SECTION D SPECIAL PROVISIONS -...

70
SECTION D SPECIAL PROVISIONS - GENERAL

Transcript of SECTION D SPECIAL PROVISIONS -...

Page 1: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

SECTION D

SPECIAL PROVISIONS -

GENERAL

Page 2: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

SECTION D SUPPLEMENTAL GENERAL CONDITION

Table of Contents Contract No. 63600977

The Contractor acknowledges that the standard Supplemental General Conditions 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 Transportation, Utilities and Public Works Department, Infrastructure Services Branch and it is the responsibility of the Contractor to ensure that it has the correct document. Clause No. Standard Supplemental General Conditions Pages

D-002 Other Contractors within or adjacent to the limits of the contract 1

D-006 Compliance with regulations/by-laws for erosion & sediment control 1

D-010-A Work schedule and cash flow forecast 2

D-014 Construction Activities around Trees, Field Practices & By-laws 2

D-018 Concrete Mix Design Submission and Field Testing Requirements 13

D-021 Contract Health and Safety 1

D-023A No Quality Verification Services 1

D-026 Contractor Progress Payment Certificate 1

D-027 Notifications 2

D-029 Contractor QC Compaction 15

D-032-A Protection of Species at Risk and Wildlife Protocol 1

If this project requires any contract specific Supplemental General Conditions they shall form part of this contract document and shall be set out hereafter.

D-005 Control of Vehicular and Pedestrian Traffic March 2004

D-008 Priority of Work and Operational Constraints March 2013

D-024 Supplementals March 2015

i

Page 3: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

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:

Water Treatment Plant Facility Upgrades - 2015

Grading and Pavement Upgrades - 2015 _____

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

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

Page 4: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 1 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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 2, 2015

Page 5: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 2 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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 2, 2015

Page 6: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 3 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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.

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.

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.

\Section D\D-005 – March 2, 2015

Page 7: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 4 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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 continuousmobility of vehicles and cyclists.

6. Deviations of the riding surface, or abrupt transitions in level, resultingfrom removals, trenching, grinding operations, etc. are not permitted inopen lanes for longer than 24 hours. Those deviations shall bereinstated with adequate Hot Mix Asphalt ramping to accommodate theposted 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:

(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 if lane is not open as required

Additional value to be applied at the end of 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

\Section D\D-005 – March 2, 2015

Page 8: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 5 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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.

The following examples illustrate how non-performance measures would be applied:

Example 1: Arterial road, no transit, Contractor required to maintain one lane open from 3:30 pm to 5:30 pm and may close all lanes at all other times. Contractor opens one lane at 3:31 pm. 3:30 pm: 1x$1000 3:31 pm: 0x$500 1x $1000 + 0x$500=$1000 to be deducted

Example 2: Arterial road, no transit, Contractor required to maintain one lane open from 3:30 pm to 5:30 pm and may close all lanes at all other times. Contractor opens one lane at 4:10 pm. 3:30 pm: 1x $1000 3:40 pm: 1x$500 3:50 pm: 1x$500 4:00 pm: 1x$500 4:10 pm: 1x$500 1x $1000 + 4x$500=$3000 to be deducted

Example 3: Arterial road, no transit, Contractor required to maintain one lane open from 3:30 pm to 5:30 pm and may close all lanes at all other times. Contractor opens one lane at 4:18 pm.. 3:30 pm: 1x $1000 3:40 pm: 1x$500

\Section D\D-005 – March 2, 2015

Page 9: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 6 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

3:50 pm: 1x$500 4:00 pm: 1x$500 4:10 pm: 1x$500 4:18 pm: 0x$500 1x $1000 + 4x$500=$3000 to be deducted

Example 4: Arterial Road, no transit, Contractor required to maintain two lanes open from 3:30 pm to 5:30 pm and maintain one lane open at all other times. Contractor closes one of the two open lanes at 4:58 pm. 4:58 pm: 1x $1000 5:08 pm: 1x$500 5:18 pm: 1x$500 5:28 pm: 1x$500 5:30 pm: 0x$500 1x $1000 + 3x$500=$2500 to be deducted

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.

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.

\Section D\D-005 – March 2, 2015

Page 10: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 7 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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, with edge or barrier at least 75mm high above the ground surface.

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 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 bus stops in the work zone must be maintained at all times

The Contractor shall provide the Contract Administrator with a minimum of five (5) 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.

The Contractor shall reinstate any bus stop flag poles, bus pads and/or shelter pads to City Standard Specifications should they be disrupted as a result of

\Section D\D-005 – March 2, 2015

Page 11: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 8 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

construction. Temporary bus stops installed as a result of construction are to be fully accessible and to the satisfaction of the Contract Administrator.

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 to the Contract Administrator.

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 othertime periods using Traffic Control Persons. Traffic Control Persons are to minimize delays to buses.

2.7 Active Railway Crossing

When construction operations are within 300 m of active railway crossings, or 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, the Contractor must contact the appropriate Rail Authority to advise of proposed construction operations and impacts. The Contractor must abide by any conditions imposed by the Rail Authority and incorporate any modifications into the Traffic Control Plan.

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.

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:

\Section D\D-005 – March 2, 2015

Page 12: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 9 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

1. Police are required if there is a need to direct traffic within 30 m of asignalized intersection. Traffic Control Persons are not permitted to directtraffic within 30m of a signalized intersection.

2. Police are required if any traffic signal display is visually obstructed byequipment or materials.

3. Police may be required where a lane re-alignment or lane use requirestraffic 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. If the Contractor wishes its employees to park on adjacent City roads, in contravention of the Traffic and Parking By-law, application must be made to the City for an encroachment permit.

A designated safe parking area shall be specified in the Traffic Control Plan for the Contract Administrator for the duration of the contract. This parking area shall accommodate a minimum of 2 vehicles reserved for City of Ottawa contract administration staff.

The Contractor shall make no claim for the additional costs of obtaining an encroachment permit or for any parking tickets issued to its employees.

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.

OTM Book 7 Section 2.6 provides detailed guidance on reduced speed zones.

\Section D\D-005 – March 2, 2015

Page 13: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 10 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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 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”).

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.

\Section D\D-005 – March 2, 2015

Page 14: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 11 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

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 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

\Section D\D-005 – March 2, 2015

Page 15: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 12 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

this Contract and in addition to the requirements stated in Section 2 of this special provision.

3.1 Vehicle Access to Entrances and Side Roads (Contract-Specific)

No temporary loss of access/egress shall be permitted.

3.2 Site Pedestrian Control (Contract-Specific)

No additional requirements.

3.3 Pedestrian Access (Contract-Specific)

No additional requirements.

3.4 Pedestrian Barriers (Contract-Specific)

No additional requirements.

3.5 Parking (Contract-Specific)

No additional requirements.

3.6 Location and Storage of Materials and Equipment (Contract-Specific)

No additional requirements.

3.7 Lane and Road Closures (Contract-Specific)

No lane closures shall be permitted

3.8 Pavement Markings (Contract-Specific)

No additional requirements.

3.9 Signage (Contract-Specific)

No additional requirements.

3.10 Reflectivity Requirements for Temporary Conditions Signage (Contract-Specific)

No additional requirements.

\Section D\D-005 – March 2, 2015

Page 16: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page: 13 of 13

Britannia Water Treatment Plant – Visitor Road Curb Replacement

Warrant: On all Contracts.

\Section D\D-005 – March 2, 2015

Page 17: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2004

Page 1 of 1

\Section D\D-006 – March 31, 2004

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.

Page 18: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page 1 of 2

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.

The Contractor shall coordinate staging and scheduling of construction work with all water treatment plant deliveries and other on-going maintenance activities.

The contract administrator shall make every effort to provide advanced notice of emergency deliveries to the treatment plant however the contractor is advised that adequate vehicular access to all bay doors within the facility are to be maintained at all times.

All items of this contract shall be completed before October 31, 2015.

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 may result in the contact of by-law services.

Surface Requirements

Asphalt shall not be mixed into subgrade soils and/or used as trench backfill.

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. \Section D\D-008 – March 2, 2015

Page 19: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page 2 of 2

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.

Contractor Conduct All Contractors and workers are expected to be considerate of their surrounds. All workers shall refrain from use of foul language.

Per City of Ottawa policy, there is to be no smoking on City property.

\Section D\D-008 – March 2, 2015

Page 20: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2011

Page 1 of 2

\Section D\D-010-A – March 31, 2011

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 of 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 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 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.

Page 21: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2011

Page 2 of 2

\Section D\D-010-A – March 31, 2011

City of Ottawa - Infrastructure Services Department

OTT-D010-A&B

WORK SCHEDULE AND CASH FLOW FORECAST

Date: Initial Schedule

Monthly Schedule

Interim Schedule

Contract No.:

Company Name:

Submitted By:

Work Schedule and Cash Flow Forecast Requirements

Meets Criteria

Yes No N/A

Sec

tio

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

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.

Sec

tio

n B

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,

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.

Page 22: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2013 Page 1 of 2

\Section D\D-014 – March 31, 2013

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 thatall equipment stays within the confines of the work area so as not to disrupt anyturf or tree roots. The storage of equipment and vehicles around any treeswithin the right of way is prohibited.

2. The Contractor shall remove all excavated material immediately and not place iton grass or near trees for any length of time. This also applies to importedmaterial, i.e. topsoil, granulars, trench boxes, or any construction relatedmaterials.

3. The contractor shall reinstate all disturbed turf to its original state immediatelyupon completion of work.

4. The Contractor shall protect all trees whose driplines are within five (5) metres ofthe 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 aheight 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 exhaustfumes from all equipment must NOT be directed towards any tree’s canopy.

7. The Contractor shall take all steps necessary to avoid mechanical damage whenoperating raised dump boxes or large excavating equipment in proximity to treeswhich overhang the road allowance.

8. The Contractor shall consult with the City Forester to minimize tree relatedconflicts. Where damage does occur it must be reported immediately to theoffice of the City Forester.

9. During the period between 15 May and 15 September of each year, theContractor shall water all plants and shall be carried out no less than 3 timesweekly, in accordance with the watering schedule submitted to the City’sForestry Office for review each week during this period.

Page 23: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2013 Page 2 of 2

\Section D\D-014 – March 31, 2013

10. The contractor shall protect the exposed tree roots. Wet filter cloth shall be usedto temporarily cover and protect the exposed tree roots. Filter cloth shall beinstalled immediately following root exposure, and shall be held in place withapproved pins or spikes until backfilling occurs. Exposed roots shall be keptcontinuously 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

Page 24: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 1 of 13

SPECIAL PROVISION – GENERAL

No. D-018

Section D/D-018 – March, 2014

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 [email protected]. 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 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 OPS 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 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.

Page 25: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 2 of 13

Section D/D-018 – March, 2014

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, 2 or 3 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 name2) Contract number3) Concrete supplier name4) Supplier mix design number. The mix number shall be unique to the designsubmitted. 5) Primary and secondary plant locations6) Cement Type7) Minimum specified cement content of the mix8) W/C Ratio9) Maximum content of each supplementary cementing material10) Material source information including inventory number11) General admixtures usage including manufacturer and brand name.12) Air and slump requirements13) 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 plandetailing the location where each mix is to be placed.

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

Page 26: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 3 of 13

Section D/D-018 – March, 2014

mix placement and the information shall include the following:

1) Cement content2) Supplementary cementing materials contents3) Quantity of water used in mix4) Detailed aggregate source information including physical properties and

material grading5) 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 A23.1-09/A23.2-09.

Field concrete testing and sampling shall be conducted by qualified individuals with valid ACI or CSA certification or owner authorized equivalent.

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 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

Page 27: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 4 of 13

Section D/D-018 – March, 2014

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 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.

Page 28: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 5 of 13

Section D/D-018 – March, 2014

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. 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.

Page 29: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 6 of 13

Section D/D-018 – March, 2014

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 sieve

5 to 10 kg when the mix is to be produced with a plant that returns fines to the mixture.

RST 10 to 15 kg required when RST contained in the mix

Any other material samples including anti-stripping agents and fibers to be used in HMA

Quantity large enough to allow for complete mix design

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 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 testresults 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 SpecialProvision F-3130. The test results should show that there was no payment reductionfor 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

Page 30: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 7 of 13

Section D/D-018 – March, 2014

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

JMF Properties Maximum Field Adjustment

(%) (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 themix design 2. The revised JMF shall meet the requirements of the Contract including asphaltcement 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, andb) Three (3) business days have elapsed since the date QA test result for mix propertiesand 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

Page 31: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 8 of 13

Section D/D-018 – March, 2014

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

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.

Page 32: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 9 of 13

Section D/D-018 – March, 2014

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.

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 the cold feed, prior to the addition of asphalt cement.

45

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

Page 33: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 10 of 13

Section D/D-018 – March, 2014

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 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.

Page 34: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 11 of 13

Section D/D-018 – March, 2014

Appendix 1 > Submission Forms

Form OTT-D18-A (Form A - Project Level Mix Design Submission)

Page 35: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 12 of 13

Section D/D-018 – March, 2014

Form OTT-D18-B (Form B -Confidential Mix Design Submission)

Page 36: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 13 of 13

Section D/D-018 – March, 2014

Page 37: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2014 Page 1 of 1

\Section D\D-021 – March 31, 2014

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.

Page 38: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2013 Page: 1 of 1

\Section D\D-023 – March 31, 2013

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.

Page 39: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

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” anddo not form part of the Contract.

b) The electronic files will be provided in MicroStation format, unless otherwiseindicated below.

c) Any discrepancies shall be immediately disclosed to Contract Administrator forinterpretation.

d) This request is limited to this contract, and is not precedent setting or consideredto 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 surveyrequested 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 theCity of Ottawa.

h) The tender hardcopy of the contract drawings shall be considered the officialdocument unless superseded by other hardcopy drawings issued by theContract 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: Control points provided in Contract Drawing.

CAD Files (Components to be provided in CAD are listed below): Visitor Road Curb Replacement Drawing

\Section D\D024 – March 2, 2015

Page 40: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2015 Page 2 of 2

3D Surface Files:

Roadway Templates:

Roadway Cross Sections:

Additional Roadway Grading/Layout Information:.

Warrant: On all contracts.

\Section D\D024 – March 2, 2015

Page 41: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2011

Page 1 of 1

SPECIAL PROVISION - GENERAL

No. D-026

Section D\D-026 – March 31, 2011

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 Manger Recommendation.

Page 42: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2011

Page 1 of 2

\Section D\D-027 – March 31, 2011

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

[email protected].

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.

Page 43: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

March 2011

Page 2 of 2

\Section D\D-027 – March 31, 2011

City of Ottawa - Infrastructure Services Department

OTT-D-D027-01 – March 2011

NOTIFICATION PRIOR TO PLACEMENT OF FINAL

LIFT OF ASPHALT

Contract No.: Estimated Tonnage:

Placing Limits/Locations:

Proposed Asphalt Placement Dates:

Supplier: Supplier Mix Design No.:

Yes No N/A

1. Ironworks located and adjusted as per F-4080

2. Self Levelling Ironworks located and adjusted as per F-4081

3. Traffic detector loops installed

4. CCTV Inspections complete

5. Water/Sanitary/Storm services complete

6. Sewer connections complete

7. Traffic plant under paved surfaces complete

8. Streetlighting plant under paved surfaces complete

9. Curb / Curb and Gutter deficiencies identified

10. Monolithic curb and sidewalk deficiencies identified with remedial

actions accepted by the Owner

11. Binder course asphalt deficiencies identified with remedial actions

accepted by the Owner

12. Inlet Control devices installed and certified

13. Other (Specify)______________________________________________

Comments:

Issued: Date:

Contract Administrator

Received: Date:

Contractor Representative

Instructions: Contractor shall complete and submit this notification form 5 days prior to placing final lift asphalt (new & rehab).

Contractor shall not place final lift asphalt until this notification form has been signed by the Contract Administrator.

Page 44: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 1 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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

Page 45: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 2 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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.

Page 46: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 3 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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

Page 47: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 4 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 theback face of the wall, where it contacts the footing, upwards at a slope of 1.5 vertical to1 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

Page 48: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 5 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 ([email protected]) with a QC Compaction plan that shall

include the following information:

Contract Number

Contract Name

General Contractor Name

Page 49: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 6 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 correspondsto 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 theseareas.

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

Page 50: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 7 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 ([email protected])

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

Page 51: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 8 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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/m3 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/m3, then compaction of the control strip will be considered satisfactory and complete.

Page 52: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 9 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 sectionlength will generally be 200 m (Typically one city block). Each material used in eachinstallation shall be tested to the frequency provided in Appendix 1 - Table 1. Differentpipe sizes and types shall be considered different installations.

Where multiple pipe installations occur within the same trench, the earth backfill for thecombined 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 PavementStructure 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)

Page 53: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 10 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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.

Page 54: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 11 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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

Page 55: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 12 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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 thatwill 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.

Page 56: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 13 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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.

Page 57: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 14 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

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, Granular Base, Granular Subbase, Granular Shoulders

Max 200 linear metres (note 1)

One lot with minimum 3 sublots for each layer of each material placed. Lot shall not exceed a total area of 2000 m2

Pipe Bedding Max 200 linear metres

One lot per section with a minimum of 3 sublots per lot.

Pipe Cover Max 200 linear metres

One lot per section with a minimum of 3 sublots per lot.

Pipe Backfill (Earth or Granular)

Max 200 linear metres

One lot per section with a minimum of 3 sublots per lot (note 3)

Service Installations Project limits One lot for project. One sublot for every five services installed.

Utility Structures, CB, MH, vaults etc. with max cross sectional area < 5.3m2 (2.6 m diameter)

Project limits One lot for project. One sublot for every five utility structures installed.

Structure Backfill (note 3)

Each structure One lot for each buried structural element or culvert with a minimum of 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, Granular Subbase, Granular Shoulders

Max 500 linear metres (note 1)

One lot with 4 sublots for each layer of each material placed. Lot shall not 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.

Page 58: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Date: March 2015

Page: 15 of 15

SPECIAL PROVISION – GENERAL

No. D-029

CONTRACTOR QUALITY CONTROL COMPACTION

Section D\ D-029– March 2, 2015

Appendix 1 – Compaction Requirements – continued

Table 1C. Compaction Lot Size for Culverts

CONSTRUCTION SECTION SIZE

LOTS AND SUBLOTS (Note 1)

Culvert Bedding Culvert Length One lot per Section with a minimum of 3 sublots per lot.

Culvert Cover Culvert Length

Pipe dia < 2.0m 1 Lots per Section with a minimum of 3 sublots per lot (note 3)

Pipe dia >= 2.0m 2 Lots per Section with a minimum of 3 sublots per lot (note 3)

Culvert Backfill (Earth or Granular)

Culvert Length

Pipe dia < 2.0m One lot for Section with a minimum of 3 sublots per lot (note 2)

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 subgrade (SSM), bedding materials and cover materials

Average > 99% SPMDD with no individual result below 98% SPMDD

select subgrade (SSM), bedding materials and cover materials

Average > 96% SPMDD with no individual result below 95% SPMDD

Earth Fills and Earth Trench Backfill Average > 95% SPMDD with no individual result below 94% SPMDD

Page 59: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

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 speciesprotected under the provincial Endangered Species Act, 2007 and/or the federalSpecies at Risk Act, 2002, where that Act has jurisdiction (i.e. on federal lands, or withrespect to federally regulated migratory birds and aquatic species) not otherwiseidentified 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 suspendoperations within the area identified by the Contract Administrator.

b) Work shall remain suspended within that area until otherwise directed by theContract Administrator in writing, according to subsection GC 7.10, Suspension ofWork.

c) Any delay in the completion date of the Contract that is caused by such a cessationof construction operations shall be considered to be beyond the Contractor'scontrol according to clause GC 3.07.01.

d) Any increases in the cost of the work to be done that are caused by such acessation of construction operations shall be considered as a Change in the Workaccording to clause GC 3.10.01.

e) Any work directed or authorized in connection with the unexpected presence ofSpecies at Risk shall be considered as Changes in the Work according to clauseGC 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

Page 60: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

SECTION E

STANDARD DRAWINGS

AND

STANDARD

SPECIFICATIONS

Page 61: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

Contract 163601041 Britannia Water Treatment Plant – Visitor Road Curb Replacement

STANDARD DETAIL DRAWINGS LISTING SHEET

OPSD Rev. No. City of Ottawa

Standard Detail Dwgs Revision

Date 600.090-

MODIFIED 2

Page 62: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document
Page 63: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

SECTION F

SPECIAL PROVISIONS –

ITEM SPECIFIC

Page 64: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

SECTION F - SPECIAL PROVISIONS

TABLE OF CONTENTS CONTRACT No. 63601041

No. Description Pages

NON-STANDARD SPECIAL PROVISIONS

F-63601041-01 Earth Excavation – Grading Including All Removals 4 F-63601041-02 Quality Control / Quality Assurance 2

Page 65: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-01

DATE: July, 2015

PAGE: 1 of 4

EARTH EXCAVATION – GRADING INCLUDING ALL REMOVALS

OPSS 206 and OPSS 510 shall apply except as amended and extended by the addition of the following:

Removals

Section 206.01, Scope, of OPSS 206 is amended to include removal work in conformance with OPSS 510.

Asphalt Pavement Removal

The unit price bid for Earth Excavation shall include the removal of existing pavement of all types and depths as required in the performance of this Contract as indicated on the contract drawings and as directed by the Contract Administrator.

Where there is earth excavation beneath the pavement, the volume of pavement removed is included in the earth excavation quantities. There is no separate measurement for payment for areas where only asphalt pavement is removed.

The existing pavement shall be cut full depth to produce neat lines to the pavement removal limits and to accommodate staging requirements as specified elsewhere in the Contract documents and as indicated on the drawings.

No additional payment will be allowed for this work as the cost of such work is deemed to be included in the unit price bid for this item. Cutting existing pavement (full depth) will not be measured for payment under a separate tender item.

Removal of Curb and Gutter, Pipes, Sewers, Subdrains, Maintenance Holes, Catch Basins, Valves and Valve Chambers, Hydrants, Watermain, valves and Watermain Appurtenances, Monitoring Wells; Concrete, Armour Stone, Concrete, Brick and Timber Retaining Walls; Bollards, Delineator Posts, Concrete Barriers, Pipe Handrail, Mailboxes, Signs, Asphalt Sidewalk, Concrete Sidewalk, Interlocking Paving Stones, Asphalt Pavement, Reinforced Concrete Base, Concrete Base, Cement Treated Base, Underground Abandoned Ducts and Mains, Concrete encased ducts and mains, Concrete and Metal Street Light Poles and Foundations, Abandoned Utility Poles and Anchors.

Where existing items of the type listed above, or underground utilities that are abandoned conflict with the line of construction, the Contractor shall remove these item and dispose of them in waste areas, provided by the Contractor at his own expense outside the Contract limits in accordance with the OPSS 180. Where the Contract Administrator determines that the Contractor's methods are responsible for damage to adjacent features and materials not specified for removal, the Contractor shall carry our remedial measures at his own expense to the satisfaction of the Contract Administrator. Measures proposed by the Contractor to correct damage and/or replacement of materials to a product of equal or better quality will be subject to the Contract Administrator’s approval.

Any information on removals given herein or shown on the drawings is approximate only and the Contractor shall base his bid solely on the findings of his investigation of the site.

Page 66: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-01

DATE: July, 2015

PAGE: 2 of 4

EARTH EXCAVATION – GRADING INCLUDING ALL REMOVALS

Saw cutting of existing concrete curbs, sidewalk and pavement is required to produce neat lines at removal limits and to accommodate staging requirements as specified elsewhere in the Contract documents and as indicated on the drawings. This shall be considered as incidental to the works required.

No additional measurement for payment will be allowed for this work as the cost of such work is deemed to be included in the unit price bid for this item.

Salvaged Materials

Where specified in the Contract, materials designated to be salvaged shall be stored for re-use prior to general removals and grading operations. Any material deemed by the Contract Administrator to be unsuitable for reinstallation and any salvaged material in excess of Contract requirements shall be removed by the Contractor and disposed of in waste areas, provided by the Contractor at his own expense outside the Contract limits in accordance with the OPSS 180.

Where the Contract Administrator deems that materials to be salvaged have been damaged by the Contractor’s operations, the Contractor shall replace the material with a product of equal or better quality at his expense to the satisfaction of the Contract Administrator.

Removal of Existing Miscellaneous Debris, Refuse, Piles, etc.

Where existing miscellaneous deleterious material such as debris, refuse, piles, fallen trees, branches, etc. is encountered within the contract limits the Contractor shall dispose of them in waste areas, provided by the Contractor at his own expense outside the Contract limits in accordance with the OPSS 180. 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 item "Earth Excavation - Grading Including All Removals".

Disturbance to Road Subgrade

The Contractor shall be fully responsible to take necessary measures and schedule construction activities to retain the stability of the road subgrade. Where the Contract Administrator determines that the Contractor's methods are responsible for subgrade instability, the remedial measures will be carried out by the Contractor at his own expense to the satisfaction of the Contract Administrator. Measures proposed by the Contractor to correct defective subgrade will be subject to the Contract Administrator's approval.

No additional payment will be allowed for this work as the cost of such work is deemed to be included in the unit price bid for this item.

Measurement for Payment and Basis of Payment

Sub-section 206.09.02 of OPSS 206 is deleted and replaced by the following:

Page 67: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-01 DATE: July, 2015 PAGE: 3 of 4 EARTH EXCAVATION – GRADING INCLUDING ALL REMOVALS

Measurement shall be by Plan Quantity, as may be revised by Adjusted Plan Quantity, of the volume in cubic metres computed from field measurement of cross sections taken prior to grubbing and shall be based on the theoretical limits designated in the Contract.

Sub-section 206.09.01.02 of OPSS 206 is deleted in its entirety. Section 206.10.02 of OPSS 206 is deleted in its entirety. Section 510.10.01 of OPSS 510 is amended in that no separate payment will be made for the removal of items listed and specified herein except where specified elsewhere in the Contract and the costs shall be deemed to be included in the contract price for the item "Earth Excavation - Grading including All Removals", and will be full compensation for all labour, equipment and materials necessary to complete the work herein described and specified in the Contract drawings. Section 510.09, Measurement for Payment, and Section 510.10, Basis of Payment, of OPSS 510 are amended by the deletion of the following items:

Removal of Asphalt and Concrete Curb and Gutter - Item Removal of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers - Item Capping of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers - Item Abandonment of Maintenance Holes, Catch Basins, Ditch Inlets, and Valve Chambers Partial Depth - Item Removal of Pipe and Culverts - Item Abandonment of Pipes and Culverts - Item Removal of Hydrants - Item Removal of Valves - Item Removal of Watermain Appurtenances - Item Removal of Fencing - Item Removal of Noise Barriers - Item Removal of Delineator Posts - Item Removal of Cable Guide Rail - Item Removal of Concrete Barrier - Item Removal of Steel Beam Guide Rail - Item Removal of Steel Box Beam Barrier - Item Removal of Anchor Blocks - Item Removal of Energy Attenuators - Item Cutting of Existing Pavement - Item Shattering of Existing Pavement - Item Removal of Asphalt Pavement - Item Removal of Asphalt Pavement from Concrete Surfaces - Item Removal of Concrete Pavement – Item Removal of Cement-Treated Base - Item Removal of Concrete Base - Item Removal of Asphalt Pavement from Concrete Surfaces on Structures - Item Removal of Concrete - Item Preparing Right-of-Way - Item

Page 68: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-01

DATE: July, 2015

PAGE: 4 of 4

EARTH EXCAVATION – GRADING INCLUDING ALL REMOVALS

Removal of Sundry Driveways and Sidewalks - Item Removal of Sign Supports - Item Removal of Sign Support Footings – Item

Section 510.10, Basis of Payment, of OPSS 510 is amended 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 All Removals" shall include full compensation for all labour, equipment and material required to do the work.

Page 69: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-02 DATE: July, 2015 PAGE: 1 of 2 QUALITY CONTROL (QC) / QUALITY ASSURANCE (QA)

Reference made to the following specifications are amended and extended as described herein: D-018, D-029, F3106, F3130 and F-3531.

All references made to the City of Ottawa Quality Assurance Unit (QAU) shall be deleted and replaced with the Contractor Administrator (CA). The CA will be responsible for arranging a qualified inspection and testing representative (Quality Assurance (QA)) to collect and test material samples as identified in the contract specification and by the Contract Administrator. The acceptance of materials and construction work will be based on quality assurance (QA) test results. The contractor shall provide at least 72 hours advance notice to the CA when inspection and testing is required.

D-018 REQUIREMENTS FOR CONCRETE, HOT MIX ASPHALT AND GRANULAR MATERIALS

All submissions, including test data for granular materials, asphalt and concrete mix designs shall be provided to the CA at least 7 days prior to use in the project.

F-3130 CONSTRUCTION SPECIFICATION FOR HOT MIX ASPHALT – END RESULT

07.01 Quality Control

Section 07.01 is deleted and replaced with “The contractor shall carry out quality control inspection and testing at their own discretion and their own cost”.

07.12.02 Hot Mix Asphalt Mix Properties

The first paragraph of section 07-12.02 is deleted and replaced with:

A set of two samples shall be taken as per Table 1 for every sublot. A QA representative arranged by the CA will collect the samples during asphalt placement. One sample will be designated for QA acceptance testing and the other sample for potential referee purposes. The sampling and identification of sampling locations shall be conducted as per principles set out in the latest version of the MTO Field Guide for the Acceptance of Hot Mix and Bridge Deck Waterproofing.

The fourth paragraph of section 07-12.02 is deleted and replaced with:

The QA representative shall deliver the QA and referee samples to QA laboratory designated by the CA.

07.12.03 Compaction

The first paragraph of section 07.12.03 is deleted and replaced with:

The CA will arrange for the field compaction testing, using nuclear density gauge during asphalt placement. The results will be used for calculation of percent compaction and used for payment calculation and adjustment purpose. Where the contractor disputes the QA compaction results obtained by nuclear density gauge method, a set of two core samples shall be obtained and delivered in accordance

Page 70: SECTION D SPECIAL PROVISIONS - GENERALdocuments.ottawa.ca/sites/documents.ottawa.ca/files/documents/... · produced and amended by the City of Ottawa in the “Standard Tender Document

S.P. No.: F-63601041-02

DATE: July, 2015

PAGE: 2 of 2

with the procedure outlined in this section by QA representative. The samples will be tested at the QA laboratory. The percent compaction result from the core testing shall be final and used for acceptance. If the average compaction result from the two core samples shows non-compliance with the project specification, the Contractor shall pay for all costs of retrieving and testing the core samples. No more referee testing is permitted on the cores. Rejection or adjustment of payment by percent compaction will be in accordance with procedure outlined elsewhere in this specification.

Core holes shall be repaired by the Contractor using the same asphalt mixes as adjacent asphalt.

The third paragraph of section 07.12.03 is deleted and replaced with:

The sampling and identification of sampling locations shall be conducted as per principles set out in the latest version of the MTO Field Guide for the Acceptance of Hot Mix and Bridge Deck Waterproofing.

The eighth and ninth paragraphs of section 07.12.03 are deleted and replaced with:

Core samples will be delivered by QA representative to the QA laboratory. The QA laboratory will make record of sample details, such as the contract number, date, time and how takes and delivers samples.

07.13 QC Testing

Section 07.12.13 is deleted and replaced with “The contractor shall carry out quality control inspection and testing at their own discretion at their own cost”.

F-3531 CONCRETE CURB AND GUTTER

Special provision F-3531 is amended as follows:

Quality assurance testing of concrete materials will be performed by QA laboratory, in accordance with CSA A23.1 & 2 requirements. The testing will be arranged by the CA. The contractor shall provide at least 72 hours advance notice to the CA when inspection and testing is required. The Contractor is responsible for their own quality inspection and testing at their discretion and costs.

D-029 CONTRACTOR QUALITY CONTROL COMPACTION

Special provision D-029 is amended as follows;

The acceptance of compaction for granulars shall be based on QA testing. The CA will designate QA representative to perform the QA compaction testing in accordance with the procedure outlined in this special provision.

The contractor shall provide at least 72 hours advance notice to the CA when inspection and testing is required.

The contractor shall carry out quality control compaction testing at their own discretion and their own cost.