN*mm)
- Abutments - - -
- Piers - - -
Note: Characteristics are at 15ºC

Table 1.4.1B – Seismic Forces Transmitted to Substructure (per bearing)

Location Force (kN)


Abutments -
Piers -
Note: Loads transmitted at 15ºC

Table 1.4.1C – Service Forces Transmitted to Substructure per bearing

Section F\Structural\F-9222 – March 31, 2006


S.P. No: F-9222
Date: March 2006
Page: 3 of 6
SEISMIC ISOLATION BEARINGS

Location DRST RST


(mm) (kN)
Abutments - -
Piers - -
Notes to table 1.4.1C

1. DRST = Displacement due to elastic shortening, shrinkage, creep and thermal contraction.

2. RST = Force transmitted to substructure due to elastic shortening, shrinkage, creep and thermal
contraction.

1.4.2 Temperature Dependent Performance


The measured effective stiffness of the bearings subject to variations in temperature (to as low as -34ºC) shall not
result in maximum seismic bearing forces transmitted to the substructure elements greater than 130% of the forces
indicated on the contract drawings and on Table 1.4.1B.

1.4.3 Stability Standards


Isolation bearings should perform adequately in cases where tolerancing, aging, damage, etc. has changed the
isolation bearing’s ideal parameters. The analysis of 1.3.2 shall be performed for changes in the isolation system.
Specifically, the post-elastic stiffness and damping levels shall be both increased, and then both decreased by 30%
of their original level. Increases in maximum seismic forces and maximum seismic displacements shall be less
then 1.4 times the forces listed in Table 1.4.1B and the displacements listed on the contract drawings.

1.4.4 Provision for Jacking of Superstructure


The bearings shall be designed to accommodate vertical jacking of the superstructure of up to 10 mm.

1.5 Shop Drawings

The requirements of OPSS 1203.04.01.03 shall apply. The Contractor shall submit shop drawings to the Contract
Administrator for review, and shall have received comments prior to the construction of the abutment bearings
seats and fabrication of isolators. These shop drawings shall bear the signature and seal of an Engineer licensed
to practice in the province of Ontario and shall include, but not be limited to, the following information:

(1) Plan and elevation of each isolator size.


(2) Complete details and sections showing all materials (with ASTM or other designations) incorporated in
the isolators.
(3) Vertical and horizontal load capacities.
(4) Bearing seat and all bearing connection details.
(5) Complete details of presetting bearings to account for structure elastic shortening, shrinkage and creep
including a written description of installation procedures (if required).

2.0 PART 2 – CONSTRUCTION

2.1 All materials shall be new and unused, with no reclaimed material incorporated in the finished bearing.

2.2 The physical properties of the polyether urethane shall conform to one of the following requirements:

Section F\Structural\F-9222 – March 31, 2006


S.P. No: F-9222
Date: March 2006
Page: 4 of 6
SEISMIC ISOLATION BEARINGS

Physical Property ASTM Comp A Comp A Comp B Comp B


Test Method Min. Max. Min. Max.
Hardness, Shore D D2240 46 50 60 64
Tensile Stress (MPa) D412
at 100% Elongation 10.3 - 13.8 -
at 200% Elongation 19.3 - 25.5 -
Tensile Strength (MPa) D412 27.6 - 34.5 -
Ultimate Elongation, % D412 350 - 220 -
Compression Set D395 - 40 - 40
22 hrs at 158 F, %

2.3 Mild steel components of the bearing shall conform to ASTM A709 – Grade 50.

2.4 Stainless steel shall conform to the requirements of ASTM A167 – Type 304, ASTM A240 – Type 304.
Higher grades of stainless are permissible. Stainless steel in contact with TFE Sheet shall be polished to a bright
mirror finish, less than 20 micro-inches root mean square. The minimum thickness of the stainless steel shall be
1.27 mm.

2.5 Polytetrafluorethylene (TFE) sheet shall be manufactured from pure virgin (not reprocessed) unfilled TFE
resin. TFE sheet shall meet the applicable material requirements of AASHTO Standard Specifications for
Highway Bridges, Section 18.4.3, Div. II. Finished TFE Sheet shall be resistant to acids, alkalis, and petroleum
products, stable at temperatures from -218ºC to +260ºC, non-flammable, and non-absorbing of water.

2.6 Fabrication Details

2.6.1 The Contractor shall provide the Contract Administrator with written notification thirty (30) days prior to
the start of bearing fabrication. This notification shall include all of the information shown on the shop drawings
which are required by Section 1.5.

2.6.2 All steel surfaces exposed to the atmosphere, except stainless steel surfaces and metal surfaces to be welded,
shall be shop coated with an inorganic zinc/vinyl system conforming to OPSS 911. Prior to coating, the exposed
steel surfaces shall be cleaned to the requirements of SSPC-SP10-94 Near White Blast. Metal surfaces to be
welded shall be given a coat of clear lacquer, or other protective coating approved by the Contract Administrator,
if the time of exposure before welding takes place is to exceed three months. The coating shall be removed at the
time of welding. No painting will be done to these surfaces prior to completion of welding. Steel fasteners shall
be galvanized or protected by other approved methods.

2.6.3 Stainless steel sheet shall be attached to its steel substrate with a continuous seal weld.

2.6.4 All welding shall conform to, and all welders shall be qualified in accordance with the requirements of the
American Welding Society (AWS).

2.6.5 Except as noted, all bearing surfaces of steel plates shall be finished or machined flat within 5.2 mm per
metre. Out-of-flatness greater than 5.2 mm per metre on any plate shall be cause for rejection. The bottom
surfaces of lower bearing plates (masonry plates) designed to rest on bearing pads shall not exceed an out-of-

Section F\Structural\F-9222 – March 31, 2006


S.P. No: F-9222
Date: March 2006
Page: 5 of 6
SEISMIC ISOLATION BEARINGS

flatness value of 5.2 mm per metre. Oxygen cut surfaces shall not exceed a surface roughness value of 1000
micro-inches, as defined by ANSI B46.1.

2.6.6 Gross bearing dimensions shall have a tolerance of –0, +3.2 mm.

2.6.7 Every bearing shall have the Project Identification Number, Lot Number, and individual bearing number
indelibly marked with ink on a side that will be visible after erection.

2.6.8 After assembly including sole plates and masonry plates, bearing components shall be held together with
steel strapping, or other means, to prevent disassembly until the time of installation. Packaging shall be adequate
to prevent damage from impact as well as from dust and moisture contamination during shipping and storage.

2.7 Production Bearing Sampling

2.7.1 Sampling requirements shall be in accordance with AASHTO Guide Specifications for Seismic Isolation
Design, 2nd Edition, Section 17.2.

2.8 Production Bearing Testing

2.8.1 Quality Control testing shall be performed in accordance with AASHTO Guide Specifications for Seismic
Isolation Design, 2nd Edition, Section 17.2.

Any visual defects, such as extruded or deformed polyether urethane or TFE, or cracked steel, shall be cause for
rejection.

2.8.2 Low temperature performance shall be confirmed by the bearing manufacturer by full scale production
testing of one production bearing. Tests shall be carried out at 15ºC and at -34ºC plus or minus 2ºC. Each
specimen shall be cooled for a minimum period of 14 days prior to testing. Core temperatures shall be verified
before and after each test. The bearings shall be tested under the design vertical dead load and a horizontal
displacement of 22 mm at -34ºC and for a horizontal displacement equal to the design seismic displacement at
15ºC (32 mm). Three fully reversed cycles shall be completed for each temperature. The full vertical load shall
be applied to the specimen and allowed to stabilize prior to applying the horizontal displacement. The tests shall
be run continuously without pause between cycles. Failure of the test will be deemed to occur if the averaged
measured force developed over three cycles at -34ºC is greater than 130% of the average maximum measured
force developed over 3 cycles at 15ºC. All test results shall bear the signature and seal of an Engineer licensed to
practice in the province of Ontario.

3.0 INSTALLATION

3.1 Bearings delivered to the bridge site shall be stored under cover on a platform above the ground surface.
Bearings shall be protected at all times from injury. When placed, bearings shall be dry, clean, and free from dirt,
oil, grease, or other foreign substances.

3.2 Bearing devices shall not be disassembled unless otherwise permitted by the Contract Administrator and
Manufacturer.

3.3 Bearings shall be installed in accordance with the alignment plan and installation scheme as shown in the
bearing layout and installation design. Any deviations in excess of the allowed tolerances shall be corrected.

4.0 CERTIFICATE OF COMPLIANCE

Section F\Structural\F-9222 – March 31, 2006


S.P. No: F-9222
Date: March 2006
Page: 6 of 6
SEISMIC ISOLATION BEARINGS

4.1 In addition to records of test results, the Contractor’s seismic isolation bearing supplier shall retain the
services of an Engineer licensed to practice in the province of Ontario who shall submit Certificates of
Compliance for the isolation indicating the materials, fabrication, testing and installation are as specified herein.

5.0 WARRANTY

The Contractor shall provide the Owner with a written warranty stating that the seismic isolation bearings have
been fabricated and installed such that they will perform satisfactorily within the design range of movement and
under the design loads for a period of five (5) years from the issuance of the Construction Completion Certificate.
The warranty shall provide that, in the event the bearings do not perform satisfactorily within the period of the
warranty, the replacement of the bearings and associated work including related traffic control measures shall be
at no cost to the Owner.

Section F\Structural\F-9222 – March 31, 2006

You might also like