Specifications & Contract Documents



|MUNICIPALITY OF ANCHORAGE

Project Management & Engineering Department | | |MEMORANDUM

DATE: August 26, 2010

TO: Requestor

SUBJECT: PM&E ‘Collection’ Special Provisions for Project Manual Document

Attached is a collection of special provisions that have been compiled from PM&E’s projects over the past few years. The intent is to include ‘special provisions’ that have the potential for re-use and may require some modifications.

These special provisions are to be used with the M.A.S.S. dated 2009, Revision 1 only.

This collection of special provisions are not ‘standard’ special provisions and should not be used as such.

Not all of these special provisions are applicable on all projects. Not all of these special provisions are applicable in their current wording.

These special provisions have not been through any special review process, beyond the project-specific review from which they were taken.

It is the engineer’s responsibility to determine the applicability of the special provision(s) used, as well as final wording. Most of these special provisions were developed based on project-specific requirements. Please re-read the second paragraph, above.

Several special provisions that are rare have been moved to the end of the document to facilitate their deletion in the event that they are not applicable. If they are applicable, move them into the Special Provisions section of the document and renumber appropriately.

Should you have questions, comments, or suggested revisions, please feel free to contact Glenda Radvansky at 343-8123 or email massupdate@.

|Date |Modification |

|6/10/10 |Removed project name from footers in BP, Contract, P&P Bond sections, updated Equal Opportunity inserts |

|6/14/10 |Fixed missed BP footer |

|8/26/10 |Fixed project description language |

1-21-04 Add the following Watermarks to draft specs at each revision stage - per MJS. (rmb)

Version 1: Preliminary Submittal Not For Construction + Date

Version 2: Final Submittal Not For Construction + Date

Version 3: 100% Submittal Not For Construction + Date

don’t forget to add watermark

PROJECT NAME

PROJECT LIMITS

XX-XX

Invitation to Bid No.      

|PROJECT MANUAL |

Municipality of Anchorage

Project Management & Engineering Department

4700 Elmore Road

Anchorage, Alaska 99507

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

XX-XX

MASTER INDEX

|I. | |INVITATION TO BID |

|II. | |SPECIAL PROVISIONS |

|III. | |SUBMITTAL LIST |

|IV. | |SPECIAL DETAILS |

|V. | |SOILS INFORMATION |

|VI. | |TEMPORARY CONSTRUCTION PERMITS AND EASEMENTS |

|VII. | |EQUAL EMPLOYMENT OPPORTUNITY SPECIAL PROVISIONS |

|VIII. | |MINIMUM RATES OF PAY |

|IX. | |CONTRACT |

|X. | |CONTRACT PERFORMANCE AND PAYMENT BOND |

|XI. | |CERTIFICATE OF INSURANCE |

|XII. | |BID BOND |

|XIII. | |BIDDER’S CHECKLIST |

|XIV. | |BID PROPOSAL |

|XV. | |PLANS (___ SHEETS) |

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

I

INVITATION TO BID

MUNICIPALITY OF ANCHORAGE

PURCHASING DEPARTMENT

Invitation to Bid

No._________

Sealed bids will be received in accordance with the time schedule shown below by the Municipality of Anchorage at the Purchasing Department, 632 W. 6th Avenue, Suite 520; Anchorage, Alaska, 99501, for:

Project name

consisting of approximately _____ S.Y. of Sidewalk and Concrete Apron Removal and Replacement; _____ S.Y. of Curb Ramps; _____ L.F. of Curb and Gutter Removal and Replacement; _____ Tons of A.C. Pavement; _____ S.Y. of Pavement Removal; _____ Catch Basins; _____ Storm Drain Manhole; _____ L.F. of Storm Pipe Removal and Replacement; and other related work.

ESTIMATED CONSTRUCTION COST: Between $1,000,000 and $3,000,000

|Site Visit(s) at | | |

| | | |

| | | |

| | | |

| | | |

| | | |

|Pre-Bid Conference at | | |

| | | |

| | | |

|Bids Opened at | | |

| | | |

| | | |

|Post-Bid Conference at | | |

At the above-indicated time, the bids will be opened publicly and read. Bids must be received by the Purchasing Officer prior to the time fixed for opening of the bids to be considered. Time of receipt will be as determined by the time stamp in the Purchasing Office, Suite 520.

Drawings, specifications, and contract documents may be examined and will be available for pickup at 632 W. 6th Avenue, Suite 520; Anchorage, Alaska; Monday through Friday, 8 a.m. until 12 noon and 1 p.m. until 5 p.m. These documents are available for sale on a non-refundable basis at $ per set.

Fees stated above include parcel post charges (4th class mail). Should expedited handling be desired, Federal Express or equivalent service will be utilized on a collect-on-delivery basis.

The Municipality of Anchorage reserves the right to reject any and all bids and to waive any informalities in the bids. No bidder may withdraw his bid after the hour set for the opening of bids or before the Award of Contract unless said award is delayed for a period exceeding forty-five (45) days from the time of the opening.

The Municipality of Anchorage shall not be responsible for bid preparation costs, nor for costs, including attorney fees, associated with any (administrative, judicial, or otherwise) challenge to the determination of the lowest responsive and responsible bidder and/or Award of Contract, and/or rejection of bids. By submitting a bid, each bidder agrees to be bound in this respect and waives all claims to such costs and fees.

Contracts shall be awarded by written notice issued by the Purchasing Officer to the lowest responsive and responsible bidder; however, preference will be given to local bidders in compliance with Anchorage Municipal Code, Section 7.20.040.

A Pre-Bid Conference will be held at the above-indicated time in the Purchasing Office for the purpose of answering any questions bidders may have and to consider any suggestions they may wish to make. Any changes resulting from this conference will be made by Addendum immediately following the conference. This conference is held for the benefit of the bidders. It is requested that some person of authority from the office of the prospective bidder attend this meeting.

The Municipality of Anchorage assumes no responsibility for any interpretations or presentations made by any of its officers or agents unless such interpretations or presentations are made by written addendum to this Invitation to Bid.

Bonding requirements are per M.A.S.S.B./M.A.S.S. or as per Special Provisions.

PUBLISH ONE TIME

Date

LPO

Fred Kaltenbach

Acting Purchasing Officer

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

II

SPECIAL PROVISIONS

Insert appropriate engineers’ stamps in footer. Engineer stamps are located in the PF\Templates\ PE Seal folder.

USE PASTE SPECIAL AND PASTE AS A PICTURE

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

INDEX TO SPECIAL PROVISIONS

PAGE

SECTION 95.01 LOCATION AND SCOPE 1

SECTION 95.02 REFERENCE TO MUNICIPALITY OF ANCHORAGE STANDARD SPECIFICATIONS 1

SECTION 95.03 TIME OF COMPLETION 2

SECTION 95.04 MODIFICATIONS AND/OR ADDITIONS TO MUNICIPALITY OF ANCHORAGE standard SPECIFICATIONS 2

A. DIVISION 10 STANDARD GENERAL PROVISIONS 2

SECTION 10.00 ALL APPLICABLE M.A.S.S. ARTICLES 2

SECTION 10.04 SCOPE OF WORK 2

Article 4.17 Utilities 2

Article 4.22 Work Order Issued Under “Day Labor” Type Contracts 2

SECTION 10.05 CONTROL OF WORK 3

Article 5.27 Liquidated Damages 3

SECTION 10.06 LEGAL RELATIONS AND RESPONSIBILITIES 3

Article 6.1 Laws to be Observed 3

SECTION 10.07 MEASUREMENT AND PAYMENT 3

Article 7.0 Payments to Contractors and Subcontractors 3

B. DIVISION 20 STANDARD CONSTRUCTION SPECIFICATIONS FOR EARTHWORK 4

SECTION 20.01 GENERAL 4

Article 1.6 Subsurface Investigation 4

C. DIVISION 30 STANDARD CONSTRUCTION SPECIFICATIONS FOR PORTLAND CEMENT CONCRETE 4

D. DIVISION 40 STANDARD CONSTRUCTION SPECIFICATIONS FOR ASPHALT SURFACING 4

SECTION 40.01 GENERAL 4

Article 1.7 Asphalt Price Adjustment 4

E. DIVISION 50 STANDARD CONSTRUCTION SPECIFICATIONS FOR Sanitary Sewers 6

F. DIVISION 55 STANDARD CONSTRUCTION SPECIFICATIONS FOR STORM DRAIN SYSTEMS 6

G. DIVISION 60 STANDARD CONSTRUCTION SPECIFICATIONS FOR WATER SYSTEMS 6

H. Division 65 Standard Construction Specifications for Construction Survey 6

I. DIVISION 70 STANDARD CONSTRUCTION SPECIFICATIONS MISCELLANEOUS 6

SECTION 70.12 TRAFFIC MAINTENANCE 6

Article 12.6 Public Notice 6

J. DIVISION 75 STANDARD CONSTRUCTION SPECIFICATIONS FOR LANDSCAPING IMPROVEMENTS 7

K. DIVISION 80 STANDARD CONSTRUCTION SPECIFICATIONS FOR INSTALLATION AND REMOVAL OF TRAFFIC SIGNALS AND ILLUMINATION 7

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

SPECIAL PROVISIONS

SECTION 95.01 LOCATION AND SCOPE

All proposed Work is located within the Municipality of Anchorage corporate limits and is more particularly located on the design drawings. The Work included under this Contract consists of furnishing all labor, materials, equipment, supervision, and other facilities necessary to successfully complete the Work set forth in the Drawings and Specifications. It is the responsibility of the bidder to prepare the bid so that all materials and/or fittings shall harmoniously conform to the intent of the Contract Drawings, Specifications, and Special Provisions.

Below are the schedules of Work that are presented in the Bid Proposal of this Contract:

|SCHEDULE |DESCRIPTION |

| | |

|A | |

| | |

|B | |

| | |

|C | |

SECTION 95.02 REFERENCE TO MUNICIPALITY OF ANCHORAGE STANDARD SPECIFICATIONS

This Contract is subject to and hereby incorporates by reference the Municipality of Anchorage Standard Specifications, dated 2009, Revision 1, hereinafter referred to as M.A.S.S.; the Alaska Sign Design Specifications (ASDS) as adopted and amended by the Municipality; the Municipality of Anchorage Sign Manual; the Alaska Traffic Manual (ATM) - Manual on Uniform Traffic Control Devices (MUTCD) Millennium Edition, with the Alaska supplement, dated January 17, 2003; the National Electrical Safety Code (NESC) as amended and adopted by the Municipality; the National Electrical Code as amended and adopted by the Municipality of Anchorage; and the 1994 Edition of the Standard Specifications for Structural Supports for Highway Sign, Luminaires and Traffic Signals. When conflicts exist between M.A.S.S. and MUTCD, the requirements of M.A.S.S. and these Special Provisions shall govern.

SECTION 95.03 TIME OF COMPLETION

This Project shall be completed within thirty (XX) calendar days after the Notice-to-Proceed is issued.

SECTION 95.04 MODIFICATIONS AND/OR ADDITIONS TO MUNICIPALITY OF ANCHORAGE standard SPECIFICATIONS

The following listed provisions of M.A.S.S. are amended as hereinafter stated:

A. DIVISION 10 STANDARD GENERAL PROVISIONS

ADD THE FOLLOWING SECTION:

SECTION 10.00 ALL APPLICABLE M.A.S.S. ARTICLES

{Section 10.00 is required for ALL contracts unless federal money is involved in the construction project. If federal money is involved, delete this Section.}

SECTION 10.04 SCOPE OF WORK

Article 4.17 Utilities

{Engineer to verify current names and telephone numbers.}

Anchorage Water & Wastewater Utility (AWWU) – Joe Sanks, 564-2717

AT&T Alascom – Kay Witt, 264-8461

Chugach Electric Association (CEA) – Gary Meadows, 762-4618 or 242-2191

ENSTAR Natural Gas - Joe Lepley, 264-3748

GCI Cable - Joe Whittaker, 868-8551

Municipal Light & Power (ML&P) – Marty Smith, 263-5236

Municipal Street and Storm Drain Maintenance, Shawn Dooley, 343-8195 or 317-7018

Municipal Traffic Signals Section – Mike Sickler, 343-8363

Solid Waste Services (SWS) – Brian Vanderwood, 343-6258 or 317-6863

Article 4.22 Work Order Issued Under “Day Labor” Type Contracts (Applies to Term Contracts Only)

{Should be deleted for non Day Labor Contract projects}

SECTION 10.05 CONTROL OF WORK

Article 5.27 Liquidated Damages

{Amount of liquidated damages is project specific.}

SECTION 10.06 LEGAL RELATIONS AND RESPONSIBILITIES

Article 6.1 Laws to be Observed

Add the following paragraph:

Owner is not aware of any contaminated material within the project limits. If such material is encountered, Contractor shall notify the Engineer immediately for direction. This will be treated as a changed condition, unless the contamination was caused by Contractor’s operation.

SECTION 10.07 MEASUREMENT AND PAYMENT

Add the following Article:

Article 7.0 Payments to Contractors and Subcontractors

{May be deleted for non-state-funded projects.}

B. DIVISION 20 STANDARD CONSTRUCTION SPECIFICATIONS FOR EARTHWORK

SECTION 20.01 GENERAL

Article 1.6 Subsurface Investigation

Add the following paragraph:

The soils information for the project is located in Section V.

C. DIVISION 30 STANDARD CONSTRUCTION SPECIFICATIONS FOR PORTLAND CEMENT CONCRETE

D. DIVISION 40 STANDARD CONSTRUCTION SPECIFICATIONS FOR ASPHALT SURFACING

SECTION 40.01 GENERAL

Add the following Articles:

Article 1.7 Asphalt Price Adjustment

This provision provides a price adjustment for asphalt cement material by:

1. an increase to the contract amount, or

2. a deduction from the contract amount.

The provision shall apply to asphalt concrete pavement which:

• is a major bid item as defined in M.A.S.S. Division 10, Section 10.04, Article 4.5 – Increased Quantities;

• is placed in the second or later year of the contract;

• conforms to M.A.S.S. Division 40, Section 40.06 – Asphalt Concrete Pavement; and

• is paid pursuant to M.A.S.S. Division 40, Section 40.06 – Asphalt Concrete Pavement and Section 40.07 – Stone Mastic Asphalt Concrete Pavement.

This provision shall only apply to cost changes in the asphalt cement material that occurs between the date of bid opening and the date the asphalt material is incorporated into the project.

The asphalt price adjustment shall only apply when there is more than a seven and one-half percent (7.5%) increase or decrease in the Alaska Asphalt Material Price Index from the date of the bid opening to the date the asphalt material is incorporated into the project.

As used in this Article, the Alaska Asphalt Material Price Index is calculated bi-monthly on the first and third Friday of each month, and will remain in effect from the day of calculation until the next bi-monthly calculation. The Alaska Asphalt Material Price Index is posted on the ADOT&PF’s Statewide Materials website, and is calculated according to the formula posted therein.

The Asphalt Price Adjustment (APA) payment is cumulative and is calculated with each progress payment. Asphalt material price index in effect on the last day of the pay period is used to calculate the price adjustment for asphalt cement material incorporated into the project during that pay period. The Municipality will increase or decrease payment under this contract by the amount determined with the following asphalt cement material price adjustment formula:

APA {price increase/decrease}* = [([pic] IPP [pic] IB) - (0.075 [pic] IB)] [pic]Q [pic]% AC

Where,

Q = quantity of asphalt concrete pavement incorporated into the project during the pay period, in tons, and documented by weight tickets;

IB = Index at bid: the bi-monthly Alaska asphalt material price index in effect on date of bid, in dollars per ton;

IPP = Index at Pay Periods: the bi-monthly Alaska asphalt material price index in effect on the last day of the pay period, in dollars per ton; and

%AC = percentage asphalt cement content in the asphalt concrete pavement, as determined by the average asphalt cement content in project’s asphalt concrete quality control testing.

* Note: a negative price adjustment (APA) results in a price reduction to the Contract.

Method of measurement for determining quantity, Q, is the weight of asphalt concrete pavement material that conforms to M.A.S.S. Division 40, Section 40.06 – Asphalt Concrete Pavement and is incorporated into the project.

No asphalt price adjustment will be paid based on estimated quantities.

Contingent Sum payment shall be made on the following basis:

The final asphalt price adjustment on a project is the aggregate of the price adjustments paid on a project’s respective progress pay estimates, i.e.,

APA = APA1 + APA2 + …. + APAn

Where n = partial payment estimate number.

E. DIVISION 50 STANDARD CONSTRUCTION SPECIFICATIONS FOR Sanitary Sewers

F. DIVISION 55 STANDARD CONSTRUCTION SPECIFICATIONS FOR STORM DRAIN SYSTEMS

G. DIVISION 60 STANDARD CONSTRUCTION SPECIFICATIONS FOR WATER SYSTEMS

H. DIVISION 65 STANDARD CONSTRUCTION SPECIFICATIONS FOR CONSTRUCTION SURVEY

I. DIVISION 70 STANDARD CONSTRUCTION SPECIFICATIONS MISCELLANEOUS

SECTION 70.12 TRAFFIC MAINTENANCE

Amend the following Article:

Article 12.6 Public Notice

Delete the first paragraph, inclusive of the list of local officials and transportation organizations, and replace with the following:

The Work Site Traffic Supervisor shall give notices of changes, delays, or lane/road closures to the following local officials and transportation organizations including, but not limited to:

{If necessary, insert ‘Page Break’ here to have table on single page.}

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

K. DIVISION 80 STANDARD CONSTRUCTION SPECIFICATIONS FOR INSTALLATION AND REMOVAL OF TRAFFIC SIGNALS AND ILLUMINATION

END OF SPECIAL PROVISIONS

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

III

SUBMITTAL LIST

PROJECT NAME

PROJECT LIMITS

XX-XX

SUBMITTAL LIST

Job #: ____________________________ Contractor: ______________________

|Submittal Number |Rev. |Description |

|10.04.9 | |Private Property Disposal Site Permission; Fill Permit |

|10.04.12 | |Property Owner 48-Hour Closure Notice |

|10.04.13 | |Street Closures; Traffic Control Plan |

|10.04.15 | |Temporary Erosion and Sediment Control Plan |

|10.04.17 | |Utility Notification Verification |

|10.04.19 | |Record Drawings |

|10.04.20 | |Operating and Maintenance Manuals |

|10.05.3 | |Construction Progress Schedule |

|10.05.3 | |Schedule of Values |

|10.05.4 | |Notice of Unusual Working Hours |

|10.05.7 | |Proposed Substitutions |

|10.05.9 | |Contractor’s Authorized Representatives and Employees |

|10.05.10 | |Subcontractor’s List |

|10.06.9 | |Certificate of Insurance |

|10.06.12 | |Certified Payroll |

|20.13.2 | |Trench Excavation Notice to Engineer and AWWU. |

|20.29 | |Evidence of Jacking and Auger Methods |

|20.30 | |Trench Sheeting/Shoring Submittal |

|30.01.9 | |Concrete Temperature Maintenance Procedure Proposal |

|40.02.2 | |Certified Analysis of Asphalt for Seal Coat from Refining Laboratory |

|40.04.2 | |Certified Analysis of Asphalt for Tack Coat from Refining Laboratory |

|40.04.3 | |Tack Coat Test Strip and Notification |

|40.04 | |Certified Analysis of Asphalt for Tack Coat From Refinery Laboratory |

|40.05 | |Certified Analysis of Asphalt for Crack and Joint Sealant From Laboratory |

|40.06.2 | |Certified Analysis of Asphalt for A.C. Pavement from Refining Laboratory |

|40.06.3 | |Asphalt Job Mix Formula for A.C. Pavement |

|40.06.4 | |Contractor’s Certificate of Compliance for bituminous paver segregation mechanism |

| | |installation |

|40.07 | |Job-Mix Formula for Stone Mastic Asphalt Concrete |

|40.07 | |Certified Analysis of Stone Mastic Asphalt Concrete From Refinery Laboratory |

|40.09.2 | |Certified Analysis of Asphalt for Bituminous Surface Treatment from Refining Laboratory |

|60.02.3 | |Survey Notes Submittal |

|70.10.2 | |Manufacturer’s Warranty for Preformed Pavement Traffic Marking Tape |

|70.10.3 | |Manufacturer’s Recommendations for Application of Preformed Pavement Traffic Marking Tape |

|70.12 | |Traffic Control Plan (TCP) |

|70.12 | |Identify Work-Site Safety Supervisors/Telephone Number |

|70.12 | |Proof of Advertisements |

|70.12 | |Street Closures - Traffic Control Plan |

|70.12 | |Identify I.M.S.A./A.T.S.S.A. Person and Telephone Number |

|75.02.4 | |Landscape Maintenance Schedule |

|75.03.2 | |Topsoil Analysis Test Reports |

|80.01.3 | |Electrical Equipment and Materials Submittal |

|80.01.3 | |Record Drawings |

|80.01.5 | |Traffic Signal Maintenance Name and Telephone Number |

|80.05.1 | |Wind Stress Certification Submittal |

|80.17.2 | |Controller Unit Documentation |

|80.17.7 | |Controller Unit, Aux. Equipment, and Cabinet Submittal |

|80.18 | |Loop Detector Test Reports |

|80.23.2 | |Luminaire Lens Certified Compliance |

|80.25 | |Falsework Lighting Submittal |

NOTE: The above list of submittals is not all inclusive. In addition to the above, the Contractor is required to comply with all submittal requirements as required or identified in the plans, specifications, M.A.S.S., or as directed by the Engineer.

PROJECT NAME

PROJECT LIMITS

XX-XX

SUBMITTAL LIST

Job #: ____________________________ Contractor: ______________________

|Submittal Number |Rev. |Description |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

| | | |

NOTE: The above list of submittals is not all-inclusive. In addition to the above, the Contractor is required to comply with all submittal requirements as required or identified in the plans, specifications, M.A.S.S., or as directed by the Engineer.

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

IV

special details

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

V

SOILS INFORMATION

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

VI

TEMPORARY CONSTRUCTION PERMITS AND EASEMENTS

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

VII

EQUAL EMPLOYMENT OPPORTUNITY SPECIAL PROVISIONS

[pic]

[pic]

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

VII

MINIMUM RATES OF PAY

Laborers’ & Mechanics’ Minimum Rates of Pay

Labor for the project must be paid at the prevailing wage rates listed in the Alaska Department of Labor & Workforce Development, Laborers’ & Mechanics’ Minimum Rates of Pay, Wage & Hour Administration Pamphlet No. 600.

The state of Alaska wage rates can be obtained at:



The Municipality of Anchorage will include a paper copy of the wage rates in the signed Contract.

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

IX

CONTRACT

C O N T R A C T

Invitation to Bid No. 2010C

Contract No. C-2010_______

NAME AND ADDRESS OF CONTRACTOR:

Check appropriate box:

[X]Incorporated in the State of

MUNICIPALITY OF ANCHORAGE, acting through the Purchasing Department (hereinafter the Owner).

Contract for XXXXXXXXXXXXXXXXXXXXXXXXX

PLAN SHEET

BID SCHEDULES ITEMS FILE NUMBERS AMOUNT

$________

Total Amount: $________

TOTAL AMOUNT OF CONTRACT EXPRESSED IN WORDS: NOT TO EXCEED XXXXXX AND XX/100 DOLLARS.

THIS CONTRACT, entered into by the MUNICIPALITY OF ANCHORAGE, ALASKA, acting through the Owner named above, and the individual, partnership, or corporation named above, hereinafter called the Contractor, WITNESSETH that the parties hereto do mutually agree as follows:

Statement of Work: The Contractor shall furnish all labor, equipment and materials and perform the Work above described, for the amount stated, in strict accordance with the Contract Documents.

CONTRACT DOCUMENTS

I. This CONTRACT consisting of 4 pages.

II. The Bid Proposal Section ___consisting of ____ pages numbered as ____, as contained in ITB 2010-C__.

III. The Contract Performance and Payment Bond ________________________.

IV. The Contractor's Certificate of Insurance Dated ________________________.

V. Municipality of Anchorage Standard Specifications dated 2009, Revision 1 (MASSA) Incorporated by Reference.

VI. Specifications consisting of the following:

Special Provisions Section ___ consisting of ________ pages, numbered ___ through ___, as contained in ITB 2010-C___.

Technical Specifications Section ___ consisting of ________ pages, numbered __ through ___, as contained in ITB 2010-C___.

VII. Equal Employment Opportunity Special Provisions and Forms Section ___ consisting of _____ pages, as contained in ITB 2010-C___.

VIII. Disadvantaged/Women-Owned Business Enterprise (DBE/WBE) Specification Section ___Consisting of ______ pages, as contained in ITB 2010-C___.

IX. The Laborers' and Mechanics' Minimum Rates of Pay dated April 1, 2009 Section __ consisting of __ pages, as contained in ITB 2010-C____.

X. Submittal List Section ___consisting of __ page, as contained in ITB 2010-C____.

XI. Soils Information Section __ consisting of ___ pages, as contained in ITB 2010-C____.

XII. Temporary Construction Permits and Easements Section ____ consisting of ___, as contained in ITB 2010-C____.

XIII. The Drawings consisting of ____ sheets numbered_____________, as contained in ITB 2010-C___.

XIV. Addendum No. __ through ___.

Time being of the essence, the work shall be completed _______________________.

IN WITNESS WHEREOF, the parties hereto have executed this Contract as of the Contract Date entered below:

MUNICIPALITY OF ANCHORAGE, ALASKA _____________________________

BY_____________________________ BY____________________________

(Signature) (Signature)

Purchasing Officer or designee ______________________________

(Title) (Title)

Date of Signature: _

Date of Signature and Contract Date: STATE OF ALASKA

)

________________________________ THIRD JUDICIAL DISTRICT )ss.

)

THIS IS TO CERTIFY that on this ______ day of _______ , 2009, before me, the undersigned, a Notary Public in and for the State of Alaska, duly commissioned and sworn as such, personally appeared _______________, to me known to be a/the _____________ (individual, partner, president, etc.) of _________________________________ named in the foregoing instrument, and s/he acknowledged to me that s/he had in his/her official capacity aforesaid executed the foregoing instrument as the free act and deed of the said ______________ (individual, partnership, corporation, etc.) for the uses and purposes therein stated.

WITNESS my hand and official seal on the day and year first above written.

NOTARY PUBLIC In and for Alaska

My Commission Expires:

CONTRACT AND PERFORMANCE AND PAYMENT

BOND SIGNATURE INSTRUCTIONS

1. The full name and business of the Contractor shall be inserted on Page 1 of the Contract and on the Performance and Payment Bond, hereinafter the Bond.

2. Two copies of the Contract and the Bond shall be manually signed by the Contractor. If the Contractor is a partnership or joint venture, all partners or joint ventures shall sign the Contract and the Bond except that one partner or one joint venturer may sign for the partnership or joint venture when all other partners or joint venturers have executed a Power-of-Attorney authorizing one partner or joint venturer to sign. The Power-of-Attorney shall accompany the executed contract and the Bond.

3. If the Contractor is a corporation, the President of the corporation shall execute the Contract and the Bond unless a Power-of-Attorney or corporate resolution shall accompany the executed Contract and Bond.

4. The Bond shall be returned to the Purchasing Division undated. The Contract Date shall be inserted on the Contract when the Municipality signs the Contract and the Bond shall be dated the same as the Contract Date.

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

X

CONTRACT PERFORMANCE AND PAYMENT BOND

CONTRACT PERFORMANCE AND PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS, That we ___________________________________

________________________________ of __________________________________________

as Principal, and _______________________________________________________________

a corporation organized under the laws of the ________________________________________

________________________________________ and authorized to transact surety business in the State of Alaska, of ___________________________________________________________

as Surety, are held and firmly bound unto the MUNICIPALITY OF ANCHORAGE, as Obligee, in the full and just sum of __________________________________________________________

($___________________________________) Dollars, lawful money of the UNITED STATES, for the payment which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITIONS OF THIS OBLIGATION IS SUCH, that whereas the principal has entered into a certain contract dated the ______________________ date of ____________ 20____________, with the Obligee for the construction of _______________________________

_____________________________________________________________________________

which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

NOW THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of said contract, and shall promptly make payments to all persons supplying labor and material in the prosecution of the work provided for in said contract, during the original term of said contract and any extensions or modifications thereof that may be granted by the Municipality, with or without notice to the Surety, then this obligation to be void; otherwise to remain in full force and effect.

This obligation is made for the use of said Obligee and also for use and benefit of all persons who may perform any work or labor or furnish any material in the execution of said Contract and may be sued on thereby in the name of said Obligee.

The said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same, shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

Whenever Principal shall be, and declared by Obligee to be in default under the Contract the Obligee having performed Obligee’s obligations thereunder, the Surety may promptly remedy the default or shall promptly:

1. Complete the Contract in accordance with its terms and conditions, or

2. Obtain a bid or bids for submission to Obligee for completing the Contract in accordance with its terms and conditions and upon determination by Surety of the lowest responsible bidder, or, if the Obligee elects, upon determination by Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Obligee and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price but not exceeding, including other costs and damages for which the Surety may be liable hereunder the amount set forth in the first paragraph hereof. The term “balance of the contract price” as used in this paragraph, shall mean the total amount payable by Obligee to Principal under the Contract and any amendments thereto, less the amount properly paid by Obligee to Principal.

IN TESTIMONY WHEREOF, the parties hereunto have caused the execution hereof in ________

________________ original counterparts as of the __________________ day of ____________,

20_________.

WITNESS AS TO PRINCIPAL:

_________________________________ ________________________________

Principal Name

___________________________

Principal Signature

___________________________

Corporate Surety

(AFFIX CORPORATE SEAL)

___________________________

___________________________

Surety Business Address

BY: ___________________________

(Attorney-In-Fact)

(AFFIX SURETY SEAL)

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

XI

CERTIFICATE OF INSURANCE

| CERTIFICATE OF INSURANCE FOR ALL COVERAGE |

|Municipality of Anchorage |

| |

|P.O. BOX 196650 |

|Anchorage, Alaska 99519-6650 |

| |

|This is to certify that the policy or policies listed in this certificate have been issued to the Named Insured by the Insurer for the policy term and with the |

|provisions designated hereon. |

| |

|Name and Address of Insured: Name and Address of Agent: |

|Name and Address of Companies Affording Coverage’s |

|Company |A | |THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND|

|Letter | | |CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS |

| | | |CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE |

| | | |AFFORDED BY THE POLICIES BELOW. |

|Company |B | |PREMISES OR OPERATIONS COVERED: |

|Letter | | | |

|Company |C | | |

|Letter | | | |

|Company |D | | |

|Letter | | | |

|COMPANY TYPE OF INSURANCE POLICY NUMBER POLICY |

|ALL LIMITS IN THOUSANDS |

|LETTER |

|EXPIRATION DATE |

| |GENERAL LIABILITY | | | | |

| |?COMMERCIAL GENERAL | | |GENERAL AGGREGATE |$ |

| |?PREMISES – OPERATIONS | | |PRODUCTS-COMP/OPS | |

| |?XCU | | |AGGREGATE |$ |

| |?PRODUCTS/COMPLETED OPERATIONS | | |PERSONAL & ADVERTISING INJURY| |

| |HAZARD | | | |$ |

| |?CONTRACTUAL INSURANCE | | | | |

| |?BROAD FORM PROPERTY DAMAGE ?INDEPENDENT | | | | |

| |CONTRACTORS | | |EACH OCCURRENCE |$ |

| |?CLAIMS MADE | | |FIRE DAMAGE | |

| |?OCCURRENCE | | |(ANY ONE FIRE) |$ |

| | | | |MEDICAL EXPENSE | |

| | | | |(ANY ONE PERSON) |$ |

| |AUTOMOBILE LIABILITY | | |CSL |$ |

| |?COMPREHENSIVE FORM | | |BODILY INJURY | |

| |?OWNED | | |(PER PERSON) |$ |

| |?HIRED | | |BODILY INJURY | |

| |?NON-OWNED ?GARAGE LIABILITY | | |(PER ACCIDENT) |$ |

| | | | |PROPERTY DAMAGE |$ |

| |EXCESS LIABILITY | | |BODILY INJURY AND | |

| |?UMBRELLA FORM | | |PROPERTY DAMAGE COMBINED | |

| |?OTHER THAN UMBRELLA FORM | | | |$ |

| |WORKER’S COMPENSATION | | |STATUTORY | |

| |and | | | | |

| |EMPLOYER’S LIABILITY | | | | |

| | | | |$ |

| | | | |(EACH ACCIDENT) |

| | | | |$ |

| | | | |(DISEASE-POLICY LIMIT) |

| | | | |$ (DISEASE EACH |

| | | | |EMPLOYEE) |

| |PROFESSIONAL LIABILITY | | | | | |

| |?3 YEARS EXTENSION OF COVERAGE | | | | | |

| |OTHER | | |

ADDITIONAL INSURED: The Municipality of Anchorage is an additional insured on all policies, and shall contain a waiver of subrogation against the Municipality except Professional Liability and Worker’s Compensation.

All policies are in effect at this time and will not be cancelled, until after 30 days written notice has been given to the certificate holder named above, addressed to the attention of the Risk Manager.

Signed: ________________________________________________________________________________Date:__________________________________

Authorized Representative

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

XII

BID BOND

BID BOND

KNOW ALL MEN BY THESE PRESENTS, That we, _____________________________ as Principal, and _________________________________________________________ a corporation organized under the laws of the ___________________________________ and authorized to transact surety business in the State of Alaska, of _________________

_________________________ as Surety, are held and firmly bound unto the MUNICIPALITY OF ANCHORAGE, as Obligee, in the full and just sum of _____________

_____________________________________ ($_________________________) Dollars, lawful money of the UNITED STATES, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by the presents.

WHEREAS, the said Principle is herewith submitting its proposal for _________________

_______________________________________________________________________. The condition of this obligation is such that if the aforesaid Principal will, within the time required enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this Obligation to be void; otherwise the Principal and Surety will pay unto to the Obligee the amount stated above.

Signed, sealed, and delivered __________________________________, 20__________.

WITNESS AS TO PRINCIPAL:

___________________________ ________________________________

Contractor Name

________________________________

Contractor Signature

________________________________

(AFFIX CORPORATE SEAL) Corporate Surety

________________________________

________________________________

Surety Business Address

BY: ________________________________

(Attorney-In-Fact)

(AFFIX SURETY SEAL)

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

XIII

BIDDER’S CHECKLIST

BIDDER’S CHECKLIST

INSTRUCTIONS TO BIDDER

I. General

Bidders are advised that, notwithstanding any instructions or implications elsewhere in this Invitation to Bid, only the documents shown and detailed on this sheet need be submitted with and made part of their bid. Other documents may be required to be submitted after bid time, but prior to award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet shall be justification for rendering the bid nonresponsive. Evaluation of bids for responsiveness shall be accomplished in accordance with Anchorage Municipal Code, Title 7.

II. REQUIRED DOCUMENTS FOR BID:

NOTE: Only the following listed items as marked with an “X” are required to be completely filled out and submitted with the bid.

X Bid proposal consisting of pages BP-      through BP-     . BP-      must be manually signed.

X Erasures or other changes made to the Bid Proposal Sheet must be initialed by the person signing the bid.

Two identical sets of descriptive literature, brochures, and/or data must accompany the bid where specifically requested or when in support of an “or equal” offer.

X Bid bond, certified check, cashiers check, money order or cash shall be submitted with the bid in the amount indicated.

X All Addenda issued shall be acknowledged in the space provided on the Bid Proposal sheet or by manually signing the Addenda sheet and submitting it prior to the bid opening in accordance with Anchorage Municipal Code 7.20.020C.

Disadvantaged and Women-Owned Business Enterprises, Form 10-029.

Others.

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

XIV

BID PROPOSAL

You must choose either the Unit Bid Price or the Lump Sum Bid Proposal Page

(CERTIFICATION)

TO: MUNICIPALITY OF ANCHORAGE , 2009

PURCHASING DEPARTMENT

632 W. 6TH AVENUE, SUITE 520

ANCHORAGE, ALASKA 99501

SUBJECT: Invitation to Bid No. 2010C0

Project Title: ___________________________________________________

Pursuant to and in compliance with subject Invitation to Bid, and other bid documents relating thereto, the bidder hereby proposes to furnish all labor and materials and to perform all work for the construction of the above referenced project in strict accordance with the bid documents at the prices established in the Bid Proposal, Pages BP- through BP- submitted herewith.

The bidder agrees, if awarded the contract, to commence and complete the work within the time specified in the bid documents.

The bidder acknowledges receipt of the following addenda:

Addenda No. Date of Addenda

Addenda No. Date of Addenda

Addenda No. Date of Addenda

Enclosed is a Bid Bond in the amount of .

(Dollar Amount or Percentage of Bid)

Type of Business Organization

The bidder, by checking the applicable box, represents that it operates as ( ) a corporation incorporated under the laws of the State of , ( ) an individual, ( ) a partnership, ( ) Limited Liability Company, ( ) a nonprofit organization, or ( ) a joint venture. If a partnership or joint venture, identify all parties on a separate page.

Alaska Contractor’s License

Number:

Bidder/Company Name

Employer’s Tax Identification

Number:

Address of Bidder

Signature

Phone:

Name/Title

You must choose either the Unit Bid Price or the Lump Sum(Steinert) Bid Proposal Page

(CERTIFICATION)

TO: MUNICIPALITY OF ANCHORAGE , 2010

PURCHASING DEPARTMENT

632 W. 6TH AVENUE, SUITE 520

ANCHORAGE, ALASKA 99501

SUBJECT: Invitation to Bid No. 2010C0

Project Title:

Pursuant to and in compliance with subject Invitation to Bid, and other bid documents relating thereto, the bidder hereby proposes to furnish all labor and materials and to perform all work for the construction of the above referenced project in strict accordance with the bid documents for the amount of:

BASIC BID; One Job LUMP SUM ($ )

(Amount in Words)

The bidder agrees, if awarded the contract, to commence and complete the work within the time specified in the bid documents.

The bidder acknowledges receipt of the following addenda:

Addenda No. Date of Addenda

Addenda No. Date of Addenda

Addenda No. Date of Addenda

Enclosed is Bid Bond in the amount of ______

(Dollar Amount or Percentage of Bid)

Type of Business Organization

The bidder, by checking the applicable box, represents that it operates as ( ) a corporation incorporated under the laws of the State of , ( ) an individual, ( ) a partnership, ( ) Limited Liability Company, ( ) a nonprofit organization, or ( ) a joint venture. If a partnership or joint venture, identify all parties on a separate page.

Alaska Contractor’s License

Number:

Bidder/Company Name

Employer’s Tax Identification

Number:

Address of Bidder

Signature

Phone:

Name/Title

MUNICIPALITY OF ANCHORAGE

PROJECT MANAGEMENT & ENGINEERING DEPARTMENT

PROJECT NAME

PROJECT LIMITS

XX-XX

XV

PLANS (XX SHEETS)

Suggested organization of Plan Set}

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

| | |

SECTION 70.XX SPENARD FENCE

Article XX.1 Description

Work under this Section consists of providing all labor, materials, equipment, and transportation required to construct fencing as shown on the drawings.

Article XX.2 Materials

A. Materials used in the construction of fencing shall be in accordance with the drawings and as described below. Fence shall meet all MOA codes including minimum deflection of 1/4” at 50/L.F.

B. All fence panels, hinges, hinge flanges, and bolts shall be hot-dipped galvanized after fabrication.

C. Fence style shall be “Heavy Regal” style #110 as manufactured by Builders Fence Co., Inc., or approved equal.

Builders Fence Company, Inc.

8937 San Fernando Road

Box 125

Sun Valley, CA

1-800-767-0387

D. Panels shall be manufactured from tubing meeting the requirements of A.S.T.M. A 513.

End and rail pickets shall be one and one-half inch (1-1/2”) square; intermediate pickets shall be three-quarter inch (3/4”) square. End and rail pickets shall be fourteen (14) gauge; intermediate pickets shall be sixteen (16) gauge.

All welding shall be in accordance with AWS D1.1 Welding electrodes shall be E 70 XX.

E. Steel bars, flat plates, and shapes shall be manufactured from steel conforming to the requirements of A.S.T.M. A 36.

F. After fabrication, panels and hinge flanges shall be hot-dipped galvanized per A.S.T.M. A 123.

G. After galvanizing, panels and hinge flanges shall be washed with Carboline’s Surface Cleaner #3 and rinsed thoroughly.

H. After washing, panels and hinge flanges shall be coated with a two component polyurethane primer and a two component polyurethane top coat.

1. The prime coat shall be Carboline Rustbond LT Polyurethane Primer. Minimum dry film thickness shall be 1-2 mils.

2. Topcoat shall be Carboline 133 HB Aliphatic Polyurethane Finish. The color shall be Forest Green. A minimum dry film thickness of 2 mils is required.

I. Cutting or welding of fence panels in the field will not be allowed.

J. Wood fence post shall be free of heart center, coastal Douglas Fir. Wood shall be fine grained, with at least eighty percent (80%) of the pieces possessing eight (8) annual rings to the inch; the remainder having at least six (6) annular rings to the inch. No loose knots, knotholes, or shake planer skips allowed in dressing. No unsound wood, white speck, or honeycomb allowed.

Pressure Preservative Treatment: Timber shall be pressure impregnated with a boron-based compound equivalent in weight to six percent (6%) boric acid and six percent (6%) paraffin as a water-repellent addition. Wood preservatives containing toxic chemicals such as arsenic pentachlorophenol or creosote shall not be used.

All timber posts shall be mechanically incised on all four (4) faces by uniform hydraulic pressure to a depth of 1/2” x 1/2” long. Incision shall begin at the bottom of the timber and end approximately one foot (1’) above grade. Full length incising is not acceptable as the perforations may cause slivering of surfaces. The incising pattern shall produce a minimum of 448 perforations per square foot.

Application: Wood shall be pressure impregnated by the closed cylinder, vacuum pressure method as prescribed by the latest standards of the American Wood Preserver’s Association. Preservative treatment shall conform to AWPA Standard P9.

Article XX.3 Construction

A. Fence:

The fence shall be constructed in such a manner as to follow a smooth profile. In areas where the fence is installed on a slope greater than three percent (3%), the fence shall be stopped in uniform transition from one panel to the next over the grade length. In areas of fill slopes, the top of the fill shall be level for one foot (1’) on either side of the fence line. Grading for all specific conditions shall be such that water will not be allowed to pond in the immediate area of the fence.

B. Posts:

All posts shall be set plumb and shall be of uniform and equal height above ground. The attachment of fence panels shall be as shown on drawings. Post shall be tight fitting and secure. Type II backfill shall be compacted in six-inch (6”) lifts to ninety percent (90%) compaction.

Contractor shall provide to Owner ten (10) wood fence posts. Contractor to deliver posts to the Public Transportation Department Maintenance Shop located at 3650A Tudor Road. Contact Alton Staff, Operations Superintendent, at 343-8230.

C. Fence Panels:

Fence panels shall be securely fastened to posts as shown on drawings. Fence panels which are bowed, contain surface irregularities, possess intermediate pickets not square, straight, or on center will be rejected and replaced without cost to the Owner. Fence panels shall be securely fastened to posts.

Contractor shall provide to Owner ten (10) additional fence panels and all necessary hardware required to install panels. Contractor to deliver posts to the Public Transportation Department Maintenance Shop located at 3650A Tudor Road. Contact Alton Staff, Operations Superintendent, at 343-8230.

D. Expansion Joints:

Expansion joints shall be installed around fence posts that abut Portland Cement Concrete sidewalks.

E. General Appearance:

All runs of fence shall present the same general appearance through the project. The product of one manufacturer only will be accepted, except for items which do not influence the appearance of the complete fence. The fence shall be the product of a manufacturer who has demonstrated by actual installations of a similar nature that its product is of the type required. No used steel will be permitted.

Article XX.4 Measurement

Fence shall be measured per linear foot in place, along the center line of the fence from center of post to center of post. Measurement includes excavation, backfilling, compaction, and all items described in this Section complete in place. Extra fence components will be measured on a lump sum basis delivered.

Article XX.5 Basis of Payment

Payment for this item will be made in accordance with Division 10.00 Standard General Provisions, Section 10.07 Measurement and Payment of M.A.S.S. and shall include payment in full for all Work described under this Section.

Payment will be made under the following units:

ITEM UNIT

Corridor Fence Linear Foot

Extra Fence Components Lump Sum

SECTION 70.YY Welded wire retaining wall with 24" lift (commercially galvanized wire)

Article YY.1 Description

This work shall consist of Welded Wire Retaining Walls constructed in accordance with these specifications and in reasonably close conformity with the lines, grades, design and dimensions shown on the plans or established by the Engineer.

Article YY.2 Materials

The Contractor shall make his own arrangements to purchase all welded wire wall materials, including wire mesh reinforcement mats, backing materials, and all necessary incidentals from Hilfiker Retaining Walls, 3900 Broadway, P.O. Box 2012, Eureka, CA 95502-2012, ph. 707/443-5093.

A. Wire Reinforcement and Cap Mesh

Wire mesh for facing shall be formed by a 90-degree bend of the soil wire reinforcement mesh and shall have a prebent tie to connect to the soil reinforcing mesh above. The reinforcing mesh shall be shop fabricated of cold drawn steel wire conforming to the minimum requirements of ASTM A-82 and shall be welded into the finished mesh fabric in accordance with ASTM A-185. Fabric shall be commercial galvanized (0.4 oz./SF) (125g/m2).

B. Backing Materials

1. Backing Mat

Where required, as shown on the plans, steel backing mat shall be W5 vertical x W2.5 horizontal (min.) (.258" [6.4mm] x .178" [4.5mm] nom. dia.) welded wire fabric meeting ASTM A-185 and commercially galvanized (0.4 oz./SF) (125g/m2).

2. Hardware Cloth

Where required, as shown on the plans, metallic hardware cloth screen, with openings not exceeding 1/4” (6.35mm), shall be placed between the backfill and steel backing mat to retain the soil. Galvanization shall conform to ASTM A-123.

Article YY.3 Select Granular Backfill Materials

As shown on the plans, select granular backfill materials for the Welded Wire Wall structure shall be reasonably free from organic and otherwise deleterious materials and shall conform to the following gradation limits as determined by ASTM D-422:

Sieve Size Percent Passing

6 inches (152.4 mm) 100

3 inches (76.2 mm) 100 - 75

No. 200 0 - 25*

*If the percent passing the No. 200 sieve is greater than 15 percent, the backfill must conform to all of the following additional requirements:

a. The Plasticity Index (P.I.), as determined by ASTM D-4318, shall not exceed 6.

b. The fraction finer than 15 microns (0.015 mm), as determined by ASTM D-422 (AASHTO T-88) shall not exceed 15 percent.

c. The material shall exhibit an angle of internal friction of not less than 34 degrees, as determined by the standard direct shear test (ASTM D-3080-72) (AASHTO T-236), utilizing a sample of the material compacted to 90% percent of ASTM D-1557-92, at optimum moisture content.

In addition, backfill materials shall also meet the following corrosion requirements:

Resistivity > 3000 OHM Centimeters (Min.) (CA-DOT 643)

pH 5.0 to 10.0 (CA-DOT 643)

Chlorides < 200 mg/kg (ppm) (CA-DOT 422)

Sulfates < 1000 mg/kg (ppm) (CA-DOT 417)

Backfill not conforming to this specification shall not be used without written consent of the Engineer.

The Contractor shall furnish to the Engineer a Certificate of Compliance certifying that the select granular backfill material complies with this section of the specifications. A copy of all test results performed by the Contractor, which are necessary to assure compliance with the specifications, shall be furnished to the Engineer.

The frequency of sampling of Select Granular Backfill necessary to assure gradation shall be directed by the Engineer.

Article YY.4 Construction Requirements

A. Wall Excavation

Wall excavation shall be in accordance with the requirements of general specifications and in reasonably close conformity with the limits and construction stages shown on the plans. All excavation cuts and slopes shall be in accordance with OSHA regulations. Vertical cuts greater than 5 feet and steepened slopes grater than 20 feet must be designed by a registered professional engineer.

B. Foundation Preparation

The foundation for the structure shall be graded level for a width equal to or exceeding the length of the reinforcement mat or as shown on the plans. Prior to wall construction, the foundation, if not in rock, shall be compacted, as directed by the Engineer. Any foundation soils found to be unsuitable shall be removed and replaced, as directed by the Engineer.

C. Wall Erection

Wire mesh reinforcement mats, and applicable facing materials, shall be placed in successive horizontal lifts in the sequence shown on the plans as backfill placement proceeds. Vertical tolerance (plumbness) and horizontal alignment tolerance shall not exceed one and one-half (1-1/2) inches (38 mm) when measured at the junction of the wire facing and soil reinforcement along a 10-foot (3 m) straight edge.

D. Backfill Placement

Backfill placement shall closely follow erection of each course of reinforcement mats. Backfill shall be placed in such a manner as to avoid any damage or disturbance to the wall materials or misalignment of the facing. Any wall materials that become damaged or disturbed during backfill placement shall be either removed and replaced at the Contractor's expense or corrected, as directed by the Engineer.

Backfill shall be compacted to 95 percent of the maximum density as determined by ASTM D-1557-92 (AASHTO T-99 Method C or D).

The moisture content of the backfill material prior to and during compaction shall be uniformly distributed throughout each layer. Backfill material shall have a placement moisture content less than or equal to the optimum moisture content. Backfill material with a placement moisture content in excess of the optimum moisture content shall be removed and reworked until the moisture content is uniformly acceptable throughout the entire lift. The optimum moisture content shall be determined in accordance with ASTM D-1557-92.

Backfill shall be placed in complete horizontal lifts. The maximum lift thickness after compaction shall not exceed twelve (12) inches (305 mm). The Contractor shall decrease this lift thickness, if necessary, to obtain the desired density.

Compaction within 3'-0" (.914 m) of the backface of the wall facing shall be achieved by at least three (3) passes of a lightweight mechanical tamper, roller or vibratory system. No soil density tests shall be taken within this area.

At the end of each day's operation, the Contractor shall slope the last level of backfill away from the wall facing to rapidly direct run-off of rainwater away from the wall face. In addition, the Contractor shall not allow surface run-off from adjacent areas to enter the wall construction.

Article YY.5 Method of Measurement

A. Wire Wall Materials

The unit of measurement for furnishing and fabricating all materials for the walls, including wire mesh reinforcement mats, applicable backing materials and other incidentals will be the square foot of wall surface area.

The quantity to be paid for shall be measured on the basis of wall face area shown on the plans.

Measurement and payment for excavation and backfill performed during Welded Wire Wall (ERS) construction will be in accordance with the applicable sections of the contract specifications.

B. Wall Erection

The unit of measurement for wall erection will be the square foot of wall surface area complete and in place. The quantity to be paid for will be the actual quantity erected in place at the site. Payment shall include compensation for all labor and materials required to prepare the wall foundation, place the reinforcement mats and position the backing mats and screens as shown on the plans.

This information is proprietary to Hilfiker Retaining Walls and shall not be reproduced without written permission. Hilfiker Retaining Walls, P.O. Box 2012, Eureka, CA 95502-2012, Telephone 707/443-5093.

HILFIKER RETAINING WALLS ARE COVERED BY ONE OR MORE OF THE FOLLOWING PATENTS:

3,631,682 4,068,482 4,329,089 3,922,864 4,117,686 4,324,508

243,697 4,051,570 4,343,572 243,613 4,266,890 4,391,557

4,154,554 4,260,296 4,505,621 OTHER PATENTS PENDING

SECTION 70.ZZ WEIR

Article ZZ.1 General

The Work under this Section consists of furnishing all materials, tools, and equipment and performing all operations pertaining to the construction and installation of the weirs in accordance with the Drawings.

Article ZZ.2 Materials

Contractor shall provide new, undamaged materials as specified on the Drawings and in these Specifications.

a. Hardware

Contractor shall provide hot-dipped galvanized hardware, including connectors, bolts, nails, washers, and nuts. Where bolting is required, Contractor shall supply galvanized 3/8-inch lag bolts as specified on the Drawings. Each lag bolt shall have the appropriate size galvanized washer for the lag bolts.

b. Timber

Contractor shall supply rough-sawn pressure-treated timbers, treated all sides, of the dimensions shown on the Drawings. Contractor shall ensure that the wood is preserved and treated in accordance with the processes of AASHTO M133 and Best Management Practices (BMPs) for the use of Treated Wood in Aquatic Environments, published by the Western Wood Preservers Institute, 601 Main Street, Suite 405, Vancouver, WA 98660 (phone: 800-279-9663). Contractor shall provide the timbers in accordance with the Drawings for the Outfall Weir.

c. Steel

Contractor shall supply galvanized steel of the dimensions and thickness shown on the drawings. Contractor shall bolt the steel to the weir timber with the angled edge on the south side of the weir or as directed by the Engineer.

Contractor shall supply two galvanized steel Channels of the dimensions shown on the Drawings. Contractor shall bolt the Channels to the weir timbers as shown on the Drawings or as directed by the Engineer.

d. Riprap, Class 1

Contractor shall furnish and place class 1 riprap as specified in the Drawings, in accordance with M.A.S.S. and these Special Provision.

e. Geotextile

Contractor shall furnish and install Geotextile, as specified in the Drawings, in accordance with M.A.S.S.

Article ZZ.3 Construction

Contractor shall install the Weir in accordance with the Drawings or as directed by the Engineer. Contractor shall ensure that all wood members are level.

Bolt head shall make full contact with the washer and the washer shall make full contact with the wood surface after the lag bolt is turned into place.

Contractor shall join the horizontal members of the Weir in accordance with the Drawings or as directed by the Engineer.

Contractor shall construct the berms over the ends of the weir timbers, as shown on the Drawings. The nose of the berms shall be wrapped in separation geotextile and covered with class 1 riprap (12-inch depth) as shown on the Drawings.

Article ZZ.4 Measurement

Weirs shall be measured as units complete in place, all required materials except class 1 riprap are incidental, no separate payment will be made.

Article ZZ.5 Basis of Payment

Payment for this Work shall be in accordance with M.A.S.S. Section 10.07 Measurement and Payment, and shall include full payment for all Work as described in this Section.

Payment shall be made under the following unit:

ITEM UNIT

Construct Weir Each

-----------------------

[pic]

[pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download