Loading...
HomeMy WebLinkAboutTransmission Line Construction for Anchorage-Fairbanks 345kv Intertie Conformed 1982roear .ak ”TET CONFORMED COPY - CONSTRUCTION CONTRACT NO.APA-83-C-O016.TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR 'ee :es df Pa a -mo wed Ve rg . bet 3 eT aEOiatetale'.Teds:statsHtBan'aa3aS'id.>ieR.manMMEtafotinetsAbalerpee4onbeaaOPCaeGRWS+.a _| |CONFORMED COPY . es a "os ALASKA POWER AUTHORITY =age 7 ,CONSTRUCTION CONTRACT NO.APA-83-C-0016 "oe : ;-ytes ™TRANSMISSION LINE CONSTRUCTION oral (|wy FROM STATION 5171 +47.61 TO EOP FeRORaayoe|")ANCHORAGE-FAIRBANKS 345 KV TRANSMISSION LINE INTERTIE Teh ie | PR Re ee? sseaEanenash handed satbeatiacaacaniamames dhtatnaned -e cacnaadpadhsieniant - . :A oo Lo,oy -0 wee ,"- + : .:. - :ne 0 ".:. ot ta les .re 7 tee Bree SO ep Sa Bene ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 KV TRANSMISSION LINE INTERTIE es SOTION Two -INVITATION TO BID Hn ::« woe 5 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSHISSION LINE CONSTRUCTION .FROM STATION 5171.+47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION:1.0 -INVITATION TO BID 1.1 INVITATION TO BIG 1.2 TABLE OF CONTENTS 1-1 ALASKA POWER AUTHORITY CONSTRIICTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION. FROM STATION cara +47.61 TO EOPFOR ANCHORAGE-FAIRBANKS TRANSMISSION LINE INTERTIE INVITATION TO BID 1.1 Date November 1,1982 Invitation to Bid No.APA-83-R-0016 Notice is hereby given that the Alaska Power Authority will receive sealed bids for the construction of that portion of the Anchorage-Fairbanks Transmission Line Intertie known as Contract No.2,beginning at Station 5171 +47.61 near Honolulu Creek and ending at the Healy Substation near Healy, Alaska.Contract No.2 constitutes approximately 72 miles of a 170 mile 345 kV Transmission Line Intertie between the Douglas Substation near Willow, Alaska,and the Healy Substation near Healy,Alaska. Sealed bids will be received at the offices.of the Alaska Power Authority,334 Vest 5th Avenue,Anchorage,Alaska 99501 until 14:00 hours,Anchorage time,on February 24,1983.All bids received by 14:00 hours on February 24,1983 at the above indicated address will be immediately transported to the Holiday Inn,239 West 4th Avenue,Anchcrage,Alaska $9501,at which place they will be publicly opened and read aloud. \ The Alaska Power Authority will furnish certain permanent materials for theTransmissionLinetothesuccessfulbidderatacentralmarshallingyardinthePalmer,Alaska area.The Authority furnished materials include:a1] tower structures,signs,and accessories,guy yokes,guy wire and hardware, conductor,shield wire,conductor and shield wire hardware,insulators,and conductor and shield wire accessories with the exception of full tension splices and aviation marker balls.The successful bidder will furnish all other.materials,labor,supplies,facilities,equipment,support functions,etc.to maintain the construction effort in the field.Permanent material furnished by successful bidder will include all foundation materials (piling,concrete,rock anchors,etc.),grounding materials,full tension splices forshieldwireandconductor,aviation marker balls,and other miscellaneous materials as included in this Invitation to Bid and as noted on the drawings. Bidders are directed to review these documents in their entirety.Any contract resulting from this Invitation to Bid will be governed by the pro- visions contained herein. 1-2 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE TABLE OF CONTENTS 1.2 SECTION 1.0 INVITATION TO BID SECTION 2.0 INSTRUCTIONS TO BIDDERS SECTION 3.0 BIDDERS CHECKLIST SECTION 4.0 PRICE BID FORM,BONDS,ETC. SECTION 5.0 GENERAL PROVISIONS SECTION 6.0 SPECIAL PROVISIONS SECTION 7.0 TECHNICAL PROVISIONS SECTION 8.0 DRAWING LIST SECTION 9.0 CONTRACTOR'S SUBMITTALS INCLUDED WITH BID SECTION 10.0 GEOTECHNICAL INVESTIGATION (UNDER SEPARATE COVER) SECTION 11.0 VEGETATION COVER MAPS SECTION 12.0 ACCESS PLAN AND STAGING AREA PLATS SECTION 13.0 STANDARD SPECIFICATION FOR WORK ON RAILROAD PROPERTY SECTION 14.0 APA SAFETY MANUAL (UNDER SEPARATE COVER) SECTION 15.0 PRE-BID MEETING QUESTIONS AND ANSWERS ”SECTION 16.0 PRELIMINARY INFORMATION ON OWNER FURNISHED MATERIAL SECTION 17.0 BIDDERS QUESTIONSAND CORRESPONDING ANSWERS 1-3 .---I Ee ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 2.0 INSTRUCTIONS TO BIDDERS ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 2.0 -INSTRUCTIONS TO BIDDERS 2.1 DEFINITIONS 2.2 INSTRUCTIONS TC BIDDERS 2-1 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE Definitions 2.1 The following words or terms have the meaning specified when used in this Invitation to Bid or any Contract resulting from this Invitation to Bid. 1."APA"or "Qwner"or "Authority"or "Contracting Agency"or "State": Alaska Power Authority 334 West 5th Avenue,Second Floor Anchorage,Alaska 99501 1A.Contracting Officer: Executive Director of the Alaska Power Authority 1B.Project Manager: Alaska Power Authority's Project Manager for the Anchorage-Fairbanks Intertie 2.State:State of Alaska 3.Construction Manager or "CM": Morrison-Knudsen Company,Inc. 813 D Street Anchorage,Alaska 99501 4,"CAI"or "Engineer"or "Project Engineer": Commonwealth Associates,Inc. 209 East Washington Avenue Jackson,Michigan 49201 5."Project"or "Anchorage-Fairbanks Intertie"or "Intertie": Alaska Power Authority's 345 kV Transmission Line Intertie between the Douglas Substation near Willow,Alaska and the Healy Substation near Healy,Alaska. 6.Contract No.1 (BOP to Station 5171 +47.61)that portion of the projectbetweentheDouglasSubstationnearWillow,Alaska and Station 5171 +47.61,PI 77 (near Honolulu Creek). 2-2 10. ll. '12. 13. 14, Contract No.2 (Station 5171 +47.61 to EOP)that portion of the projectbetweenStation5171+47.61,PI 77 (near Honolulu Creek)and the HealySubstationnearHealy,Alaska. "Contractor": ethan Bidder who executes a Contract with the Owner for theork. "Addendum": Written interpretations and revisions to the Bid Dccuments issued by the Qwner prior to date of bid opening. "Bid": The offer or proposal of the Bidder submitted on the prescribed formssettingforththepricesforthematerialstobesuppliedandwork.to beperformed. "Bidder": The party or parties submitting a bid to'supply materials or performwork,, "Bonds":y ;Performance,Payment and Bid Bonds and other 'instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents. "Change Order": A written order to the Contractor,signed by the Owner,authorizing an addition,deletion,or revision within the scope of work,or an ad- justment in the Contract Price,delivery time or completion time issued after execution of the Contract. "Contract": The Contract is the agreement made between the Contractor and the Owner, which.shall incorporate and include as a part thereof the Contract Documents and such other documents,instruments,correspondence or memoranda which may subsequently be agreed upon in writing by the Contractor and the Owner to be a part of the Contract. Contract Documents: a.The Contract Documents consist of the Price Bid Form executed by the successful bidder and the Contract form executed by the successful bidder and the Alaska Power Authority,Performance Bond and Payment Bond executed by the Contractor,all documents,provisions,draw-ings,etc.,contained in this Invitation to Bid and Addendum(s )_thereto,and any Change Order(s)to the Contract. 2-3 14, 15. 16. 17. 18. 19. 20. (Continued) b.All components of the Contract Documents are complementary,and what is called for in any one of them shall be as binding asthoughcalledforinall. "Drawings": a.The Drawings show the character and scope of the Work to be per- formed and have been prepared by the Engineer and are referred to as such in the Contract Documents. b.When reference to the word "plans"is made anywhere in the Contract Documents,it shall be understood that such reference refers to the Drawings. c.Where "as shown","as detailed","as indicated","as noted",or words of like meaning are used,it shall be understood that re- ference is being made to the Drawings,unless stated otherwise. "Jobsite": When reference to the site or jobsite is made,it shall be understood to be the site of the Anchorage-Fairbanks Intertie,and is limited to the width of the Right-of-Way over the entire length of the transmission line intertie. "Notice of Intent to Award": The written notice by the Owner to the apparent successful Bidder, stating that upon compliance with the conditions to be fulfilled by him within the time specified and if in the Owner's discretion it is in the best interest of the State of Alaska,the Owner will execute and deliver the Contract,to him. "Notice to Proceed": A written notice given by the Owner to the Contractor fixing the date on which the Contract Time will commence to run and on which the ContractorshallstarttoperformhisobligationsundertheContractDocuments. "Shop Drawings": All drawings,diagrams,illustrations,brochures,schedules,and otherdatawhicharepreparedbytheContractorandwhichillustratetheequipment,material,or some portionof the Work. "General Provisions": Standard commercial terms and provisions and,by reference thereto,State of Alaska Statutes that govern this Contract. 2-4 22. 24, 25. 27. 30. "Special Provisions": Provisions which are specific to this Contract which supplement the General Provisions and Technical Provisions to govern this Contract. "Technical Provisions": Those portions of the Contract Documents consisting of written technical descriptions of materials,equipment,systems,standards,and workmanship as applied to the materials to be supplied or work performed,and certain administrative details applicable thereto. "Work": The Work consists of all obligations,duties,and responsibilities necessary to the successful completion of the Contract assigned to or undertaken by the Contractor under the Contract Documents,including all labor,materials,equipment,and other incidentals,and the furnishing thereof., a.("Contractor Furnish": Supply and deliver to jobsite. b."Qwner Furnish":) Supply and deliver to marshalling yard. "Install": Build into the work,ready to use in a complete finished and operable system. "Approved"or "Approval": Written approval by the Contracting Agency,the Construction Manager or the Engineer as applicable. "AS": Alaska Statute Not used "Final Inspection": The final review of the project by the Contracting Agency prior to issuance of the final Pay Estimate. "Pay Estimate”: The Contractor's written request for payment of amount due for completed portions of the Work. 2-5 31. 32. 33. "Final Acceptance": The Contracting Agency accepts responsibility for the Project from the Contractor,except as provided by Guarantees and will be given in writing by the Contracting Agency. "Provide": Furnish and install for a complete finished and operable system. "Provisions":| Where reference is made to the "Provisions",it shall be understood to mean all applicable portions of the General,Special and Technical Provisions of this Invitation to Bid. 2-6 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE Instructions to Bidders 2.2 Any offer and acceptance resulting from this Invitation to Bid shall be | expressly limited to the provisions of this Invitation to Bid and Addendum(s)issued thereto. Bidders are requested to carefully review this invitation,without delay, for defects and questionable or objectionable matter.Prompt notice of any questions,-objections or comments should be made in writing anddirectedtotheConstructionManager/Engineer (see Instructions to -Bidders,Paragraph 12)so that any necessary addendum(s)may be published and distributed to all bidders.Bidders'protests based upon anyomissions,or errors,or the content of the Invitation to Bid will bedisallowedifnotmadeknownpriortothebidopening.Verbal direct- ions,instructions,interpretations or determinations regarding any oftheprovisicnsofthisInvitationtoBid(regardless of the source ofsame)shall not be considered changes to this Invitation unless confirmed in writing by addendum, Bidders are instructed to use this and attached forms in submitting bids. A photoccpied bid may be submitted,however,it must contain all pages shown in the original bid.All bids thus submitted must contain original signature(s). Any bid may be withdrawn prior to the scheduled time for the opening of bids,or authorized postponement thereof,upon signed written or tele- Graphic request delivered to 'the Owner.Any bid received after the time and date of the bid opening will not be considered except as provided in Paragraph 4.No bidder may withdraw his bid after the actual time of the opening thereof. It is the responsibility of the bidder to ensure that his bid,and any addendum(s)to his bid,are in the office of the Alaska Power Authority prior to the scheduled bid opening time.Bids will be rejected,exceptasspecifiedbelow,if not received at the office of the Alaska PowerAuthority,prior to the time set for opening.If mailed,bids andaddendumsshallbesentviaregistered,certified,or express mail. If there is doubt that the bid will be received in time,telecopy, telegraphic,or other forms of written notice stating that the bia is inthemailwillreservetherighttohavethebidreadwhenitisreceived, provided that: a.The written notice of the potentially late bid is received by theAlaskaPowerAuthoritypriortothetimeanddatesetforbid opening. 2-7 b.The bid is postmarked no later than 12:00 noon,Anchorage local time,on the date of the bid opening. c..The bid is received within seven (7)calendar days of the date of the bid opening. For the purpose of accepting late bids,postage meter indicia shall not be considered as postmarks or proof of timely mailing.Potentially late bids must be express mailed with the time of mailing annotated by the post office and clearly evident to substantiate that the bid was mailed prior to the deadline stated and to assure timely receipt of the bid. The Alaska Power Authority reserves the right to reject any late bid for "which the circumstance or bid opening times in concert with time zone changes could have made it possible for the bidder to obtain bid prices after the bid opening time and yet still comply with the postmark requirements stipulated above. Written modifications of bids already submitted will be considered ifreceivedpriortothebidopening. If a .courier service is used for delivery of bids to the Alaska Power Authority,it shall be the responsibility of the bidder to ensure thearrivalofthebids,at the location indicated below (see Paragraph 5) prior to the time and date of the public opening. Directions for Submitting Bids:Envelopes containing bids must be sealed,marked,and addressed as shcwn in the example below.Do not put the bid number and opening date on the envelope if you are requesting bid information or submitting .questions.Envelopes with bid numbersreferencedwillnotbeopeneduntilthescheduleddateandtime.Thebid(s)shall be submitted to the Alaska'Power Authority in three (3)priced copies. An example of how to address the envelopes containing bids is as follows: Bidder's Return Address Alaska Power Authority 334 West 5th Avenue,Second Floor Anchorage,Alaska 99501 Attention:Mr.David R.Eberle ' SEALED BID Complete label provided and attach in lower left corner NOT USED Prices are to be stated in the units as indicated in the Price Bid Form. Prices quoted shall be in U.S.Dollars and include all applicable taxes,fees and costs of any nature or kind required to perform any contract which might result from this Invitation to Bid. 2-8 10. ll. For the purpose of award,offers made in accordance with this InvitationtoBidshallbegoodandfirmforaperiodofsixty(60)days from thedateofbidopening. In case of error in the extension of prices in the bid,the unit prices will govern.Ina lot bid,the lot prices will govern. The State is exempt from Federal Excise Tax under Registration No.9273- OG06K. The Alaska Power Authority reserves the right to reject any and all bids, to waive minor deviations from the provisions,and to waive any informal- ity in bids received,whenever such rejection or waiver is in the best interest of the State of Alaska. A bid may be rejected for the following reasons: a.The bidder is in arrears on taxes due the State. b.The bidder has failed to perform satisfactorily on a previous contract with the State or is not in a position to perform the contract. c.Uncompleted work which,in the judgment of the Owner,might hinder or prevent the prompt completion of additional work if awarded. d.Failure to pay,or satisfactorily settle,all bills due for labor and material on former contracts in forceat the time of issuance of proposals. e.Failure to comply with any qualification regulations of the State of Alaska.- f.Default under previous contracts. g.Acceptance period less than specified. h.The bidder has failed to furnish the submittals required to be submitted with the bid (reference Paragraph 18)or fails to provide supplementary or additional information within the specified timewhensorequestedbytheAlaskaPowerAuthority. i.Bidder submits an unbalanced bid (See Paragraph 4.1.4,Page 4-3). A bid shall be rejected for the following reasons: a.'The bid is not signed in a legally binding fashion. b.The bidder fails to furnish a bid bond or surety deposit. c.The bidder has failedto use this bid form or a photocopy thereof. d.The bid fails to conform to the material and significant requirements of the provisions of the Invitation to Bid. e.The bid contains a material alteration or erasure which is not initialed by the signer of the bid. 2-9 12. 13. 14. f.ay bid is received late (see Instructions to Bidders 2.2,Paragraph4). g.Bidder has not quoted all items in the Price Bid Form. h.The Bidder fails to acknowledge addendums. Prior to award of Contract,any bidder may be required to furnish evidence satisfactory to the Alaska Power Authority that he and his proposed subcontractors have sufficient means and experience'in performing comparable work,his business and technical organization, financial resources,plant available and method of performing the work are adequate,and whether he has ever been terminated or defaulted on construction work to assure completion of the Contract in a satisfactory manner.When so requested,such information shall be submitted within seven (7)calendar days of the request. All correspondence during the bidding process to the Alaska Power Authority of a technical or commercial nature shall be addressed to: MORRISON-KNUDSEN COMPANY,INC.- P.0.Box 7808 Boise,Idaho 83729 Attention:Mr.John Hinkson With copies to; 1.ALASKA POWER AUTHORITY 334 West 5th Avenue Anchorage,Alaska 99501 Attention:Mr.David R.Eberle 2.COMMONWEALTH ASSOCIATES,INC. 209 East Washington Avenue Jackson,Michigan 49201 Attention:Mr.R.Hoop,P.E.,Project Engineer A bid shall be awarded to the lowest Alaska bidder if his bid is not more than five percent (5%)higher than the lowest nonresident's bid (Alaska Statute 37.05.230)..An Alaska bidder is defined as one who: a.Holds a current:Alaska business license;business license number must be shown in the space provided in Section 3.0,Bidder's Check- list.:t b.Submits a bid for goods or services under the name as appearing on his current Alaska business license. c.Has maintained a place of business in the State for a period of six (6)months immediately preceding the date of his bid. Exceptions to Provisions Exceptions to the Provisions of this Invitation to Bid shall be treatedasaconditionalbidandshallbecauseforrejection. 2-10 iN 15. 16. 17. 18. 19. Bid Security All bids shall be accompanied by bid security in the form of an acceptable Bid Bond,a form of which is provided herein,or Certified Check,Cashier's Check or Money Order in the amount of 5%of the maximum bid._ Any Certified Check,Cashier's Check or Money Order must be payable to the Alaska Power Authority.If the Bidder fails to furnish an acceptable bid security with the bid,the bid shall be rejected as nonresponsive. Telegraphic notification of execution of Bid Bond does not meet the requirements of a bid security accompanying the bid.No individual surety will be accepted in lieu of Bid Bond,Certified Check,Cashier's Check or Money Order. The bid securities of the two lowest bidders will be held by the Alaska Power Authority until the Contract has been executed,after which such bid securities will be returned.All other bid securities will be returned as soon as practicable. If all bids are rejected,all bid securities will be returned as soon as practicable. If any bidder refuses to enter into a Contract,his Bid Security will be retained as liquidated damages. An aggrieved bidder responding to a competitive bid may appeal to the Alaska Power Authority for a hearing.A bidder requesting a hearing shall:(1)submit his appeal in writing within five (5)days after an award of a contract,Saturdays and Sundays and other legal holidaysexcluded;(2)explain in detail all of the reasons for the appeal;(3) send a copy of his appeal to all interested parties,including all other bidders (see Alaska Statute 37.05.240 and Alaska Administrative Code 2 AAC 15.100). The Contract Form when executed by the Alaska Power Authority shall, along with the other Provisions to this Invitation to Bid,constitute theagreementbetweenthesuccessfulbidderandtheAlaskaPowerAuthority. 'Submittals Required with Bid a.The Bidder shall submit three (3)copies of all information required to be submitted with the bid.Submittals to be included with the bid are listed hereunder:. 1.Construction Plan and Schedule (Article 6.17 of Section 6.0) 2.Summary of Qualifications and Experience of Bidder.(Paragraph23ofInstructionstoBidders) Required Documents for Bid BIDS WILL NOT BE CONSIDERED if the following documents are not completely filled out and submitted with the bid., 2-11 20. 21. a.Bidder's Checklist (Section 3.0)completed. b.Bid Security,Bid Bond,Certified Check,Cashier's Check or MoneyOrder.(Bid Eonds must be accompanied by a legible copy of thePowerofAttorney.). c.Price Bid Form,completed and signed. d.Deleted e.Deleted Addenda Requirements Any Addenda to be issued will be issued to all bidders at least seven (7) days prior to the bid opening date. The bid documents provide for acknowledgment individually of all addenda to the drawings and/or provisions on the signature page of the Price Bid Form.All addenda shall be acknowledged on the Price Bid Form or by . telegram prior to the scheduled time of bid opening.If no addenda are received by the bidder,the word "None"should be shown as specified. Contract Bonds Prior to execution of the Contract,the selected Contractor will be required to furnish a Payment Bond and a Performance Bond. a.Payment Bond:Fifty percent (50%)of the Contract amount. b.Performance Bond:Fifty percent (50%)of the Contract amount. c.Payment and Performance Bonds may be either of the following: 1..Corporate Surety (Bonding Company). 2.Individual Surety:The adequacy of Individual Surety will be determined by the Project Manager.Where individual sureties are used,two individual sureties must each put up 502 of theBondrequirementbyoneofthefollowing: a.Escrow account in the name of the Alaska Power Authority for the duration of the Contract,and for guarantee period required by the Contract and settlement of any outstandingclaims;acceptable securities would include but not necessarily be limited to cash,treasury notes,bearer instruments having a specific value,money market certifi- cates and irrevocable letter of credit. b.First Deed of Trust against the unencumbered value of real property within the State of Alaska or an agreement by anysecondparty,including deeds of trust,mortgage,lien orjudgmentintereststosubrogatetheirinteresttothatcftheStateofAlaskaintherealprepertywhichhasbeen offered by the personal surety.Title search and current 2-12 22. 23. professional appraisal (within the last three (3)months) or assessed value of the property offered as collateral. This Deed of Trust must be recorded in the land office where the property was originally recorded.The Deed of Trust must remain in effect for the duration of the Contract and for guarantee period required by the Contract and settlement of all outstanding claims. Any cost incurred by a Contractor or individual surety shall be borne by the Contractor.; Items a.and b.above may be replaced by Corporate Surety during the course of the contract period.If the Surety desires to dispose of the collateral posted the State will,at its option,accept substitute collateral. Required Documentsfor Execution of Contract The following documents must be completely executed prior to award of the Contract and starting work.Contractors are urged to expedite thecompletionoftheserequirements-so that the Contract may be executed andNoticetoProceedwiththeworkcanbemadeinatimelymanner.Thesedocumentsmust.be submitted within fifteen (15)calendar days after dateofNoticeofIntenttoAward. 1.Contract Bond (Payment). 2 Contract Bond (Performance). 3.Resident Agent's Affidavit. 4 Non-Collusion Certificate. 5.'Proof of Workmens Compensation Insurance. 6.°Fully executed contract form including Corporate Certificate if Contractor is a corporation., 7.Copy of current Alaska Contractors Certificate of Registration and - Alaska Business License Copies of items 4 and 6 are enclosed in Section 4.0 for your information.These forms do not need to be returned with your bid.The successful bidder(s)will berequired to complete and return these forms prior toexecutionofthecontractbytheAlaskaPowerAuthority. Summary of Qualifications and Experience of Bidder -Bidders shall furnish with their bid a summary of their qualifications and experience for performing work under this Contract.As a minimum,the summary shall include:The Bidder(s)complete name and address,adescriptionofthoseportionsoftheworktobeperformedbytheBidder(s),a description of work to be subcontracted,a listing of 2-13 24. Bidder's previous experience in the last 10 years in work of a similar nature and magnitude,and a specific listing of all previous work performed in the State of Alaska. Evaluation of Bids Any Contract which may be awarded as a result of this Invitation to Bid will be awarded to that low responsive and responsible bidder whose bid represents the lowest total evaluated cost to the Alaska Power Authority. For purposes of award,bids will be evaluated on the TOTAL BID PRICE for all bid items.Any discretionary action by the Authority with regard to optional bid items,as provided for in the Contract Provisions,will be exercised after award. Total evaluated cost will be considered as the bidder's Total Bid Price combined with any Alaska Bidders Preference Adjustment that may be applicable. Responsibility of Bidders will be determined by evaluating Bidder's Construction Plan and Schedule and his past performance and capabilities. 2-14 ALASKA PCWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHCRAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 3.0 BIDDER'S CHECKLIST ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 3.0 -BIDDER'S CHECKLIST 3.1 BIDDER'S CHECKLIST 3-1 ALASKA PQWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHCRAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE BIDDER'S CHECKLIST 3.1 Bidders shall complete the following where applicable.If an item is not applicable,the Bidder shall enter the words "Not Applicable"or "None", 1,Does the Bidder qualify for Alaska Bidder's Preference (reference paragraph 13 of the Instructions to Bidders 2.2}? Yes X ce No If yes,the Bidder shall indicate their Alaska Business License No.in Space provided below. Alaska Eusiness License No.__061794 Does each copy of the Price Bid Form of this Invitation to Bid bear anoriginalsignature(s)?ho.Yes -X No 3.Is Bidder's Bid Security enclosed? Yes X .No 4.Is Bidder's Construction Plan and Schedule enclosed? Yes X . No 5.Has Addendums Section of the Price Bid Form been completed? Yes X - 3-2 6.Is Summary of Qualifications and Experience of Bidder enclosed? Yes X No 7.Is Power of Attorney (reference paragraph 19 of the Instructions toBidderSection2.0)enclosed? Yes X weetOe-SaeaeALASKA POWER AUTHORITY _CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 4.0. PRICE BID FORM >c>>>>>>*eALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-R-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 4.0 -PRICE BID FORM -1 PRICE BID FORM 4.1.0 General 4.2.0 Item of Work 4.3.0 Schedule of Prices -Contract No.APA-83-C-0016 .4 BID BOND (WITH CERTIFICATE AS TO CORPORATE PRINCIPAL) 5 CONTRACT PERFORMANCE BOND PAYMENT BOND (WITH CERTIFICATE AS TO CORPORATE PRINCIPAL) AFFIDAVIT OF INDIVIDUAL SURETY (WITH CERTIFICATE OF SUFFICIENCY) RESIDENT AGENTS AFFIDAVIT oOooOo™"™DDNON-COLLUSION AFFIDAVIT -10 CONTRACT -11 NOT USED 4.1.6 4.1.1 4.1.2 4.1.3 4.1.4 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE PRICE BID FORM 4.1 GENERAL The undersigned Bidder declares that he is fully informed of, and has made himself thoroughly familiar with,the requirements of all drawings and contract documents. The undersigned Bidder further declares that he has examined all the available records and has made a field examination of the jobsite,access roads to the jobsite,staging areas,camp sites,railroad sidings and operations,highways,marshalling yards,and any other support system the Contractor may need. He further declares that he has informed himself about the subsurface conditions and surface and subsurface water condi- tions to be enccuntered,the character of equipment and facili- ties needed for the prosecution of the work,the location and suitability of all construction materials,the quantities in the various sections of the work,the labor conditions and all other matters in connection with the work and services to be performed under this Contract.Any records of subsurface condition,.water records or other observations which have been made by the Engineer have been made with reasonable care and accuracy.Such records are made available to the Bidder for his information,but there is no expressed or implied guarantee as to the accuracy of the records or any interpretation of them.The Bidder declares that he recognizes this and that he has formed his own opinion of the character of the ground surface and subsurface conditions based on inspection. The undersigned Bidder further declares that if his bid is accepted,he will provide the material,labor and equipment in accordance with the Contract and any other instructions as agreed to with the Alaska Power Authority. Variations in Estimated Cuantities -Subdivided Items.In order to permit the Contractor tc properly distribute.hisindirectcosts,some bid items have been subdivided into two sub-items.All of the Contractor's indirect costs should be included in the bid price for sub-item (a).Should the actualGuantityofworkperformedunderanybiditembelessthan90%of the quantity shown of sub-item (a),the Contractor will bepaidfortheactualworkperformedattheunitpriceforsub-item (a)and an equitable adjustment in the contract pricewillbemadeupondemandoftheContractor.The equitableadjustmentinpricefortheunder-run will be made on the basis 4-2 4.2.0 4.1.5 4.2.1 4.2.2 4.2.3 ITEM that the Contractor has assumed the risk and is entitled to no adjustment for the first 10%under-run.. Any work performed in excess of the quantities shown forsub-item (a)will be paid at the unit price for sub-item (b). Variation from the estimated quantity in the actual workperformedundersub-item (b)will not be the basis for an adjustment in the contract unit price. In no event shall the bid unit price for sub-item (b)be greater than the bid unit price for sub-item (a).Any such bid will be considered to be an unbalanced bid and subject to' rejection. Variation in Estimated Quantities -Minor Items Items 27,28,29,32,33,34,35 and 36 are considered minor items and no adjustment will be made for over-runs or under-runs. OF WORK General -The various items of work included in the Schedule of Prices of the Price Bid Form shall include all supervision, labor,tools,camps,equipment,apparatus,conveyances and any other expenses necessary to complete the contract work in accordance with the Provisions and Drawings,whether or not such labor or expense is specifically mentioned in the descrip- tion.The principal parts of the various items are as follows: Mobilization and Demobilization Bid Item 1 -This item is a Lump Sum.Mobilization includes all costs involved in organiz- ing,transporting,and assembling a labor force and equipment to initiate the work as required by the Contract Documents. Also included will be those costs associated with camp move-in and set-up.It does not include the purchase of any structuresordwellingswhethermobileorpermanent.(Premiums for bonds and insurance per GP 5.3.1 shall be included as part of mob- ilization.)Demobilization includes all costs involved in concluding the work such as camp removal,move-out of all equipment,materials,supplies and personnel. Monthly partial payments will be made for mobilization to the Contractor based on invoices submitted and certified as being incurred for mobilization up to a maximum of 60%of the lump sum amount bid. Monthly partial payments will be made to the Contractor fordemobilizationbasedoninvoicessubmittedandcertifiedas being incurred for demobilization. All monies remaining from progress payments as defined aboveformobilizationanddemobilizationwillbepaidtotheCon- tractor upon final acceptance of the work. Clearing,Item 2 -This item is a lump sum and includes allcosts.involved in clearing and disposal of brush,trees,anddangertreesinaccordancewiththeProvisions.Payment willbemadebasedonthepercentagecompleteofactualclearing 4-3 4.2.4 accomplished.The basic unit of measurement for completion will be the span.No payment will be made for any portion of the work done in any given span until all clearing has been completed and all felled material has been disposed of prop-erly within the entire span.Each span will be weighted in accordance with the relative difficulty of the clearing and the determination of percentage complete will be calculated acc- ordingly.Weighting will be as determined by the Construction Manager in concert with the Contractor prior to the start of work. Overhead Construction,Item 3 -This item is a lump sum and includes loading,unloading,hauling,handling and sorting of owner-furnished materials;installing structure pile clamps and base plates;assembling and erecting structures including guys, guy hardware and signs;assembling and installing hardware and insulators;furnish and install grounding of structures; stringing,sagging,and clipping-in of the conductors and .Shield wires;installation of dampers and spacers;furnish and installation of aviation marker balls,clean-up,and any other activities as required by the Provisions and Drawings whether or not such features are specifically mentioned in this paragraph.The estimated total structure quantities are shown in Paragraph 4.2.4.1 and were derived from Plan and Profile drawings.Total structure quantities may vary by plus or minus 5 structures before adjustments in payment will be made.No adjustments in payments will be made for differences in average structure height,weight or variation in distribution of structure types along the line.Marker ball quantities may vary by plus 6 without adjustment of payment.Payment will be made based upon percentage of work completed. The basic unit of measurement for completion for tower erectionwillbeeachtowercompletedandacceptedincludingthe installation and tensioning of all guys,the installation of all grounding required and the installation of tower signs. Partial payment will be made for the installation of insulators and hardware for each tower for which the complete assembly has been installed. The basic unit of measurement for determining completion of line stringing will be each pull for which all conductors andshieldwireshavebeenstrung,sagged,and clipped with allspacers,dampers,marker balls and other accessories installedandforwhichtheareahasbeencleanedup. Partial payments will be made for delivery of material to theerectionsiteonabasistobeestablishedbytheConstruction Manager in concert with the Contractor prior to the start of work. 4-4 4.2.4.1 Estimated Structure Quantities STRUCTURE STRUCTURE HEIGHT (FEET)TOTAL %OF TYPE 60 65 70 "75 80 85 90 95 100 173 NO.TOTAL A 7 21 #19 29 64 =12 156 48 B 4 4 5 7 3 2 6.3]9 C 1 1 2 1 a:2 D 2 2 2 1 1 8 2 E 5 3 3 3 14 4 F 1 1 2 21 SA 22 «10 5 5 5 1 1 49 15 SB 8 1 6 1 2 7 25 8 SC 4 1 1 6 2 SD 1 1 1 3 1 HA 6 7 3 6 5 27 8 SE ]]Trace SP 1 ]Trace TOTALNO.54.12,-49 46 4988 2 6 1328 --«100 TOTAL 16 415 1415 a 6 1 2 Trace 100 These tower quantities have been derived from the latest plan and profiledrawings(Drawing No.2002,Sheets 102 through 177 marked "issued for bid"and dated December 7,1982).This quantity take-off is offered as informationonlyanddoesnotalleviatethecontractoroftheresponsibilityofperforminghisowntake-off to acquaint him with the tower quantities.The structure at PI 77 is included in this take-off. 4-5 4.2.4.2 The following Estimated Structure Weights include pile clamps or base plates but do not include guys,suspension hardware,or insulator assemblies. Structure Weight of Structure Pounds Type Shortest Tallest A 19,300 22,800 B 25,500 31,500 C 28 300 37 ,900 D 29,300 36 ,500 E 26 ,300 35 ,900 F ;27,300 36 ,900 HA 28 100 34,700 SA 24,900 35 ,200 SB 35 ,600 56 ,800 SC 45,700 59,600 SD 47 ,300 68 ,400 SE 55 ,000 70,000 SP -100,000 4.2.4.3 Marker balls are estimated to be installed two per span in 4.2.5 4.2.6 4.2.7 11 spans. Pile and Anchor Test Program,Item 4 -This item is a lump sum and includes ali the costs involved in supplying,preparing, performing and reporting a foundation and anchor test program as required by the provisions and as shown on the drawings. Payment to the Contractor will be made upon completion of thetestprogram. _Foundation Construction -No partial payments will be made for foundation construction until the entire foundation for any given structure,including guy anchors,has been completed and accepted and the foundation is ready for erection of the structure.Partial payments will then be made based on the unit prices for each of the different bid items involved in theinstallationofthecompletedfoundation(s). Note:For clarification of the ensuing foundation item - descriptions,Bidder's attention is drawn to the differen- tiation between "structure anchor bolts"which are supplied by the Owner,and "rock bolts"or "rock anchors"which are to be supplied by the Contractor. Pile Foundation,Items 5,6 and 7 -Drawing No.2003,Sheets 1, 3,5,7,9,11 and 17.These items include the furnishing andinstallationof25foot(20 foot penetration):long H-piles, including tips and caps,as required to support the structurelegs.The A,B and HA structures have two legs while the C,D, E-and F structures each have three legs;each leg requiring one pile.The unit of measurement is "Each"and consists of allthepilesrequiredforastructuretype.The quantity to bepaidforisthetotalnumberofunitsinstalled. In the case of A,B or HA structure foundations,if one of the leg piles is not installed and a rock foundations is used,theContractorwillbepaidforthesinglelegpileattherateofsixtypercent(60%)of the unit bid price of Item 5. 4-6 4.2.8 4.2.9 4.2.10 4.2.12 For C,D,E and F structure foundations,the payment for onepolepilewillbefortypercent(40%)and for two pole pileswillbeeightypercent(80%)of the unit bid price of Item 6. The substituted rock foundations are paid for individually at the unit price for Item 14 or 15 as applicable for the type of rock foundation installed. Guy Anchors,Pile Type,Items 8,9 and 10 -Drawing No.2003, Sheets 1,3,5,7,9 and 11.These items include the furnishing and installation of H-Piles,with tips,as required to resist the guy loading.Also included are the assemblies or holes for attachment of the guys.The unit of measurement is "Each"consisting of one complete anchor.The quantity to be paid for will be the total number of units installed. Pile Stabilization Assemblyfor Type A,B,C,D,E,F,and HAStructures,Item 11 -Drawing No.2003,Sheets 1,3,5,7,9 and 11.This item includes the furnishing of H-Pile caps,rockanchors,(4 each at 25'overall length)casings,joints, couplings,nuts,grout and/or resin as required to stabilize and provide uplift capability to the piles which encounter rock before minimum pile penetration is achieved.The unit of measurement is "Each"consisting of one stabilization assembly for one pile.The quantity to be paid for is the total number of units installed. Additional Pile Length,10 HP 57 and 12 HP 74,Item 12 and 13. These items include the furnishing and installation of additional length of steel H-Pile as required.Full tensionspliceswillbepaidforastwo(2)lineal foot of pile length. The unit of measurement is lineal feet of additional pile installed.The quantity to be paid for is determined by the lineal footage of pile installed beyond 20 foot pile penetration required to meet design requirements. Rock Foundation,Type Rl for A,B,C,D,E,F and HA Type Structures,Item 14 -Drawing No.2003,Sheets 2,4,6,8,10,12 and 18.This item includes the installation of four (4) structure anchor bolts in rock to support one Jeg or one pole of a structure.The installation will be of the size anc depth shown on the drawings for each structure type.StructureanchorboltswillbesuppliedbytheAuthority.The resinand/or grout will be supplied by the Contractor and is includedinthework.The unit of measurement is "Each"consisting of each group of four (4)anchor bolts installed.The quantity tobepaidforisthetotalnumberofunitsinstalled. Precast Concrete Block Foundation,Type R2 for A,B,C,D,E,F and HA Type Structures,Item 15 -Drawing No.2003,Sheets,2,4,6,8,10,12,13,14,15,16 and 18.This item includes thefurnishingandinstallationofresinand/or grout,rock bolts,casings,plates,nuts,couplings,one precast block withconcretelevelingpadandinstallationoffour(4)structureanchorbolts,as required to support one (1)leg or one (1) 4-7 4.2.13 4.2.14 4.2.15 4.2.16 pole of a structure.The length of rock bolts to be furnishedwiththisitemwillbetheminimumembedmentlengthshownonthedrawingplusthelengthrequiredforone(1)block with leveling pad.All earth and/or rock excavation and backfill required will be incidental to this item.The structure anchor bolts will be supplied by the Authority.The unit ofmeasurementis"Each".The quantity to be paid for is thetotalnumberofunitsinstalled. Additional Precast Concrete Block for R2 Type Foundation,Item 16 -Drawing No.2003,Sheets 2,6,8,10 and 12.This item includes the furnishing and installation of additional precast blocks,including extra rock bolt length,couplings,grout and spacers,which may be required on Bid Item 15.The extraexcavation(rock or earth)and backfill will be incidental to this item.The unit of measurement is "Each".The quantity to be paid for is the total number of units installed. Additional Length Rock Anchors for R2 Type Foundations,Item 17,18 and 26 -Drawing No.2003,Sheets 2,4,8,10,12,13, 14,15,16 and 18.These items include embedded and unembedded lengths of rock anchors.The embedded length is that required to provide for additional embedment in rock and includes the furnishing and installation of the additional length of rock anchor,additional resin and/or grout and couplings.The .unembedded Jength jis that which may be required to reach suitable rock for proper foundation anchorage and is measured from bottom of block to top of the rock and includes the furnishing and installation of the additional length of rock anchor and additional couplings and casing.The unit of measurement is "Lineal Foot".The quantity to be paid for is the total number of units installed. Rock Guy Anchor,Type R3,Items 19,20 and 21 -Drawing No. 2003,Sheets 2,4,6,8,10,12 and 18.These items include furnishing and installation of rock anchors in embedded and unembedded lengths.The embedded length jis that which is installed in rock and includes the furnishing and installation of the rock bolt,both resin and/or grout,and couplings.The unembedded length is that which is required to reach suitable rock for proper guy anchorage and includes the furnishing and installation of the rock bolt,couplings and casing.The unit of measurement is "Lineal Foot".The quantity to be paid for is the total number of units installed. Rock Foundations Type SAR],SBR]and SCRI,Item 22 -DrawingNumber2003,Sheets 13,14 and 15.This item is for installing structure anchor bolts into rock for foundation types SARI, SBRI and SCR1.These foundation types will be used for struc- ture types SA,SB,SC,SD,and SE in locations where there issoundrockwithin12feetorlessofthegroundsurfaceandsuitablebearingmaterial(till,talus,gravel or rock)ispresentwithintwo(2)feet of the surface.The structureanchorboltswillbeinstalledingroupsof16,20,24 or 28 on approximately 8"centers.The work includes excavating down 4-8 4.2.17 4.2.18 4.2.19 4.2.20 into suitable bearing material and drilling holes through the remaining overburden and 10'+into sound rock and installing the structure anchor bolts.The structure anchor bolts are furnished by the Authority and will be 24"diameter by variable length.The work includes cutting the bolts to the proper length for each location.The Contractor is to furnish the resin er grout and casing as required.The unit of measurement is "Each"structure anchor bolt and the quantity to be paid for is the total number of units installed.Concrete required for the concrete bearing pad will be paid under Item 29,Concrete. -Pier/Rock Foundation Type SAR2,SBR2 and SCR2 for SA,SB,SC, SD and SE Structures,Items 23,24 and 25 -Drawing No.2003, Sheets 13,14,15 and 16.These foundation types are used in locations where sound rock is at a depth greater than 12'or where there is more than 2'depth of unsuitable bearing material at the ground surface.This item includes the furnishing and installation of steel reinforcing,formed concrete,rock bolts,plates,nuts and couplings,resin or grout,and installation of structure anchor bolts to support one structure.The structure anchor bolts will be supplied by the Authority.Excavation and backfill recuired is incidental to the work.One pier foundation is required for the SA,SB and SC Structures and three pier foundations are required for the SD Structures.The unit of measurement is "Each"and consists of one foundation to support a single pole.The quantity to be paid for is the total number of units installed. Earth Excavation,Item 27.This Item covers the removal of unsuitable material and the backfill with suitable granular material as directed by the Engineer or Construction Manager. The quantity to be paid for will be that portion within the extended payline shown on the drawings.Normal excavation for foundation construction or over excavation for the convenience of the Contractor will not be considered for payment.Included in this item is the removal and disposal of the excavated material and the furnishing,placing and compacting of suitable granular material.The unit of measurement is "Cubic Yards"and the quantity to be paid for is the total number of cubic yards of earth excavation performed. Rock Excavation,Item 28.This item covers the excavation, removal and disposal of sound rock in such special cases as may be directed by the Engineer or Construction Manager.Rock excavation normal to foundation installation or over excavation for the convenience of the Contractor will not be considered for payment.The unit of measurement is "Cubic Yards"and thequantitytobepaidforisthetotalnumberofcubicyardsof rock excavation performed. Concrete,Item 29.This item includes the furnishing,forming and placing of concrete and the furnishing,bending and placing 4-9 4.2.2] 4.2.22 4.2.23 4.2.24 4.2.25 4.2.26 4.2.27 of steel reinforcement in accordance with the Provisions and at the direction of the Construction Manager.This item includes the concrete bearing pads for SAR],SBR]and SCR1 foundations, structural concrete for the Type SP structure foundations and any concrete required for other special structures as directed by the Construction Manager.The unit of measurement is "Cubic Yard".The quantity to be paid for is the total number of units installed. Test Holes,Item 30.This item includes all costs involved in drilling test holes as requiredin the Technical Provisions.Payment will be made based upon the actual quantity of test holes made under the direction of the Engineer.The unit of measurement is "each test hole complete".The quantity to be paid for is the total number of units completed. Helicopter Service,Item 31 -This item includes all cost involved in providing an exclusive use helicopter as required in the Provisions.Payment will be made to the Contractor based on invoices submitted and certified as being incurred for the use as specified in the Provisions.Unit of measurement is "flight hours."The Authority reserves the right to exclude this bid item from the Contract and to subtract the bid price from the total contract price at the discretion of the Project Manager. Automotive Maintenance,Item 32 -This item includes all work required by Contractor's automotive maintenance facilities andmechanicalpersonnelto.maintain vehicles of the Owner'sRepresentatives.(Refer to Article 6.9.4,Special Provisions) Unit of measurement is "Manhours." Automotive Fuel Gasoline,Item 33 -This item includes furnish- ing fuel as required by the Construction Manager.Unit of measurement is in U.S.gallons. Accommodations,Item 36 -Refer to Section 6.0 (Special Provisions)Article 6.9.2 for accommodation requirements.Unit of measurement is "Man-day." Meals,Item 34 -Refer to Article 6.9.2 of Special Provisions for meal requirements.Unit of measurement is "Each." Helicopter Landing Platforms,Item 35 -Drawing No.2013.ThisItemincludestheerectionofStructuralHelicopterLanding Platforms along the line as specified by the ConstructionManager.Contractor is to furnish all labor and materials.Unit of measurement is "Each". 4-10 4.3.0 SCHEDULE OF PRICES CONTRACT NO.APA-83-C-0016 ExtendedItemUnitofEstimatedUnit No.Description Measure Quantity Price Total General 1.Mobilization and Demobilization Job 1 Lump Sum 1,000,000.00 2.Clearing Job -1 Lump Sum 4,000,000.00 3.Overhead Construction Job 1 Lump Sum 11,900,000.00 4,Pile and Anchor Test Program Job 1 Lump Sum 746 ,950.00 5.Pile Foundation,for Type A &B Structures,25 foot pile, (10 HP 57)2-piles per foundation (a)Each foundation up to 135 Each 135 2,250.00 303,750.00 (b)Each foundation in excess Each 28 1,900.00 53,200.00 of 135 6.Pile Foundation,for Type C,D, E &F Structures,25 foot pile (10 HP 57)3-piles per foundation (a)Each foundation up to 16 Each 16 3,630.00 58 ,080.00 (b}Each foundation in excess Each 6 3,200.00 19,200.00 of 16 7.Pile Foundation,for Type HAStructures,25 foot pile,(12 HP 74) 2-piles per foundation (a)Each foundation up to 19 Each 19 2,900.00 55,100.00 (b)Each foundation in excess Each 6 2,530.00 15,180.00 of 19 8.Guy Anchor,25 foot pile for A &B Structures,(10 HP 57) 1-pile per guy anchor (a)Each guy anchor up to 250 Each 250 860.00 215,000.0( (b)Each guy anchor in excess Each 76 7/0.00 58,520.06 of 250 9.Guy Anchor,25 foot pile for C &HA Structures,(10 HP 57) l-pile per guy anchor (a)Each guy anchor up to 35 Each 35 1,100.00 38 ,500.0 (b)Each guy anchor in excess Each 11 7,000.00 71,000.0 of 35 4-1] Item No.Description Unit of Measure Estimated Quantity Unit Pric e Extended Total 10. 11. 12. 13, 14. 15. Guy Anchor,Double 25 foot pile for C,D,E,F &HA Structures, (10 HP 57)2-piles per guy anchor (a)Each guy anchor up to 150 (b)Each guy anchor in excess of 150 Pile Stabilization Assembly for Types A,B,C,D,E,F &HA Structures (a)Each assembly up to 25 (b)Each assembly in excess of 25 Additional Pile Length,(10 HP 57), Including Splice Allowance at 2 LF per Splice (a)Each LF up to 200 (b)Each LF in excess of 200 Additional Pile Length,(12 HP 74), Including Splice Allowance at 2 LF per Splice (a)Each LF up to 40 (b)Each LF in excess of 40 LF Rock Foundation Type Rl for A,B,C,D,E,F &HA Type Structures,4 Structure Anchor Bolts to Support One Leg or Pole (a)Each foundation up to 3 (b)Each foundation in excess of 3 Precast Concrete Block Foundation Type R2 for Type A,B,C,D,E,F &HA Structures,Basic Foundation Including One Block,for One Leg or Pole (a)Each concrete block founda- tion up to 45 (b)Each concrete block founda- tion in excess of 45 Each Each Each Each LF LF LF LF Each Each 150 25 200 50 40 10 WWw45 2,000.00 300 ,000.00 1,800.00 1,900.00 113,400. 47,500 00 1,640.00 16,400.00 37.00 7,400.00 33 00 1,650. 150.00 6,000. 125 00 1,250. 1,350.00 4,050.00 1,125 00 3,375. 2,050.00 92,250 00 1,760.00 10,560.00 Item No. Unit of Description Measure Estimated Quantity Unit Price Total 'Extended 16. 17. 18. 19. Additional Precast Concrete Blocks for Type R2 Foundations for A,B, C,D,E,F &HA Structures (a)Each additional block up Each to 80 (b)Each block in excess of 80 Each Additional Rock Anchor Length for Type R2 Foundations,60,000 1b 17A.Embedded Length (a)Each lineal foot up LF to 80 (b)Each foot in excess LF of 80 17B.Unembedded Length (a)Each lineal foot up LF to 900 (b)Each foot in excess LF of 900 Additional Rock Anchor Length for Type R2 Foundations,93,000 1b 18A.Embedded Length (a)Each lineal foot up LF to 200 (b)Each foot in excess LF of 200 18B.Unembedded (a)Each lineal foot up LF to 2,400 (b)Each foot in excess LF of 2,400 Guy Anchors Type R3,60,000 IbTotalLinealFeetofRockBolt Installed (45 Degree Slope) 19A.Embedded Length (a)Each lineal foot up LF to 250 (b)Each foot in excess LF of 250 4-13 80 25 80 20 900 400 200 200 520.41,600.00 450.11,250.00 50 600.00 75 135.00 14.13,050.00 12.5 ,040.00 50 1,700.00 50 1,500 00 15.37,200.00 13.32,400.00 2,290.0000. .00 1,360.00 Item No.Description Unit of Estimated Measure Quantity Unit Price Extended Total 19. 20. 21. 22. 19B.Unembedded Length (a)Each lineal foot up to 200 (b)Each foot in excess of 200 Guy Anchor,Type R3,93,000 1b Total Lineal Feet of Rock Bolt Installed (45 Degree Slope) 20A.Embedded Length (a)Each lineal foot up to 30 (b)Each foot in excess of 30 20B.Unembedded Length (a)Each lineal foot up up to 10 (b)Each foot in excess of 10 Guy Anchor,Type R3,135,000 1b Total Lineal Feet of Rock Bolt Installed (45 Degree Slope) 21A.Embedded Length (a)Each lineal foot up to 800 (b)Each foot in excess of 800 21B.Unembedded Length (a)Each lineal foot up to 300 (b)Each foot in excess of 300 Anchor Bolts for Foundation Type R1 SA,SB,SC,SD &SE Structures (a)Each bolt up to 800 (b)Each bolt in excess of 800 LF LF LF LF LF LF LF. LF LF LF Each Each 200 100 30 20 10 10 800 260 -300 160 800 . 400 14.50 2,900.00 12.70 1,270.00 291 00 174.00 15.50 155.00 13.50 135.00 12.00 9,600.00 11.00 2,860 00 16.50 4,950.00 14.50 2,320.00 280.00 224,000.00 240.00 96 ,000.00 Item Unit of Estimated Unit Extended No.Description Measure Quantity Price Total 23.Pier/Rock Foundation Type SAR2 for SA &SD Structures (a)Each pole foundation up Each 8 28 ,000.00 224,000.00 to 8 (b)Each pole foundation in Each 7 24,000.00 168,000.00 excess of 8 24.Pier/Rock Foundation,Type SBR2 for SA,SB,SD &SE Structures (a)Each pole foundation up Each 4 33,500.00 134,000.00 to 4 (b)Each pole foundation in Each 4 26,300.00 105,200.00 excess of 4 25.Pier/Rock Foundation,Type SCR2 for SB &SC Structures (a)Each pole foundation up Each 2 35,000.00 70,000.00 to 1 (b)Each pole foundation in Each ]27,600.00 27,600.00 excess of 1 26.Additional Rock Anchor Length (135,000 1b)for Type SCR2 Foundations 26A.Embedded (a)Each lineal foot up LF 45 11.00 495.00 to 45 (b)Each foot in excess LF 15 10.00 150.00 of 45 26B.Unembedded (a)Each lineal foot up LF 300 18.00 5,400.00 to 300 , (b)Each foot in excess LF 300.15.50 4,650.00 of 300 MISCELLANEOUS FOUNDATION ITEMS- 27.Earth Excavation Cubic Yards 1,615 40.00 64,600.00 28.Rock Excavation Cubic Yards 150 60.00 9,000.00 Zo.Concrete Cubic Yards 300 700.00 210,000.00 Item Unit of Estimated Unit Extended . No.Description Measure Quantity Price Total 30.Test Holes (a)Each test hole up to 150 Each 150 900.00 -_135,000.00(b)Each test hole in excess Each 75 800.00 60,000.00 of 150 31.Helicopter Service (a)Each flight hour up to 520 Each 520 400.00 208,000.00 (b)Each flight hour in excess Each 150 400.00 60,000.00 of 520 32.Automotive Maintenance Manhours 400 65.00 26,000.00 33.Automotive Fuel Gallons 21,000 1.75 36,750.00 34,Meals Each 6,450 25.00 161,250.00 35,Helicopter Landing Platforms Each 6 35,000.00 210,000.00 36.Accommodations Mandays 2,150 75.00 161,250.00 TOTAL BID PRICE 4.4.0 ADDENDUMS 4.5.0 $21 652,400.00 This bid considers the requirements of the Contract Documents and all addendums up to and including addendum SIGNATURES -2_ The undersigned bidder agrees that this bid shal]result in aContractbyandbetweentheBidderandtheAuthoritywhen accepted by the Authority as shown by the signature of a proper official of the Authority,and shall obligate the Bidder and the Authority as required by the Drawings and Provisions. SIGNATURE TITLE NAME (Print or Type) ADDRESS ALASKA POWER AUTHORITY INVITATION TO BID NO.APA-83-R-0016 TRANSMISSION LINE CONSTRUCTION CONTRACT NO.2 (FROM STATION 5171 +47.61 TO EOP) FOR -ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE BID BOND 4.4 DATE BOND EXECUTED February 24,1983 KNOWN ALL MEN BY THESE PRESENTS: That we,Susitna Constructors,Harrison Western Corp.§&Newbery Alaska,Inc., ,a Joint Venture. as principal and Fireman's Fund Insurance Company *as sureties,are held and firmly bound unto Alaska Power Authority,in the sum of Five Percent (5%)of Attached Bid=------------------------Dollars ($_5%)to be paid to the said Alaska Power Authority, or its successors or assigns,for payment of which,well and truly made,we hereby bind ourselves,our heirs,successors,executors and administrators, jointly and severally,firmly by these presents. The condition of this obligation is such that if the accompanying bid of Susitna Constructors _.-'made this day to Alaska Power Authority is accepted and the contract awarded to the above Bidder and the Bidder enters into a contract with Alaska Power Authority for the work bid upon and furnishes all of the required documents as listed in Paragraph 23 of the Instruction to Bidders within fifteen (15)days after such award is made,then this obligation shall be null and void,otherwise it shall remain in full force and effect. 4-17 i)ny\wtUbbbbobGbLbGoCLobLoIn Presence of: INDIVIDUAL PRINCIPALMLA,REP.-YSITNA cons (C-TOVES (St ee re.(si"aad ill:GOW >Set pees.(SIWERSTRnGate.PARTNERCORPORATE.PRINCIPAL Business Address ATTEST:-?.By ;_AFFIX Title "CORPORATE .SEAL CORPORATE SURETY ee Fireman's Fund Insurance CompanyATTESTS|BYS the RS Stoo Righorage AK 99603St.F)Xe <TD 4b ,BY BLLLaer eerss UP _ Attorney-fn-fact AFFIX Title CORPORATE SEAL The rate of premium on this bond is Ni]per thou Total amount of premium charged,$ (The above must be filled in by corporate surety) GENERAL , ATTORNEY FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS:That FIREMAN'S FUND INSURANCE COMPANY.a Corporation duly organized and existing under thelawsoftheStateofCalifornia,and having its principal office in the City and County of San Francisco.in said State.has made.constituted and appointed.and does by these presenis make,constitute and appoint TONY KLEPEC,P.L.JEFFRIES and RICHARD L.RICHMOND jointly or severally its true and lawful Attorney(s)-in-Fact.with full power and authority hereby conferred in its name.place and stead.to execute.seal.acknowledge anddeliveranyandallbonds.undertakings.recognizances or other written obligations in the nature thereof --- - ----_--.-.-2 --weewe and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President.sealed with the corporate seal of theCorporationanddulyattestedbyitsSecretary.hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. pris power of attorney ts granted pursuant to Article VIII.Section 30 and 31 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in fullorceandeffect. "Article VII,Appointment and Authority Assistant secretaries,and Attorney-in-Fact and Agents to accept Legal Process and Mahe Appearances. Section 30,Appointment.The Chairman of the Board of Directors,the President,any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vice-President,may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31,Authority.The Authority of such Resident Assistant Secretaries,Aitorneys-in-Fact,and Agents shall be as prescribed in the instrument evidencing their appointment,and any such appointment and all authority granted thereby may be reviked ai any time by the Board of Directors or by any person empowered to make such appointment.”* This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'SFUNDINSURANCECOMPANYatameetingdulycalledandheldontheISthdayofJuly.1966.and said Resolution has not been amended or repealed: "RESOLVED.that the signature of any Vice-President.Assistant Secretary.and Resident Assistant Secretary of this Corporation.and the seal of thisCorporationmaybeaffixedorprintedonanypowerofattorney.on any revocation of any power of attorney.or on any certificate relating thereto.byfacsimile.and any power of attorney.any revocation of any power of attorney.or certificate bearing such facsimile signature or facsimile seal shall bevalidandbindingupontheCorporation.”: IN WITNESS WHEREOF.FIREMAN'S FUND INSURANCE COMPANY has caused these presents tu he signed by its Vice-President. and its corporate seal to be hereunto affixed this 2nd day of November .19 81 FIREMAN'S FUND INSURANCE COMPANY Andros UsbViwe-President STATE OF CALIFORNIA,\" CITY AND COUNTY OF SAN FRANCISCO § On this 2nd day of November 19 81.before me personally came Richard Williamstomeknown,who,being by me duly sworn.did depose and say:that he iy Vice-President of FIREMAN'S FUND INSURANCE COMPANY,the Cor. poration described in and which executed the above instrument;that he knows the seal of said Corporation:that the seal affixed to the said instrumentissuchcorporateseal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal.the day and vear herein first above written. mictnnsensezencasee sanaaegoaavesuauzstoceeuazssosess "uns ; A OFFICIAL SEAL 5 PA .Lot he rhe:SUSIE K.GILBERT snes K%,j i NOTARY PUBLIC -CALIFORNIA &Notary Publ CITY &COUNTY OF SAN FRANCISCO 2HMyCommissionExpiresNov.17.1984 i CERTIFICATE a Oe CPUR.SSORS STATEOF CALIFORNIA,'$8. CITY AND COUNTY OF SAN FRANCISCO f I,the undersigned,Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY,a CALIFORNIA Corporation,DO HEREBYCERTIFYthattheforegoingandattachedPOWEROFATTORNEYremainsinfullforceandhasnotbeenrevoked:and furthermore that Article VITI.Sections 30 and 31 of the By-laws of the Corporation,and the Resolution of the Board af Dis,ctors,set forth in the Power of Attorney,are now inan,24h dayof TEEY wF.¢ 2 Signed and sealed at the City and County of San Francisco.Dated the Resident Assisiant Secretary ao” e 360711-FF.-5-81 weenNeentdCERTIFICATE AS TO CORPORATE PRINCIPAL I,Forrest R.Williams certify that I am the Assistant secretary of the corporation named asprincipalinthewithinbond;that Allan G.Provostwhosignedthesaidbond=on behalf of the -principal,was then President of said corporation;that I know hissignature,and his signature thereto is genuine;and that said bond was dulysigned,sealed,and attested for in behalf of said corporation by authority ofitsgoverningbody. > . CORPORATE SEAL Forrest R.Williams INSTRUCTIONS 1.This form shall be used whenever 4 bid bond is required.2.The surety on the bond may be any corporation or partnership authorizedtodobusinessinAlaskaaSaninsurerunderAS21.09.In lieu offurnishingabidbond,the bidder may submit a certified check,cashierscheckormoneyorderpayabletotheAlaskaPowerAuthorityintheamountofthebidbondrequired.3.The name,including full Christian name,and business or residenceaddressofeachindividualpartytothebondshallbeinsertedinthespaceprovidedtherefor,and.each party shall sign the bond with hisusualsignatureonthelineoppositethescrollseal.4.If the principals are partners,their individual names shall appear inthespaceprovidedtherefor,with the recital that they are partners\composing a firm,naming it,and all members of the firm shall executethebondasindividuals.5.If the principal or surety iS 4 corporation,the name of the State inwhichincorporatedshallbeinsertedinthespaceprovidedtherefor,and'said instrument shall be executed and attested under the corporate sealasindicatedintheform.If the corporation has no corporate seal thefactshallbestated,in which cese 4 scroll or adhesive seal shallappearfollowingthecorporatename.6.The official character and authority of the person or persons executing.the bond for the principal,if a corporation,shal]be certified by thesecretaryorassistantsecretary,according to the form herein provided.In lieu of such certificate there may be attached to the bond copies ofsomuchoftherecordsofthecorporationaswillshowtheofficialcharacterandauthorityoftheofficersigning,duly certified by thesecretaryorassistantsecretary,under the corporate seal,to be true copies. . 4-19 ee.NROnanceohLsiedCERTIFICATE AS TO CORPORATE PRINCIPAL I,C4AxL A.DsrenorP ,certify that I am the CoRfOR ATE secretary 0 the corporation named as principal in the within bond;that yr J who signed the said bond on behalf of the "principal,was thenPRESIDENT of said corporation;that I know hissignature,and his signature thereto is genuine;and that said bond was dulysigned,sealed,and attested for in behalf ai rporation by authority of its governing body.CORPORATE SEAL UG 7 | 4i INSTRUCTIONS 1.This form shall be used whenever a bid bond is required.2.The surety on the bond may be any corporation or partnership authorizedtodobusinessinAlaskaasaninsurerunderAS21.09.In lieu offurnishing4bidbond,the bidder may submit a certified check,cashierscheckormoneyorderpayabletotheAlaskaPowerAuthorityintheamountofthebidbondrequired.tian name,and "business OF residencedshallbeinsertedinthebondwithhis3.The name,including full Chrisaddressofeachindividualparty to the bonspaceprovidedtherefor,and each party shall sign theusualsignatureonthelineoppositethescrollseal.re partners,their individual names shall appear in1thattheyarepartnersfthefirmshallexecute4.If the principals athespace:provided therefor,with the recita\composing 4 firm,naming it,and all members 0thebondasindividuals.5.If the principal or surety is @ corporation,the name of the State inwhichincorporatedshallbeinsertedinthespaceprovidedtherefor,and'said instrument shall be executed and attested under the corporate sealasindicatedintheform.If the corporation has no corporate seal thefactshallbestated,in which case 4a scroll or:adhesive seal shallappearfollowingthecorporatename.er and authority of the person or persons executingshallbecertifiedbythetheformhereinprovided.6.The official charact-the bond for the principal,if a corporation,secretary or assistant secretary s according toInlieuofsuchcertificatetheremaybeattached to the bond copies ofsomuchoftherecordsofthecorporationaswillshowtheofficialcharacterandauthorityoftheofficersigning,duly certified by thesecretaryorassistantsecretarys copies. 4-19 7.The date of this bond must not be prior to the date of the instrument in connection with which it is given. 8.Individual Surety will not be accepted as bid security. 4-20 ALASKA POUTR AUTEORITY INVITATION TO BID NO.APA-&3-R-001%. TRANSHISSION LINE COMSTRUCTIC:. CONTRACT NO.2 (FROM STATION 5171 +47.62TO EOP)FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE CONTRACT PERFORMANCE BOND 4.5 DATE BOND EXECUTED April 26,1983 KNOW ALL MEN BY THESE PRESENTS:that SusSitna Constructors (Harrison Western Corporation,and Newbery Alaska,Inc.,a Joint Venture) as Principal,hereinafter called Contractor,and,Fireman's Fund i.-surance Company and Insurance Company of North America as SUNS bles)preinafter called Surety,are held and firmly bound unto theAlaskaPowerAuthority,334 West Sth Avenue,Anchorage,Alaska $9501,asObligee,hereinafter called Owner,in the amount of Ten Million Eight Hundred Dollars (S10,826,200.00.),Twenty Six Thousand Two Hundred and no/100------- for the payment whereof Contractor and Surety bind themselves,their heirs, executors,administretors,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated April 26 »1983,entered into a contract entitled Anchorage-Fairbanks Transmission Line Intertie,Contract No.APA-83-C-0016,TransmissionLine Construction (From station sl/io+4/.0LtoEOP) . .,..> which Contract is by reference made a part hereof,and is hereinafter referred to as the Contract. PERFORMANCE OBLIGATION NOW,THEREFORE,THE CONDITION QF THIS OBLIGATION is such that,Contractor shall promptly and faithfully perform said Contract,then this obligationshallbenullandvoid;otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by he Owner.: , Whenever the Contractor shall be,and declared by the Owner to be in default under this Contract,the Owner having performed the Owner's obligationsthereunder,the Surety may promptly remedy the default by payment of the fullfacevalueoftheBondlessvaluecfcompletedWorkorshallpromptly 1)Complete the Contract in accordance with its terms and conditions, or 2)Obtain a bid or bids for completing the Contract in accordance withitstermsandconditions,and upon determination by the Surety ofthelowestresponsiblebidder,or if the Owner elects,upondeterminationbytheOwner,and the Surety jointly of the lowestresponsiblebidder,arrange for a contract between such bidder and the Owner,and make available as the Work progresses (even thoughthereshouldbeadefaultorasuccessionofdefaultsunderthe 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 thecontractprice,"as used in this paragraph,shall meen the totalamountpayablebytheOwnertotheContractorundertheContractand any amendments thereto,less the amount properly paid by the Qwner to the Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this Bond to or for the use of any person cr corporation other than the Owner named herein or the heirs,executors, administrators or successors of the Qwner. In Presence of: WITNESS INGIVIDUAL PRINCIPAL to N phir bell Ba A_Partner[SEAL]o _,Susitna Constructors [SEAL]t to (gh i PUEZ®Z__President{SEAL ]to ewbery Alaska,Inc.[SEAL] WITNESS INDIVIDUAL PRINCIPAL bed -77 fA epeel.rt as to <_<;(SEAL] 2.\4 as to _Harrison Western Corp.[SEFL]4ai]roNm Newbery Alaska,Inc. Corporate Principal 6800 Arctic Blvd. Anchorage,Alaska 99502 Business Address ATTEST:' |Lh thon Wb)CoeBy:Collin kh.Clark AFFIX CORFORATE SEAL President &General Manager Title Corporate Surety Fireman's Fund Insurance Company 4220 B St.,Anchorage AK 99503 Magness Addressa.{,. ;ATTEST:Noy LAC byr P.L.deffnies”" AFFIX CORPORATE SEAL Attorney-in-fact (/,Title ** '.CERTIFICATE AS TO THE CORPORATE PRINCIPAL oa I,'Cray k,Ostznmaas :certify that I am the Cowpenstsecretaryofthecorporationnamedasprincipalinthewithinbond;that ;Cotsou Ly)ChAee »who signed the said bond on-behalf of the re principal,was then abs IDEm TO of said corporation;that I }know his signature,and his signature thereto is genuine;and that said bond.was duly signed,sealed,ed for in behalf of said corperation by authority of its goverpi [Corporate Seal] J ..*Revised Addendum 24-23 February 9,1983 Harrison Western Corporation Corporate Principal 1208 Quail Street Denver,Colorado 80215 Business Address ATTEST:-- ft CRT By:\ AFFIX CORPCRATE SEAL -_Vice Preside,XO Title Corporate Surety Insurance Company of North America 4220 B St.,Anchorage,Alaska 99503 .Ont AddressATTEST:"G6 [wars ZS CPA <_ By:ar (veel:="Patricia Lideffries AFFIX CORPORATE SEAL Attorney-in-fact Title CERTIFICATE AS TO THE CORPORATE PRINCIPAL I,Soha S.Solhem:certify that I am the Go.Guard |Barksecretaryofthecorporationnamedasprincipalinthewithinbond;thatseyS.Gercleen ,who signed the said bond on behalf of the-princtpal,was then Vice YresedonK of said corporation;that I know his signature,and his signature thereto is genuine;and that said bondwasdulysigned,spaled,and attested for in behalf of said corporation by authority of its goyvarning body. <« aa [Corporate Seal] = , ;*Revised Addendum 24-23 A February 9,1983 ALASKA POONER (UTHORITY INVITATION TO BID iO.EPA-§3-R-001¢ TRANSINISSICN LIKE CONSTRUCTIC:. CONTRACT WO.2 (FROM STATION 5171 +47.61 TO EGP) ,FG. ANCHORAGE-FAIRBANY.S 345 kV TRANSii}SSION LINC INTERTIE PAYMENT BOND 4.6 DATE BOND EXECUTED APRIL 26,1983 Susitna Constructors (Harrison Western Corporation and Newbery Alaska,Inc., PRINCIPAL a Joime Venrure)- Fireman's Fund Insurance Company and Insurance Company of North America SURETY Ten Million Eight Hundred Twenty Six Thousand Two Hundred and no/100 ($10,826,200.00)February 24,1983 PENAL SUM OF BOND (express in worcs and figures)DATE OF BID KNCW ALL MEN BY THESE PRESENTS,That we,the PRINCIPAL and SURETY above named, are held firmly bound unto the State of Alaska,hereinafter called the State, in the penal sum of the amount stated abcve,for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators, and successors,jointly and severally,firmly by these presents. THE CONDITICH OF THIS OBLIGATION IS SUCH,that whereas the principal enteredjntoacertaincontractwiththeState,numbered and date as shown above and. hereto attached; NOW THEREFORE,if the principal shall promptly make payment to all personssupplyinglaborandmaterialintheprosecutionoftheworkprovidedforin said contract,and any and.all duly authorized modifications of said contractthatmayhereafterbemade,notice of which modifications to the SURETY beingherebywaived,then this obligation to be void,otherwise to remain in fullforceandvirtue,and the surety shall be responsible up to the limits of the bond by any such sums outstanding.| IN WITNESS WHEREOF,the above-bound parties have executed this instrument under their several seals on the date indicated above,the name and corporatesealofeachcorporatepartybeingheretoaffixedandthesepresentsduly signed by its undersigned representatives,pursuant to authority of itsgoverningbody. In Presence of: WITNESS INDIVIDUAL PRINCIPAL 1.as to Dillon WBA.Partner [seat]2.as to Susitna Constructors [SEAL]3.as to y President [SEAL] 4,as to Newbery Alaska,Inc.[SEAL] WITNESS INDIVIGUAL PRINCIPAL 7 SO ern .ae as to "(SEALY2._\\as to _Harrison Western Corp.-[SEALI-\J NEWBERY ALASKA,INC. Corporate Principal 6800 Arctic Boulevard Anchorage,Alaska %9502 Business Address ATTEST:) G yf LLG ,By: AFFIX CORPORATE SEAL President Title Corporate Surety Fireman's Fund Insurance Company 4220 B St.,Anchorage AK 99503 Business Addressiwi,.KON Dy soBy:P.L.def fries: AFFIX CORPORATE SEAL| Attorney-in-fact Title ATTEST: 4-25 IN WITNESS WHEREOF,the above-bound parties have executed this instrument under their several seals on the date indicated above,the name and corporate seal of each corporate party being hereto:affixed and these presents duly signed by its undersigned representatives,governing body.pursuant to authority of its In Presence of: WITNESS INDIVIDUAL PRINCIPAL 1.as to ,[SEAL] 2.7 |oe aS tO "A pyeme Canetere {SEAL]3.|fn a te plA as to [SEAL] 4.4 as tO wna -[SEAL]a "WITNESS IKDIVI ia PRINCIPAL 7«\7a1.CIs as to -"SEAL 2.a as to t a .Wes ¥+4 :SEAL] Harrison Western Corporation Corporate Principal 1208 Quail Street Denver,Colorado 80215 Business Address - ATTEST:a ae By: AFFIX CORPORATE SEALVicePresident Title\ | 'ATTEST: 4-25 A Corporate Surety Insurance Company of North America 4220 B St.,Anchorage,Alasta 99503 Business Address : +NULLS2:4k nD ft SAS,By:Patricia L.Jeffries AFFIX CORPORATE SEAL Attorney-in-fact Title $12.00/7.25/5.75 5.25/4.80Therateofpremiumonthisbondis per thousand. Total amount of premium charged,$115,932.00 (The above must be filled in by corporate surety) CERTIFICATE AS TO THE CORPORATE PRINCIPAL I,GaryL.Ostendorp certify that I am _the .Newbery Alaska,Inc.Secretary-Treasurer SOGREKARKXOF the corporation /named as principal in the within bond;that Collin W.Clark »who signed the said bond on behalf of the principal,was then President of said corporation;that I know his signature,and his signature thereto is genuine; -and that said bond was duly signed,sealed,and attested for in behalf of said ,corporation by authority verning body. [Corporate Seal] noe Oe ee me eT RTE I pe renee peer me ce erte re The rate of premium on this bond is per thousand. Total amount of premium charged,§Included in Page 4-26 (The above must be filled in by corporate surety) CERTIFICATE AS TO THE CORPORATE PRINCIPAL I,ohn S.Solhem certify that I am the Harrison Western,CorpaqratioCovpCovased/Asst.secretary of the corporation named as principal in " the within bond;that Josep S.Gevdew »who signed the said bond onf behalf of the principal,was then Vice Presiderk of said corporation;that I know his signature,and his signature thereto is genuine; and that said bond was duly signed,sealed,and attested for in behalf of said :corporation by authority of its governing body. eo _-[Corporate Seal] ALASKA POWER AUTHORITY , CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 Tu EuP FOR ANCHCRAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE AFFIDAVIT OF INDIVIDUAL SURETY 4.7 STATE OF ) COUNTY OF ) I,the undersigned,being duly sworn,depost and say that I am one of the sureties to the attached bond;that I am a citizen of the United States and of full age and legally competent;that I am not a partner in any business of the principal on the bond or bonds on which I appear as surety;that the information herein below fur- 'nished is true and complete to the best of my knowledge.This affidavit is made to induce the Alaska Power Authority to accept me as surety on the attached bond. 1.NANE(First,middle,last)(Type or print)2.HOME ADDRESS (Number,Street,City, State,Zip Code) 3.TYPE AND DURATION OF CCCUPATION 4.NAME OF EMPLOYER(If self-employed, so state) 5.BUSINESS ADDRESS(Number,Street,City,6.TELEPHONE NO: State,Zip Code)HOME BUSINESS - 7.THE FOLLOWING IS A TRUE REPRESENTATION OF MY PRESENT ASSETS,LIABILITIES,AND NET WORTH AND DOES NOT INCLUDE ANY FINANCIAL INTEREST I HAVE IN THE ASSETS OF THE PRINCIPAL IN THE ATTACHED BOND: a.Fair value of solely owned real estate*$ b.All mortgages or other encumbrances on the real estate included in Line a c.Real estate equity (subtract Line b from Line a) d.Fair value of all solely owned property other than real estate* Total of the amounts on Lines c and de. f.All other liabilities owning or incurred not included in Line b g.Net worth (subtract Line f from Line 3)*$ *Do not include property exempt from execution and sale for any reason.All assets shown must be located in the State of Alaska. 4-27 8.LOCATION AND DESCRIPTION OF REAL ESTATE WHICH I AM SOLE OWNER WHICH IS HEREBY OFFERED.THE VALUE OF WHICH IS INCLUDED IN LINE (a),ITEM 7 above.Show value of each. 9,DESCRIPTION OF PROPERTY INCLUDED IN LINE (d),ITEM 7 ABOVE WHICH IS HEREBY OFFERED (List the value of each category of property separately) 10.ALL OTHER BONDS ON WHICH I AM SURETY (State character and amount of each bond; if none,so state) 11.SIGNATURE 12.BOND AND CONTRACT TO WHICH THiS AFFIDAVIT RELATES SUBSCRIBED AND SWORN TO BEFORE ME AS FOLLOWS: DATE OATH ADMINISTERED CITY STATE (Or other jurisdiction) Month Day Year OFFICIAL NAME &TITLE OF OFFICIAL SIGNATURE MY COMMISSION ADMINISTERING OATH EXPIRES SEAL (Type or print) 4-28 CERTIFICATE OF SUFFICIENCY I hereby certify,that the surety named herein is personally known to me; that,in my judgment,said surety is responsible,and qualified to act as such,and that,to the best of my knowledge,the facts stated by said surety in the foregoing affidavit are true. NAME (Typewritten)SIGNATURE OFFICIAL TITLE ADDRESS (Number,Street,City,State,Zip Code) INSTRUCTIONS 1.This form shall be used whenever sureties on payment or performance bonds to be executed in connection with Alaska Power Authority contracts are individual sureties. 2.A corporation,partnership,or other business association or firm,as such,willnot be accepted as individual surety,nor will a partner be accepted as surety a firm of which he is member.In arriving at the net worth figure in Item 7 on the face of this affidavit an individual surety will not include any financial interest he may have in the assets of the principle on the bond which this affidevit supports. 3.An individual surety shall be a citizen of the United States and a resident of the State of Alaska or if not a resident,shall be owner of real properties within the State of Alaska with unencumbered equity equal to or exceeding the penal amount of the bond. 4.The State of Alaska,Alaska Power Authority requires that properties pledged have an unencumbered value equal to or exceeding the penal amountofthebond.Prior to approval the Alaska Power Authority will require acurrenttitlereportandcurrentprofessionalappraisal(with three (3)months of Bond Date)on any property holding offered as surety.TheStatewillrequireafirstdeedoftrustonrealpropertiesofferedas surety. 5.The information required on the face hereof must be supplied under oathbeforeanofficerofthecourthavingauthorityintheState.If the officer has an official seal,it shall]be affixed,otherwise the proper certificate as to his official character will be furnished. 6.The Certificate of Sufficiency shall be signed by an official of aninstitutionhavingfullknowledgeoftheassetsandresponsibilitiesofthesurety.Further certificates showing additional assets may berequiredtoassureprotectionoftheState.Such certificates must bebasedonthepersonalinvestigationofthecertifyingofficeratthetimeofthemakingthereof,and not upon prior certification. 4-29 ALASKA POWER AUTRORITY COnSTRUC TION CONTRACT NO.APA-S3-C-0016TRANSMISSIONLINECONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORACE-FAIRSANKS 345 kV TRANSMISSION LINE INTERTIE RESIDENT AGENT'S AFFIDAVIT 4.5 (Te be Tilied in by Agent countersigning bond)(For Corporate Sureties)MerewnwSTATE Gr_ALASKA . P.L.Jeffries being first auly sworn Geposes and says: That heis the duly appointed agent Tor Fireman's Fund Insurance Company ana autncorized anc cualiftiec tG issue contractor performance and payment ponasintheStateofAlaska. Deponent further states that certain bonds given to indemnify the State ofAlaskeinconnectionwiththeconstructicnofAnchorage-Fairbanks Transmission LineIntertie,Contract No.APA-83-C-0016,Transmission Line Construction (FromStation5171+47.61 to EOP)dated 26th day of April Susitna Constructors (Harrison Western Corporation1983executedbyandNewberyAlaska,Inc.,a Joint Venture),Contractor as principal anc Fireman's Fund Insurance Company as surety and ccuntersignec by this ceconert as jicensec egent in this state,were coun-tersicned in accordance witn Title ¢l cf the Alaska Statutes erd &@ counter- signing fee will be collected by nim es required avoutetute..ah 'Petpei OAL 5 Resident AgentyAztorney in ract Subscribed and sworn to me before a notary public in and for the State of Alaska 1 . My Commission A .!:pte a a/8e FOR STATE USE ONLY: Reviewed and Certified as to Qualification of Resident Insurance Agent ¥ Director,Division cf Insurance Date ne pene +OI rant ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-53-C-0016 TRANSMISSION LINE CONSTRUCTION © FROM STATION 5171 +47.61 TO EOPFOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE RESIDENT AGENT'S AFFIDAVIT 4.8 (To be Tilied in by Agent countersianing bond)(For Corporate Sureties) UNITED STATES OF AMERICA )} )ss STATE GF ALASKA } Patricia |Jeffries being first duly sworn qGeposeés and says: That he is the duly appointed agent for Insurance Company of North America anc @utncrized arc cualiriea to issue contractor performance ana payment ponas in the State of Alaska. Peponent further states that certain bonds A iven to pind monty the State of.Alaske in connection with the construction of "Ncnorage-rairban Transmission LineIntertie,Contract No.APA-83-C-0016,Transmission Line Construction (FromStation5171+47.61 to EOP)dated 26th day of AprilSusitnaConstructors(Harrison Wester Corporation .19 83 executed by and Newbery Alaska,Inc.,a Joint Venture),Ccntractor as principal anc Insurance Company of North America as surety and ccuntersignet by this deponent as licensec agent in this state,were.coun- tersicned in accordance witn Title cl cf tne Alaska Statutes end @ counter- Signing fee will be collected by him as required by such Statute. de - .}id , ae ''nto ft aCotaslesResidentAgentgActomeyin Fact Subscribed and sworn to me before 2 notary public in and for the vi of Alaskathis26th_day of April _\;19.83 | My Commission .Expires 4/8/85 eeoeresreeraeeeeseoeereseeoesenaeanseaeeoe FGR STATE USE ONLY: Reviewed and Certified as to Qualification of Resident Insurance Agent Director,Divistcn of Insurance Cate 4-304 oe ee a ALASKA POWER AUTHORITY INVITATION TO BID hO.APA-83-R-0016. TRANSMISSION LINE CONSTRUCTION CONTRACT NO.2 (FROM STATICN 5171 +47.61 TO EOP) FOR ANCHORAGE-FAIRDANKS 345 kV TRANSMISSION LINE INTERTIE NON-COLLUSION CERTIFICATE 4.9 (To be executed prior to award) _UNITED STATES OF AMERICA ) )ss STATE OF ALASKA ) I__Collin W.Clark of_Susitna Constructors (Harrison Western Corporation/Newbery Alaska,Inc.,(Firm tiame)a Joint Venture)being duly sworn,do depose and state: That I,or the firm association or corporation of which I am a member,a bidder,on the contract to be awarded by the Alaska Power Authority of theStateofAlaske,for the construction of that certain project designated as: Anchorage-Fairbanks Transmission Line Intertie Contract No.APA-83-C-0016 Project No.Transmission Line Construc-Located at_From Station 5171+47.61 to EOPtion in the State of Alaska,have not,either directly or indirectly,entered into any agreement,participated in any collusion,or otherwise taken any action inrestraintoffreecompetitivebiddinginconnectionwithsuchcontract.| certify under penalty of perjury that the foregoing statements are true. Ly res Subscribed and sworn to this 22nd day of.March »1993. aANotaryPubic My Commission Expires: October 20,1986 4-31 ae -POWER OF ATTORNEY?216145)INSURANCE COMPANY OF NORTH AMERICA |PHILADELPHIA,PA, Know all men by these presents:That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania,having its principal office in the City of Philadelphia,-.-Pennsylvania,pursuant to the following Resolution adopted by the Board ¢of Directors of the said Company _on May 28,°1975,to wit:hos a :.; "RESOLVED,pursuant'to Anicles 3.6"and 5.4 of the By-Laws,the following Rul es shall gover the executi or the Company of .bonds,he eerecognizances,contracts and other writings in the hature thereof:.:a .(2)Any such writing 'executed.by the President and aiteste , (3)The signature of 'the ent or a Vice-Pr may be y on any power "of”-attorney granted pursuant to this Resolution,and the signature of a certifying officer and the seal of the Company may be affixed by °.-facsimile to any certificate of any such power,and any,such Power.or certificate bearing such facsimile signature.and seal shall be valid -aadandbindingontheCompany.ve rn os - :(4)Such Resident Officers and Attorneys-in-1-Fact shail have authority tocertify or 'verify ¢copies of this 'Resolution,the By-Laws of the”,a anCompany,and any affidavit or record of the Company necessary to the discharge of their duties., (5)The Passage of this Resolution does not revoke any earlier°r authority granted by Resolution «of the Board of Directors on1 June,a1953." S bebe EE.does hereby'nominate,'constitute and appoint TONY”ae KLEPEC,/RIHCARD Le RICHMOND and '3'PATRICIA L"JEFFRIES,all of the city of Anchorage,State of Alaska ---=-_- ,each individually if there be more than one named, its true and lawful attorney-in-fact,to make,execute,seal and deliver on its behalf,and as its act and deed any and all bonds,undertakings,recognizances,contracts and other writings in the nature thereof.And the execution of such writings in pursuance of these presents,shall be as binding upon said Company,as fullyandamplyasiftheyhadbeendulyexecutedandacknowledgedbytheregularlyelectedofficersoftheCompanyatitsprincipaloffice. IN WITNESS WHEREOF,the said .__.......... has hereunto subscribed his name and affi;NORTH AMERICA this _ (SEAL) _STATE OF COUNTY OF Oo On this ze "before me,a NotaryPublicoftheSTATEOFILLINOISinandfortheCountyofcame - ...MICHAEL_B.....FQDOR...,Vice-President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument,and he acknowledged that he executed the same;that the seal affixed to the preceding instrument is thecorporatesealofsaidCompany;that the said corporate seal and his signature were duly affixed by the authority anddirectionofthesaidcorporation,and that Resolution,adopted by the Board of Directors of said Company,referred tointheprecedinginstrument,is now in force. ;IN TESTIMONY WHEREOF,|have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written.'tig te LESENS.PHYLLIS DUBAK Notary Public.:hy commission expires |5 olen 4-3]a | BS-15579 Ptd.InU.S.A. GENERAL ,ATTORNEY FIREMAN'S FUND INSURANCE COMPANY NOW ALL MEN BY THESE PRESENTS:That FIREMAN'S FUND INSURANCE COMPANY.a Corporation duly organized and existing under thelawsoftheStateofCalifornia,and having its principal office in the City and County of San Francisco.in said State.has made.constituted and appointed.and does by these presents make.constitute and appoint ' TONY KLEPEC,P.L.JEFFRIES and RICHARD L.RICHMOND jointly or severally its true and lawful Attorney(s)-in-Fact.with full power and authority hereby conferred in its name,place and stead,to execute,seal,acknowledge anddeliveranyandallbonds.undertakings.recognizances or other written obligations in the nature thereof - -- -- -=]-.--- --- ------- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President.sealed with the corporate seal of theCorporationanddulyattestedbyitsSecretary.hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. pris power of attorney is granted pursuant to Article VIII.Section 30 and 31 of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in fullorceandeffect. "Article VIII,Appointment and Authority Assistant secretaries,and Attorney-in-Fact and Agents to accept Legal Process and Make Appearances. Section 30,Appointment.The Chairman of the Board of Directors,the President,any Vice-President or any other person authorized by the Board of Directors,the Chairman of the Board of Directors,the President or any Vice-President,may,from time to time,appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31,Authority.The Authority of such Resident Assistant Secretaries,Attorneys-in-Fact,and Agents shall be as prescribed in the instrument evidencing their appointment,and any such appointment and all authority granted thereby may be reviked at any time by the Board of Directors or by any person empowered to make such appointment.” This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN'SFUND|NSURANCE COMPANY at a meeting duly called and held on the !Sth day of July,1966.and said Resolution has not been amended orrepealed: "RESOLVED.that the signature of any Vice-President.Assistant Secretary.and Resident Assistant Secretary of this Corporation.and the seal of thisCorporationmaybeaffixedorprintedonanypowerofattorney.on any revocation of any power of attorney.or on any certificate relating thereto.byfacsimile.and any power of attorney.any revocation of any power of attorney.or certificate bearing such facsimile signature or facsimile seal shall bevalidandbindingupontheCorporation.* IN WITNESS WHEREOF.FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice-President. and its corporate seal to be hereunto affixed this __2Md_day of November ,19 82 FIREMAN'S FUND INSURANCE COMPANYNadaO80Vice-President STATE OF CALIFORNIA,\ss CITY AND COUNTY OF SAN FRANCISCO Onthis 2nd day of November 19 81 |before me personally came RECRard Williamstomeknown,who,being by me duly sworn,did depose and say:that he is Vice-President of FIREMAN'S FUND INSURANCE COMPANY,the Cor:poration described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument-is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal.the day and vear herein first above written. Sotars Public OFFICIAL SEAL SUSIE K.GILBERT NOTARYPUBLIC-CALIFORNIACITY&COUNTY OF SAN FRANCISCO My Commission Expires Nov.17,1984Seuneoenenneeensscnsconeeccasaneceqnsstpesenvunscsoresss CERTIFICATE STATE OF CALIFORNIA,i-SS. CITY AND COUNTY OF SAN FRANCISCO f 1,the undersigned,Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY,a CALIFORNIA Corporation,DO HEREBYCERTIFYthattheforegoingandattachedPOWEROFATTORNEYremainsinfullforceandhasnotbeenrevoked:and furthermore that Article VIU.Sections 30 and 31 of the By-laws of the Corporation,and the Resolution of the Board of Directors,set forth in the Power of Attorney.are now in oe fourth 4..9,_March :y 89SignedandsealedattheCityandCountyofSanFrancisco.Dated the day of . Kee@ChetResidentAssistantSecretaryra380711-FF-5-81 .4-31b ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE CONTRACT 4.10 This Contract,made this 26th qay of April ,1983,between the Alaska Power Authority,party of the first part and _SusitnaConstructors,Harrison Western Corporation §&Newbery Alaska,Inc,,a Joint Venture Of _6gnn Arctic Boulevard,Anchorage ,Alaska 9950? jts -successors and assigns,party of the second part,hereinafter called the Contractor. WITNESSETH:That the Contractor,for and in consideration of the payment or payments herein specified and agreed to by the party of the first part,hereby © covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of: Anchorage-Fairbanks Transmission Line Intertie Contract No.APA-83-C-0016 Transmission Line Construction (From Station 5171 +47,61 to EOP) such furnishing ard delivery of materials and performance of all work and labor shall be at the unit prices bid by the Contractor for the respective quantities and aggregating the sum of Twenty One Million,Six Himdred Fifty Two Thousand,Four Hmdred --------- ----------------------dollars, ($21,652,400.00 )the total amount of this Contract. The Contract documents shall be composed of the Contract,the Invitation to Bid;Instructions to Bidders;Price Bid forms,General Provisions,Special Provisions,Technical Provisions,al?addenda,bonds and all other documents incorporated by reference in these Bid documents,including but not limited todrawings.These documents constitute the entire agreement between the AlaskaPowerAuthorityandtheContractorandmaybealtered,amended,or repealed only by a duly written instrument. The Contractor agrees that the entire construction shall be dene under theAdministrationandtothecompletesatisfactionoftheAlaskaPowerAuthorityandshallbesubjecttoinspectionatalltimesbytheAlaskaPowerAuthorityoritsrepresentativeandfurtherthatallworkperformedintheStateofAlaskashallbeperformedinaccordancewiththelawscftheStateofAlaska.The Contractor further warrants that he has specific knowledge of thosestatutesandcodeslistedintheContractSpecialProvisionsArticle5.1.11. 4-32 The Contractor further agrees that all of said materials shall be furnished and delivered and all work and labor shall be performed,in every respect,to the satisfaction of the Alaska Power Authority on or before .It is expressly understood and agreed that in case of the rato on the part of the Contractor,for any reason,except with the written consent of:the Alaska Power Authority,to complete the furnishing and delivery of said materials and the performance of said work before the aforesaid date,the party of the first part shall have the right to deduct from any monies due or which may become due the Contractor,or if no monies shall be due,the party of the first part shall have the right to recover Five Thousand Dollars($5,000.00 )per day for each and every calendar day elapsingbetweenthetimestipulatedforthecompletionandtheactualdateof completion in accordance with the terms thereof;said deduction to be made,or said sum to be recovered not as penalty,but as liquidated damages.Provided, however,that upon receipt of written notice from the Contractor of the existence of causes over which said Contractor has no control and which must delay the completion of said work,the Alaska Power Authority may at its discretion,extend the period hereinbefore specified for the completion of the said work,and in such case the Contractor shall become liable for said liquidated damages for delays commencing from the date on which said extended period shall expire. It is distinctly understood and agreed that no claim for additional work or materials,not specifically herein provided,done or furnished by the Contractor,will be allowed by the Alaska Power Authority,nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work is ordered in writing by the Alaska Power Authority,nor will] the said party of the first part be liable for any materials furnished or used or for any work or labor done,unless said materials,work or labor arerequiredbysaidContractoronwrittenorderfurnishedbytheAlaskaPower Authority.Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the said Contractor's own risk,cost and expense and he hereby covenants and agrees that without such written order he shall make no claim for compensation for work or materials so done or furnished. It is further understood and agreed that al]disputed questions of fact which may arise from or relative to the performance or non-performance of,orcomplianceornon-compliance with any of the terms or provisions of thisagreementbyeitherofthepartieshereto,or to the amount of loss or damagessufferedbyeitherofthepartiesheretobyreasonofthenon-performance of,or non-compliance with any of the terms hereof by the other contracting partyshallbereferredtotheAlaskaPowerAuthorityfordeterminationandthatthedecisionbytheAlaskaPowerAuthorityofanysuchquestionshallbefinal,binding and conclusive upon all parties hereto.And it is further understoodandagreedthatthereferringofallsuchquestionstotheAlaskaPowerAuthorityandthedeterminationthereofbythemshallbeaconditionprecedenttothebringingorfilingofanysuchactionorcourtproceedinginvolvingthe determination of any such question. 4-33 The Contractor hereby agrees to accept the prices set forth in the bid as full compensation for furnishing all the materials and labor which may be required in the prosecution and completion of the whole work to be done under this Contract,and in all respects to complete said contract to the satisfaction of the Alaska Power Authority. It is further distinctly agreed that the said Contractor shall not assign this Contract,nor any part thereof,nor any right to any of the monies to be paid him hereunder,nor shall any part of the work be done or materials furnished under said Contract be sublet,except with the written consent of the Alaska Power Authority. It is also agreed and understood that the Contractor,on receiving final payment will execute a release,if required,in full of all claims against the Alaska Power Authority arising out of or by reason of the work done and materials furnished under this Contract. The bonds given by the Contractor in the sum of $: Payment Bond,and $10.826.200.00 »Performance Bond,to secure the proper compliance with the terms and provisions of this Contract,is hereto attached and made a part thereof. In witness whereof,the parties hereto have executed this Agreement. Owner Alaska Power Authority Contractor Susitna Constructors, Harrisgn Western Corp.§&Newbery Alaska,Inc.,SD U wee 3 Joie Nypeure (Lat -By =ByEricP.Yould 26 Apri |1483 Collin W.Clark Title Fyecutive Director _Title Managing Partner Attest Gary X.Ostendorp Title Notrey fuauc Title Notary Public Corporate Certificate (If Contractor is a Corporation) I,»certify that I am the Secretary of the aforementioned corporation; that who signed the statement on behalf of the corporation,was then of said corporation;that I know his signature,and his signature thereto is genuine;and that said statement was duly signed,sealed,and attested for in behalf of said corporation by authority of its governing body. Secretary [Corporate Seal] 4-34 ALASKA POWER AUTHORITY CANSTRUCTION CONTRACT NO.APA-33-C-O01E TRANSMISSION LINE CONSTRUCTION FROM STATION siz)47.61 TO EOP ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE CORPORATE ACKNOWLEDGMENT 4.11 NOT USED 4-35 - ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-33-C-0016 -TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE *SECTION 5.0 GENERAL PROVISIONS - mnALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-201 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR NCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 5.0 -GENERAL PROVISIONS - -1 LAWS AND REGULATIONS 5.1.1 Jurisdiction and Venue 5.1.2 Contractor to Stay Informed 5.1.3 Taxes 5.1.4 Permits éna Responsibilities 5.1.5 Covenant Against Contingent Fees 5.1.6 Personal Liability of Public Officials 5.1.7 Consent to Assignment 5.1.8 Alaska Forest Products 5.1.9 Alaska Wage and Hour Act 5.1.10 Overtime Work Hours and Compensation 5.1.11 Other Applicable Statutes .2 GENERAL REQUIREMENTS Workmanship Superintendence by Contractor Time for Completion Incomplete Drawings and Specifications Discrepancies in the Contract Documents Visit to Site and Site Conditions Subcontractors Patent Indemnity Additional Bond Security .10 Indemnification Contract Documents .12 Work by Others .13 Graces,Lines and Levels .14 Building Codes 15 Applications for Payment 16 Preconstruction Conferences 17 Quality Control/Quality Assurance 18 Temporary Utilities .19 Temporary Electricity .20 Temporary Heating,Cocling and Ventilating .21 Temporary WaterWONHNOHWMNaninananoNsseo©©©©©©©©©©©©©#@#@@#©©6ROPOPOPOPOMdPODOPIPOPOPOYPOPODYNAPOPAMSPO.o©«©©e©«@.royiy5-1 10 11 5.2.22 Substitutions and Product Options 5.2.23 Value Engineering Incentive 5.2.24 Substantial Completion 5.2.25 Final Inspection 5.2.26 Cleaning 5.2.27 Project Record Documents 5.2.28 Contractor Not an Agent of the State 5.2.29 Notice of Labor Disputes PAYMENTS 5.3.1 Payments to the Contractor 5.3.2 Not Used 5.3.3 Not Used ADJUSTMENTS AND DISPUTES CHANGES Changed Conditions5.5.1 5.5.2 Changes to the Contract Documents 5.5.3 Change Orders SUSPENSION OF WORK TERMINATION 5.7.1 Termination for Default-Damages for Delay-Time Extensions 5.7.2 Termination for Convenience , INSURANCE 5.8.1 General 5.8.2 Liability Insurance 5.8.3 Property Insurance GUARANTEES CONTRACTOR'S RECORDS CONTRACTOR'S RESPONSIBILITY FOR WORK -11.1 Supervision and Superintendence11.2 Protection of Work 5.1 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE GENERAL PROVISIONS 5.0 LAWS AND REGULATIONS 5.1.1 5.1.2 5.1.3 5.1.4 Jurisdiction and Venue:This Contract is governed by the Laws of the State of Alaska.Any action at law between the Contrac- tor and the Alaska Power Authority arising out of this Contract shall be under the jurisdiction of and heard by the Superior Court,Third Judicial District at Anchorage,State of Alaska. Contractor to Stay Informed:The Contractor shal]keep himself fully informed of a!i Federal.,State,and local laws,ordin- ances,codes,and regulaticns in any manner affecting the conduct of the work ard of all orders and decrees of bodies or tribunal having jurisdiction or authority.He shall at all times observe,comply with,protect and indemnify the Alaska Power Authority and its agents against any claim or liability arising from or based upon the violation of such existing laws, ordinances,regulations,orders,or decrees. Taxes:The Contractor shall pay all Federal,State and local taxes incurred by the Contractor in the performance of this contract and proof of payment of these taxes is a condition precedent to payment by the Alaska Power Authority under this Contract. a.Contractor's certification that taxes have been paid (as contained in the Release on Contract)will be verified with the State,prior to final payment. b.If any Federal,State or local tax is imposed, charged,or repealed after the date of bid opening and is made applicable to and paid by the Contractor on the articles or supplies herein contracted for, then the Contract shall be increased or decreased accordingly by a Change Order.. Permits and Responsibilities:The Contractor shall,withcutadditionalexpensetotheAlaskaPowerAuthority,be respon- sible for obtaining any necessary licenses and permits,except for those permits specifically listed as being supplied by theAuthority(See Special Provisions,Section 6.6).He shall beresponsibleforalldamagestopersonsorpropertythatoccurasaresultofhisfaultornegligence.He shall take propersafetyandhealthprecautionstoprotectthework,the workers,the public,and the property of others.The Contractor alore 5-3 5.1.5 5.1.6 5.1.7 5.1.8 5.1.9 shall be responsible for the safety,efficiency,and adequacy of his plant,appliances,and methods and for any damages which may result from their failure or their improper construction, maintenance,or operation.In addition,the Contractor shall fully comply with Alaska Power Authority's Safety Manual for this project. Covenant Against Contingent Fees:The Contractor warrants that no person or selling agent,has been employed or retained to solicit or secure this Contract upon an agreement or under- standing for a commission,percentage,brokerage,or contingent fee,excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business.For breach or violation of this warrant,the Alaska Power Authority shall have the right to annul this Contract without liability or,in its discretion, to deduct price of consideration from the Contract or otherwise recover the full amount of such commission,percentage,broker- age,or contingent fee. Personal Liability of Public Officials:In carrying out any of the provisions hereof,or in exercising any power or authority granted to him by the Contract,there will be no liability upon the Contracting Officer nor upon his authorized representa- tives,either personally or as officials of the State of Alaska,it being always understood that in such matters they act as agents and representatives of the Alaska Power Authority. Consent to Assignment:The Contractor shall obtain the prior written consent of the Alaska Power Authority to any proposed assignment of any interest in,or part of this contract.The consent to any assignment or transfer shall not operate to relieve the Contractor or his Sureties of any of his or its obligations under this Contract or the Performance Bonds. Nothing herein contained shall be construed to hinder,prevent, or affect an assignment of monies due,or to become due here- under,made for the benefit of the Contractor's creditors pursuant to law. Alaska Forest Products:Pursuant to AS 36.15.010,timber, Tumber and manufactured lumber products originating from local forests shall be used,whenever practicable or specified. Alaska Wage and Hour Act:The Contractor and SubcontractorsshallcomplywiththeprovisionsofAS36.05,The Alaska Wage and Hour Act. a.Pursuant to AS 36.05.010 and 36.05.070 all mechanics, laborers and field surveyors,employed or working directly upon the site of the work shall be paidunconditionallyandnotlessthanonceaweek,and without subsequent deductions as are permitted by theCopelandAct(Anti-Kickback)Regulation (29 CFR,Part 5-4 5.1.10 3)the full amounts due at time of payment,computed at wage rates for each pay period not iess than those provided in the latest edition of the Alaska De- partment of Labor's "Wage Rates for Laborers and Mechanics on Public Contracts",issued before the end of the pay period and which is made a part of this Contract by reference,regardless of any contractural relationship which may be alleged to exist between the Contractor and Subcontractor and such laborers, mechanics,and field surveyors.The Contractor shall post a copy of the latest edition of the "Wage Rates for Laborers and Mechanics on Public Contracts"in a prominent place at the site of the work,where it can easily be seen by the workers. b.If the Alaska Power Authority finds that any laborer or mechanic,or field surveyor employed by the Contractor or any Subcontractor directly on the site of work covered by this Contract,has been or is being paid less than the rate of wages required,the Alaska Power Authority may by written notice to the Contractor terminate his right to proceed with the work,or such part of the work for which the required wages have not been paid,and prosecute the work to completion by contract or otherwise,whereupon such Contractor and his Sureties shall be liable to the Alaska Power Authority for any excess costs occa- sioned the Alaska Power Authority thereby. Overtime Work Hours and Compensation:Pursuant to AS 36.05.010,the Contractor shall not require nor permit any laborer,mechanic,or field surveyor in any work week in which he is employed on any work under this Contract to work in excess of eight hours in any calendar day or in excess of forty hours in such work week on work subject to the provisions of the Contract Work Hours Standards Act unless such laborer,me- chanic,or field surveyor receives compensation at a rate not less than one and one-half times his basic rate of pay for all such hours worked in excess of eight hours in any calendar day or in excess of forty hours in such work week whichever is the greater number of overtime hours. In the event of any violation of this provision,the Contractor shall be liable to any affected employee for any amounts due and to the Alaska Power Authority for liquidated damages.Such liquidated damages shall be computed with respect to eachindividuallaborerormechanicemployedinviolationofthis provision in the sum of $10.00 for each calendar day on whichsuchemployeewasrequiredorpermittedtobeemployedonsuchworkinexcessofeighthoursorinexcessofthestandardwork week of forty hours without payment of the overtime wages required by this paragraph. 5-5 5.1.11 Other Applicable Statutes:The Contractor's attention is drawn to the following statutes and any regulations adopted thereunder: AS 18.60.075 Safe Employment AS 08.18.0171 Contractor Registration Required AS 08.40 Board of Electrical Examiners AS 08.48 Architects,Engineers and Land Surveyors AS 08.52 Explosives and Handlers AS 08.62 Certificates of Fitness AS 08.99 Board of Welding Examiners AS 35.10.025 Compliance with Local Building Codes AS 46.03.04 Alaska Environmental Plan AS 41.35.070 Preservaticn of Historic,Prehistoric and Archeological Resources AS 36.10 Employment Preference AS 18.80.200 Discriminatory Practices Prohibited 8 AAC 90 Plumbers and Electricians 12 AAC 32 Board of Electrical Examiners The Authority does not represent or warrant that this is a complete list of all statutes or laws which are applicable to this project. 5.2 GENERAL REQUIREMENTS 5.2.1 5.2.2 5.2.3 Workmanship:All work under this Contract shall be performedinaskillfulandworkmanlikemanner.The Alaska Power Author- ity may,in writing,require the Contractor to remove from the work any employee the Alaska Power Authority deems to be not performing,in a skillfull and workmanlike manner. Superintendence by Contractor:The Contractor shall give his personal superintendence to the work or have a competent superintendent,with the Contractor's authority to act in his behalf,on the work at all times during progress.When a superintendent is utilized by the Contractor,the Alaska PowerAuthorityshallbeadvisedinwritingofthesuperintendent's name,local address,telephone number and limits of authority. This written advice is to be kept current during the durationoftheContractperiod. Time for Completion:It is hereby understood and mutually agreed by and between the Contractor and the Alaska PowerAuthority,that the date of beginning and time for completionasspecifiedintheContractfortheworktobedonehereunderareESSENTIALCCNDITIONSofthisContract.It is further mutually understood and agreed that the work embraced in thisContractshallbeginasspecifiedintheNoticetoProceed.ItisexpresslyunderstoodandagreedbyandbetweentheContrac-tor and the Alaska Power Authority that the time for the completion of the work described herein is a reasonable timeforthecompletionofthesame,taking into consideration the 5-6 5.2.4 5.2.5 5.2.6 5.2.7 average climate range and usual industrial conditions pre- vailing on this locality.It is further agreed that time is of the essence of each and every portion of this Contract and of the specification wherein a definite and certain length of time is fixed for the performance of any act whatsoever;and where- under the Contract additional time is allowed for completion of any work,the new time limit fixed by such extension shall be of the essence of this Contract. Incomplete Drawings and Specifications:The submission of a Bid by the Contractor is considered prima facie evidence that the Contractor examined the specifications and drawings to make certain that all sheets and pages were provided and that the Contractor is satisfied as to the conditions to be encountered in performing the work required under the Contract.The Alaska Power Authority expressly denies any responsibility or liabil- ity for a Bid submitted on the basis of an incomplete set of provisions and/or drawings. Discrepancies in the Contract Documents:The Contractor shall identify in writing to the Alaska Power Authority any discrep- ancies among the Contract Documents and the Alaska Power Authority will provide a determination in the matter(s).Any adjustments made by the Contractor with out this determination shall be at his own risk and expense.Anything called for by one of the Contract Documents and not called for by the others shall be of like effect as if required or called for by all. The Contractor shall check and verify all dimensions and details and immediately notify the Alaska Power Authority of any discrepancies prior to commencing work.Continuance of work in an area shall imply verification of dimensions. Visit to Site and Site Conditions:The Contractors submission of a bid prior to award of this Contract shall be considered a representation by the Contractor that the Contractor has visited and carefully examined the site of the Work and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the Contract Documents. Information centained in the Contract Documents as it relates to conditions at the site is furnished for the information of the bidders and no guarantee of the information is made or inferred. Subcontractors:The Contractor may utilize the services of subcontractors in accordance with the following conditions: a.The Contractor shall perform on the site,and with his own organization,work equivalent to at least 25% of the total work to be performed under the Contract. b.Within 15 days after award of Contract,the Con-tractor shall provide the Qwner with a list of allSubcontractors,showing the portion of the work 5-7 5.2.8 subcontracted,the complete name and address of each Subcontractor and the total dollar amount of the Subcontract.Owner shall also be notified of any subsequent Subcontracts awarded and the same infor- mation shall be provided. c.The Contractor shall be as fully responsible to the Alaska Power Authority for the acts and omissions of his Subcontractors,and of persons either directly or indirectly employed by them,as he is for the acts and omissions of persons the Contractor employs directly. d.The Contractor shall cause appropriate provisions to be inserted in all Subcontracts relative to the work, to bind Subcontractors to the Contractor by the terms and conditions of the provisions of these Contract Documents,and all applicable Federal State and Local laws,insofar as applicable to the work of the Subcontractors and to give the Contractor the same power as regards terminating any Subcontract that the Alaska Power Authority may exercise over the Contrac- tor under any provisions of the Contract Documents. e.The Contractor shall include on his own payrolls any person or persons working on this Contract who are not covered by a written Subcontract. f.Nothing contained in this Contract shall create any contractural relation between any Subcontractor and the Alaska Power Authority. g.The Contractor shall be responsible for coordinating the work of his Subcontractors,for scheculing the work and delivery of materials so as to ensure the orderly progression of the work.Any claims arisingfromconflictbetweenSubcontractorswillbethe total responsibility of the Contractor. h.The Contractor,when requested,shall furnish copies of his subcontracts or subcontract forms. Patent Indemnity:Except as otherwise provided,the Contractor agrees to indemnify the Alaska Power Authority and its cffi-cers,agents,and employees against liability including costsandexpensesforinfringementuponanyLettersPatentoftheUnitedStates(except Letters Patent issued upon an applicationwhichisnotormayhereafterbe,for reasons of national security,ordered by the U.S.Government to be kept secret orotherwisewithheldfromissue)arising out of the performance of this Contract or out of the use of,or disposal by,or for the account of the Alaska Power Authority,of supplies fur- nished or construction work performed hereunder. 5-8 5.2.9 5.2.10 5.2.11 5.2.12 Additional Bond Security:If any Surety upon any bond fur- nished in connection with this Contract becomes unacceptable to the Alaska Power Authority,or if any such Surety fails to furnish reports as to his financial condition as requested by the Alaska Power Authority,the Contractor shall promptly furnish such additional security as may be required from time to time to protect the interest of the Alaska Power Authority and of persons supplying labor or materials in the prosecution of the work covered by this Contract. Indemnification:The Contractor shall indemnify and save harmless the Alaska Power Authority,its officers and employees,from all.suits,actions,or claims of any character brought because of any injuries or damage received or sustained by any person,persons or property on account of the operations of said Contractor or in consequence of any neglect in safeguarding the work;or through the use of unacceptable materials in constructing the work;or because of any act of omission,neglect,or misconduct of said Contractor,or because of any claims or amounts received from any infringements of patents,trademarks or copywright,or from any claims or amounts arising or recovered under the Workman's Compensation Act,or any other law,ordinance,order,or decree;and so much of the money due the said Contractor under and by virtue of this contract as may be considered necessary by the APA for such purpose may be retained for the use of the State;or,in case no money is due,his surety may be held until such suit or suits,action or actions,claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the APA;except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. It is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary hereunder,or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. Contract Documents:The Alaska Power Authority will provide a maximum of five (5)sets of the conformed Contract Documents to the Contractor at no charge.Additional sets as requested bytheContractorwillbeprovidedbytheAlaskaPowerAuthorityatcost.Contract drawings provided will be four (4)prints and one (1)sepia. Work by Others:The Alaska Power Authority may undertake orawardothercontractsforadditionalwork,and the Contractor shall fully cooperate with such other contractors and carefully 5-9 5.2.14 5.2.15 5.2.16 fit his own work to such additional work as may be directed by the Alaska Power Authority.The Contractor shail not commit nor permit any act which will interfere with the performance of work by any other contractor or by employees of the Alaska Power Authority. Grades,Lines and Levels:Before starting work,the Contractor shall locate all general reference points and take such steps as are necessary to prevent their dislocation.If disturbed, the Contractor shall replace as directed by the Alaska Power Authority.The Contractor shall employ a competent,Alaska licensed surveyor to lay out the work and.be responsible for its accuracy. Building Codes:Construction which is not governed by a local building code or the Contract Provisions will be governed by the more stringent revisions of the latest published edition or Statute adopted edition,of the following applicable codes: Uniform Building Code National Electrical Code Uniform Plumbing Code Uniform Mechanical Code A.S.H.R.A.E.9075 as applicable for Alaska National Fire Code,Volumes 1-10 Uniform Housing Code Uniform Code for the Abatement of Dangerous Buildings American National Standard Safety Code for Elevators, Dumbwaiters,Escalators,and Moving Walks with Supplements American Standard Specifications for Making Buildings and Facilities Accessible to,and Usable by,the Physically Handicapped,as amended by the State of Alaska,DOT/PF, "Interim Regulations for Barrier-Free Facilities," September 29,1978. Applications for Payment:The Contractor shall furnish,on forms provided by the Alaska Power Authority,a Schedule of Amounts and Periodic Estimate for Contract Payments,giving a complete breakdown on the contract price.This Schedule must be in accordance with the Alaska Power Authority's format for construction cost data collection and as mutually agreed upon by the Project Manager and the Contractor.The ContractorshallupdatethisScheduleandPeriodicEstimatemonthlyby itemizing thereon the work done.The costs shown on theScheduleandPeriodicEstimatewillbeusedfordeterminingthe basis of partial payments and shali not be considered as fixing a basis for addition to or deductions from the Contract price. Preconstruction Conferences:Prior to the start of the work, the Contractor and the Alaska Power Authority's representative shall meet in conference.The purpose shall be to discuss the time and method of all procedures related to the efficient progress of the work and to discuss any other items that mayrequireclarification.Also,the procedure for preparation and 5-10 5.2.17 distribution of all documents and correspondence related to the contract shall be established.The Preconstruction Conference shall be held at a mutually agreed upon time and location.TheAlaskaPowerAuthoritymaywaivethe_preconstruction conference. Quality Control/Quality Assurance: a.All material and workmanship shall be subject to inspection,examination and test by the Alaska Power Authority at any and all times during the manufacture and/or construction and at any and all places where such manufacture and/or construction are carried on. The Alaska Power Authority shall have the right to reject defective material and workmanship or require its correction.Rejected workmanship shall be satisfactorily corrected and rejected material shall be satisfactorily replaced with proper material without charge therefor,and the Contractor shall promptly segregate and remove rejected material from the premises.If the Contractor fails to proceed at once with the replacement of rejected material and/or the correction ef defective workmanship,the Alaska Power Authority may,by contract or otherwise, replace such material and/or correct such workmanship and charge the cost thereof to the Contractor,or may terminate the right of the Contractor to proceed as provided for in Paragraph 5.7.1 of these General Provisions. b,The Contractor shall furnish all facilities,labor and materials necessary for inspection and tests required by the Contract Documents.All costs for tests required by the Contract Documents shall be paid by the Contractor.The presence on,or absence from the project site of the Alaska Power Authority's representative shall not relieve the Contractor of his responsibilities or requirements of the Contract Documents. c.Should it be considered necessary or advisable by the Alaska Power Authority at any time before final acceptance of the entire work,to make an examination of work already completed by removing or tearing out|same,the Contractor shall promptly on request fur- nish all necessary facilities,labor,and materials. If such work is found to be defective or nonconform- ing in any material respect,due to the fault of theContractororhisSubcontractors,the Contractor shall defray all the expenses of such examinationsandofsatisfactoryreconstruction.However,if such work is found to meet the requirements of the Con- tract,the actual direct cost of labor and material necessarily involved in the examination and replace-ment plus ten percent (10%)shall be allowed the 5-11 5.2.16 5.2.19 Temporary Contractor and,in addition,if completion of the work has been delayed thereby,he shall be granted a suitable extension of time based on the additional work involved.No additional compensation will be made except as provided herein. Inspection of material and finished articles at the place of production,manufacture,or shipment shall be final except with regard to latent defect,depar- tures from specific requirements of the Contract, damage or loss in transit,and fraud or such gross mistakes as amount to fraud.Subject to the require- ments contained in the preceding sentence,the inspection of material and workmanship for final ac- ceptance as a whole or in part shall be made at the site.Nothing contained in paragraph (e)shall in any way restrict the Contracting Agency's rights under any warranty or guarantee. Manufactured articles,materials and equipment shal] be applied,installed,connected,erected,cleaned, and conditioned as per manufacturer's printed direc- tions,unless specified to contrary.The Contractor shall provide at least one set of all manufacturer's installation directions on the job site at all times for inspection information. Utilities: a.The Contractor shall provide all utility services and connections necessary for construction,inspection and testing,and shall remove all temporary connec- tions after their purpose has been served. The Alaska Power Authority makes no guarantee as to sources,availability,adequacy or interruptions of services of any utilities during performance of the Contract. The cost of installation and any service charges for temporary or permanent services other than commercial source until final acceptance are the responsibility of the Contractor. The Contractor shall obtain approval of the Alaska Power Authority before connecting or disconnecting any utility services,temporary or permanent,other than services from a commercial source. Temporary Electricity:The Contractor shall provide sufficient electricity,either with self-powered generation equipment or utilities or both,as may be required to perform the construc- tion and to test and operate electrical and mechanical systemsasdesignedpriortoacceptanceoroccupancyofthefacility. The Alaska Power Authority will provide for permanent power 5-12 5.2.20 5.2.21 5.2.22 upcn acceptance of the facility and shall assume the cost of utilities upon acceptance of the facility. Temporary Heating,Cooling and Ventilating:The Contractor shall furnish,by methods approved by the Alaska Power Author- ity,temporary heat including fuel and power as required to protect materials and work from dampness and cold and to dry out the facility.Permanent heating plant may be used for this purpose when same is ready;however,such use shall not relieve the Contractor of Guarantee responsibilities under Paragraph 5.9 of these General Provisions.If the permanent heating system is used for temporary heat,ducts.shall be thoroughly cleaned of dust and dirt and all filters replaced if "throw- away"type,or cleaned if permanent type,prior to occupancy by the User Agency. Temporary Water:The Contractor shall furnish clean,fresh, drinking water from a proven safe source for all those con- nected with the work.Service may be by single service con- tainers or by sanitary drinking fountain. Substitutions and Product Options: a.Reference to any equipment,material,article or patented process by trade name,make or catalog number,shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. b.The Contractor may,at his option,use any equipment, material,article,or process which,in the judgment of the Alaska Power Authority is equal to that named unless "NO SUBSTITUTIONS"is called out in the provisions. c.No items will be considered for "or equal"approval prior to Contract award.Approval of substitutions shall not be held to have relieved the Contractor from timely,full and proper performance of the work in accordance with the intent and meaning to the Contract Documents,or responsibility for the proper joining of other various parts of the work,nor from the required guarantees and maintenance provisions. d.The Contractor shall provide submittals for Substitu- tions and Product Options in accordance with the Contract Documents.Machinery,equipment,materials and articles installed or used without required approval shall be at the risk of subsequent rejec- tion. e.All equipment,material,and articles incorporated intheworkcoveredbythisContractaretobenewand of the most suitable grade for the purpose intended. The Contractor shall not reuse any materials or 5-13 equipment which are not specifically shown to be reused without the permission of the Alaska Power Authority.In cases where existing materials are found to be in suitable condition,but are not indicated to be reused by the Contract Documents,the Contractor or the Alaska Power Authority may request incorporation of these items into the project and,if appropriate,a Change Order to the Contract will be written.When called for by the Alaska Power Author- ity.the Contractor shall furnish for approval,full submittal information in accordance with the Contract Documents,concerning the reuse of material or articles which he intends incorporating in the work. When so directed,samples shall be submitted at the Contractor's expense,with all shipping charges prepaid,or the Alaska Power Authority may require the Contractor to certify,in written form,that the material or articles are in compliance with Contract Document requirements. 5.2.23 Value Engineering Incentive:(The following clause is appli- cable if this Contract is in excess of $100,000): a.Applicability: This clause applies to any Contractor developed, prepared,and submitted Value Engineering Change Proposal (VECP). Definitions: 1."Contractor's development and implemen- tation costs"means those costs incurred on a VECP before Authority acceptance and those costs the Contractor incurs speci- fically to make the changes required by Authority acceptance of a VECP. 2."Authority costs"means those costs to the Authority that result directly from devel- oping and implementing the VECP and any net increases in the cost of testing,opera- tions,maintenance,and logistic support. They do not include the normal administra- tive costs of processing the VECP. 3."Instant contract savings"means the estimated reduction in Contractor cost of performance resulting from acceptance oftheVECP,minus allowable Contractor's development and implementation costs(including subcontractor's development andimplementationcosts).(See paragraph (g).) "Value Engineering Change Proposal (VECP)" means a proposal that: (i)requires a change to this,the instant procurement contract,to implement; and (ii)results in reducing the contract price or estimated cost withcut impairing essential functions or characteris- tics,provided that it does not involve a change in deliverable end-item quantities only. c.VECP Preparation:As a minimum,the Contractor shall include the information described in (1)through (6) in each VECP. 1.A description of the difference between the existing contract requirement and that proposed,the comparative advantages and disadvantages of each,a justification when an item's function or characteristics are being altered,and the effect of the change on the end item's performance. A list of the contract requirements that must be changed if the VECP is accepted, including any suggested revisions to the provisions. A separate,detailed cost estimate for both the affected portions of the existing contract requirement and the VECP.The cost reduction associated with the VECP shall take into account the Contractor's allowable development and implementation costs.The Contractor shall also include a description and estimate of costs the Authority may incur in implementing the VECP,such as test and evaluation and operating and support costs. A projection of any effects the proposedchangewouldhaveoncollateralcoststo the Authority. A statement of the time by which a contract modification accepting the VECP must be issued in order to achieve the maximum cost reduction,noting any effect on the con- tract completion time or delivery schedule. 5-15 d. e. f. Submission: 1.The Contractor shall submit VECPs to the Construction Manager,with a copy to the APA Project Manager.The APA Project Manager shall notify the Contractor of the status of the VECP within 45 calendar days after it has been received by the Author- ity.If additional time is required because of extenuating circumstances,the Contractor shall be notified within the 45-day period and provided the reason for the delay and the expected date of the Authority's decision. VECPs shall be processed expeditiously; however,the Authority shall not be liable for any delay in acting upon a VECP. If the VECP is not accepted,the Authority shall provide the Contractor written notification fully explaining the reasons for rejection.The Contractor may with- draw,in whole or in part,any VECP not accepted by the Authority within the period specified in the VECP.The APA Project Manager may require that the Contractor provide written notification before under- taking significant expenditures for VECP effort. Acceptance: l. Sharing: l. Any VECP may be accepted in whole or in part by the Authority's award of a modifi- cation to this contract citing this clause. The Authority may accept the VECP,even though an agreement on price reduction has not been reached,by issuing the Contractor a notice to proceed with the change.Until a notice to proceed is issued or a contract modification applies a VECP to this con- tract,the Contractor shall perform in accordance with the existing contract.The Authority's decision to accept all or part of any VECP shall be final and not subject to the Disputes clause. Rates -The Contractor's share of savings is determined by subtracting Authority costs from instant contract savings and multiplying the result by 55 percent for fixed-price contracts and 25 percent for cost-reimbursement contracts. 5-16 2.Payment -Payment of any share due the Con- tractor for use of a VECP on this contract shall be authorized by a modification to this contract to: (i)accept the VECP; (ii)reduce the contract price or estimated cost by the amount of instant contract savings;and (iii)Provide the Contractor's share of savings by adding the amountcalculatedin(f)(1)to the contract price or fee. Data: The Contractor may restrict the Authority's right to use any part of a VECP or the supporting data by marking the following legend on the affected parts: "These data,furnished under the Value Engineering Incentive-Construction clause of Contract ' shall not be disclosed outside the Authority or duplicated,used,or disclosed,in whole or in part, for any purpose other than to evaluate a VECP sub- mitted under the clause.This restriction does not limit the Authority's right to use information contained in these data if it has been obtained or is otherwise available from the Contractor or from another source without limitations: If a VECP is accepted,the Contractor hereby grants the Authority unlimited rights in the VECP and Supporting data,except that,with respect to data qualifying and submitted as limited rights technical data,the Authority shall have the rights specified in the contract modification implementing the VECP and shall appropriately mark the data. 5.2.24 Substantial Completion: a.The Contractor may complete the entire contract to a degree suitable to the code enforcement authorities,and/or the Alaska Power Authority for utilization, and such degree shall constitute substantial comple- tion. The Authority may,when the work is substantially completed and when not otherwise provided in theProvisions,take possession and assume responsibility for the maintenance and operation of that portion of the project as mutually agreed upon;however,the 5-17 5.2.25 5.2.26 Contractor shall continue to.be responsible for completion of the project. No guarantee,as provided for under the Contract Documents,shall begin until all work under thisContracthasbeencompletedandaccepted,in writing, by the Contracting Officer. Following the Contractor's request for substantial completion inspection,if the Alaska Power Authority finds the work so far from completion as to make a later visit necessary,the Contractor shall be liable to the Alaska Power Authority for expenses incurred by reason of such reinspection. Final Inspection: a. Cleaning: a. Final inspection shall not be made until all work under the Contract is completed.The Contractor shall notify the Alaska Power Authority in writing atleastthirty(30)days prior to the date requested and on which the work will be ready for final inspec- tion. Following notification,the Alaska Power Authority will make an inspection of the Contractor's work and record any deficiencies on a Final Punch List.The Contractor shall immediately correct these deficien- cies at his own expense and notify the Alaska Power Authority in writing when all items have been cor- rected.The Alaska Power Authority will reinspect the work to assure correction of all deficiencies before final payment and acceptance of the project are approved.The Contractor shall be liable for all costs of reinspection when the Final Punch List deficiencies have not been corrected at the time reinspection is requested by the Contractor. Any delay by the Alaska Power Authority in making final inspection shall not relieve the Contractor of responsibility for the work nor shall the Alaska Power Authority be held responsible for damages or claims for compensation on account of continuing overhead,maintenance,etc.,occasioned by such a delay. During the term of this Contract,the Contractorshallremoveaspromptlyaspossibleanymaterialsandequipmentwhicharenotrequiredforthecomple-tion of the work.All debris shall be removed from the site and legally disposed of.The Contractorshalltakeparticularcaretoeliminateanyhazards created by his operations. 5-18 5.2.27 5.2.28 5.2.29 5.3 PAYMENTS 5.3.1 b.At the completion of the contract,or prior.thereto if so directed by the Alaska Power Authority,the Contractor shall be responsible for complete cleaning of those portions of the site which his work affects. Contractor shall remove from the facility all tools, appliances,surplus materials,debris,temporary structures,scaffolding and other materials not incorporated in the permanent installation. c.Cleaning,repair,and restoration must be accom- plished prior to Final Inspection,to the satisfac- tion of and at no additional cost to the Alaska Power Authority. Project Record Documents:The Contractor shall maintain on the job site a complete set of drawings and provisions on which all items located at the job site and all changes of material, equipment,or dimensions shall be recorded and kept current on a daily basis and shall be made available to the Alaska Power Authority at all times.This shall include all work of the Contractor and Subcontractors.Progress pay estimates will not be processed if the Alaska Power Authority determines that the Contractor has failed to keep the "As-Built"plans and provi- sions as specified.Work shall be neat and legible and,upon completion of the job,shall be turned over to the Alaska Power Authority with a certification of correctness. Contractor Not an Agent of the State:It is understood and agreed that the Contractor is an independent Contractor under the laws of the State of Alaska and is not an agent of the Alaska Power Authority or the State of Alaska. Notice of Labor Disputes Whenever an actual or potential labor dispute is delaying or threatens to delay the performance of the work,the Contractor shall immediately notify the Project Manager in writing.Such notice shall include all relevant information concerning the dispute and its background. Payments to the Contractor:Partial payments will be made as the work progresses on a monthly basis or as otherwise agreed to between the Authority and the Contractor.The basis of the progress payments will be the Contractor's Schedule andPeriodicEstimateasdefinedinArticle5.2.15,"Application for Payment." a.In making such progress payments,there may beretainedtenpercent(10%)of the estimated amount until final completion and acceptance of the Contractwork.However,if the Alaska Power Authority finds that satisfactory progress was achieved during anyperiodforwhichaprogresspaymentistobemade, 5-15 they may authorize such payment to be made in full without retention of a percentage.Whenever the work is substantially complete,if the Alaska Power Authority considers the amount retained to be in excess of the amount adequate for the protection of the Alaska Power Authority,a portion of such excess amount may be released to the Contractor.Further- more,on completion and acceptance of each part of the Contract on which the price is stated separately in the Contract,payment may be made therefore without retention of a percentage. In accordance with AS 36.90.001 (c)the Contractor shall receive interest on retained portions of progress payments. The Contractor may request,as part of his mobiliza- tion costs,partial payments for premiums which the Contractor has paid for performance and payment bonds and required insurance after furnishing the prerequi- site documentation. Partial payments may be made for permanent materials provided by the Contractor and delivered to approved staging areas.In such cases,partial payments will be limited to 75%of the purchase price.These partial payments for materials shal]be deducted from the bid price for the various items for which the material is used when the Contractor prepares his Schedule and Periodic Estimate. Progress payments for work or material rejected by the Alaska Power Authority under provisions of the Contract,including the material installed without approval of shop drawings,may be withheld until such work or material is corrected to the satisfaction of the Alaska Power Authority. All materials and work covered by partial payments made shall thereupon become the sole property of the: Alaska Power Authority,but these provisions shall not be construed as relieving the Contractor from the sole responsibility for any materials and work upon which payments have been made,or the restoration of any damaged work,or as a waiver of the right of the Alaska Power Authority to require the fulfillment of all the terms of the Contract. Upon completion and acceptance of all-work required hereunder,the amount due the Contractor under this Contract shall be paid upon the presentation of a properly executed and duly certified invoice there-for,after the Contractor has furnished the Alaska Power Authority with a release of all claims against the Alaska Power Authority arising under and by 5-20 5.4 virtue of this Contract other than such claims,if any,as may be specifically excepted by the Contrac- tor from the operation of the release in stated amounts to be set forth therein.If the Contractor's claim to amounts payable under the Contract has been assigned under the Assignment of Claims Act of 1940, as amended (41-U.S.C.15)and/or ACLA 31 B-11,a release may also be required of the Assignee. 5.3.2 Not Used 5.3.3 Not Used ADJUSTMENTS AND DISPUTES If the Contractor becomes aware of any act or occurrence which may form the basis of a claim by the Contractor for additional compensation or an extension of time for performance,the Contractor shall immediately inform the Project Manager.If the matter cannot be resolved by agree- ment or change document within 7 days,the Contractor shall,within the next 14 days,submit written notice of the facts which may form the basis of the claim.In addition,all claims by the Contractor for additional compensation or an extension of the time of performance or any dispute regarding a question of fact or interpretation of the contract shall be presented in writing by the Contractor to the Project Manager within the next 60 days unless the Project Manager agrees in writing to an extension of time for good cause shown.Good cause shown shall include time for the Contractor to prepare its claim and the Project Manager shall grant an extension of not more than 60 days for preparation of the claim.The Contractor agrees that unless these written notices are provided,the Contractor will have no entitlement to additional time or compensation for such act,event or condition.The Contractor shall in any case continue diligent performance of the contract. In presenting the claim,the Contractor shall specifically include,to the extent then possible,the following: 1.The contract provisions which apply to the claim under which it is made; 2.The bid items and quantities,if any,upon which the claim is based. 3.The specific relief requested,including the additional compen- sation claimed and the basis upon which it was calculated or the additional time requested and the basis upon which it was calculated. The claim will be acknowledged in writing by the Project Manager.If the claim is not disposed of by meetings which result in agreement within 60days,provided additional time is not granted in writing by the ProjectManager,the claim shall be decided by the Contracting Officer.TheContractingOfficerreservestherighttomakewrittenrequesttotheContractoratanytimeforadditionalinformationwhichtheContractormaypossesstosupporttheclaim(s).The Contractor agrees to provide 5-21 5.5 the Contracting Officer such additional information within 30 days of receipt for such a request.The Contracting Officer will allow a reason- able time extension for good cause if presented in writing prior to the expiration of the 30 days.Failure to furnish such additional informa- tion constitutes a waiver of the claim. The Contractor will be furnished a written signed copy of the Contracting Officer's Decision within 90 days of receipt of all necessary information from the Contractor upon which to base the decision. The Contracting Officer's decision is final and conclusive unless fraudu- Tent as to the claim unless,within 30 days of receipt of the decision the Contractor delivers a Notice of Appeal to the Board of Directors of the Alaska Power Authority.The Notice of Appeal shall include specific exceptions to the Contracting Officer's Decision,including specific provisions of the Contract which the Contractor intends to rely upon on appeal.General assertions that the Contracting Officer's decision is contrary to law or fact are not sufficient. The Board may hear the appeal itself and upon hearing the evidence, render findings of fact and law or it may appoint a hearing officer to hear the case.The hearing officer shall be impartial and disinterested. The decision of the hearing officer will be a recommendation which the Board may adopt,modify,or disregard and the Board may enter its own decision from the record made at the hearing before the hearing officer. The Board may remand the case to the hearing officer to take additional evidence or may hear additional evidence itself.Procedure of at] hearings in general shall be governed by AS 44.62.450-.480. The decision of the Board shall constitute the final agency decision and the exhaustion of administrative remedies.It will be final and conclusive,unless it is arbitrary,capricious and not supported by the record,unless the Contractor appeals to the Superior Court,Third Judicial District,Anchorage,State of Alaska,within 30 days of receipt of the decision. CHANGES 5.5.1 Changed Conditions:The Contractor shall promptly,and before such conditions are disturbed,notify the Alaska Power Author- ity in writing of:subsurface or latent physical conditions at the site differing materially from those indicated in these Contract Documents,or unknown physical conditions at the site of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract.The Alaska Power Authority shall promptly investigate the conditions,and if he finds that such conditions do so materially differ and cause an increase or decrease in the Contractor's cost of or the time required for performance of this Contract,an equitable adjust-ment shall be made and the Contract modified accordingly,by a written Change Order.Any claim of the Contractor for adjust-ment hereunder shall not be allowed unless he has given notice as required above.If the parties fail to agree upon the 5-22 5.5.2 5.5.3 adjustment to be made,the dispute shall be determined as provided in Paragraph 5.4 of these General Provisions. Changes to the Contract Documents:The Alaska Power Authority may at any time,by a written Change Order and without notice to the Sureties,make changes in the drawings and/or specifica- tions of the Contract if within its general scope.If such changes cause an increase or decrease in the Contractor's cost of,or time required for,performance of the Contract,an equitable adjustment shall be made and the Contract modified in writing accordingly.Any claim of the Contractor for adjust- ment under this article must be asserted in writing within thirty (30)days from the date of receipt by the Contractor of the notification of change.If the parties fail to agree upon the adjustment to be made,the dispute shall be determined as provided in Paragraph 5.4 of these General Provisions.Nothing provided in this paragraph shall excuse the Contractor from proceeding with the prosecution of the work as changed and except as may be provided by a written Change Order,no charge for any extra work or material will be allowed. Change Orders:No changes in the Work required or Compensation allowed by the Contract Documents may be made unless a Change Order is executed by both the Contractor and Alaska Power Authority.The Contractor shall make no claims for extra Work unless the Work was performed as authorized by a properly executed Change Order.Additional Compensation or Credit for Work covered by a Change Order must be determined by one or a combination of the following methods: a.Unit bid prices previously approved. b.An agreed jump sum. c.The actual cost of: 1.Labor (including foremen and extra supervision if required). 2.Materials entering permanently into the work. 3.Rental cost of construction plant and equipment used for the work. 4.Power and fuel required for the operation of power equipment used for change order work. 5.Insurance. 6.Social Security,Old Age and Unemployment Contribution. 5-23 7.The Contractor shall furnish a breakdown of cost including but not limited to bills, payrolls,invoices and vouchers covering the cost of the work.To this cost there shall be added a fixed fee to be agreed upon,but not to exceed twenty percent (20%)of the cost of work.The fee shall be compensation to cover the cost of management,overhead,bond,profit and any other general expenses. d.The cost of Subcontractor's work shall be determined according to this paragraph 5.5.3,to which the Contractor may add a maximum of fifteen percent (15%),which amount shall be compensation for the cost of the Contractor's management,overhead,bond, profit,and any other general expenses. e.Credit for work deleted from Contract Documents shall include the costs of labor,materials,and overhead, and shall be deducted before any agreed upon markups are added. 5.6 SUSPENSION OF WORK The Contracting Officer may order the Contractor in writing to suspend, delay,or interrupt all or any part of the work for such period of time as he may determine to be appropriate for the convenience of the State. If the performance of all or any part of the work is,for an unreasonable period of time,suspended,delayed,or interrupted by an act of the Contracting Officer in the administration of this Contract,or by hisfailuretoactwithinthetimespecifiedintheContract(or if no time is specified,within a reasonable time),an adjustment shall be made for any increase in the cost of performance of this Contract (excluding profit)necessarily caused by such unreasonable suspension,delay,or interruption and the Contract modified in writing accordingly.However, no adjustment shal]be made under this clause for any suspension,delay or interruption to the extent (1)that performance would have been so suspended,delayed or interrupted by any other cause,including the fault or negligence of the Contractor or (2)for which an equitable adjustment is provided for or excluded under any other provision of this Contract. No claim under this clause shall be allowed (1)for any costs incurred more than 20 days before the Contractor shall have notified theContractingOfficerinwritingoftheactorfailuretoactinvolved(butthisrequirementshallnotapplyastoaclaimresultingfromasuspensionorder),and (2)unless the claim,in an amount stated,isassertedinwritingassoonaspracticableaftertheterminationofsuchsuspension,delay,or interruption,but no later than the date of final payment under the Contract. 5-24 5.7 TERMINATION 5.7.1 Termination for Default -Damages for Delay -Time Extensions a.If the Contractor refuses or fails to prosecute the work,or any separable part thereof,with such diligence as will insure its completion within the time specified in this contract,or any extension thereof,or fails to complete said work within such time,the Alaska Power Authority may,by written notice to the Contractor,terminate his right to proceed with the work or such part of the work as to which there has been delay. In such event the Alaska Power Authority may take over the work and prosecute the same to completion, by contract or otherwise,and may take possession of and utilize in completing the work such materials, appliances,and plant as may be on the site of the work and necessary therefor.Whether or not the Contractor's right to proceed with the work is terminated,he and his sureties shall be liable for any damage to the Alaska Power Authority resulting from his refusal or failure to complete the work within the specified time. If fixed and agreed liquidated damages are provided in the contract and if the Alaska Power Authority so terminates the Contractor's right to proceed,the resulting damage will consist of such liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Alaska Power Authority in completing the work. If fixed and agreed liquidated damages are provided in the contract and if the Alaska Power Authority does not so terminate the Contractor's right to proceed,the resulting damage will consist of such liquidated damages until the work is completed or accepted. The Contractor's right to proceed shall not be soterminatednortheContractorchargedwithresulting damage if: (i)The delay in the completion of the work arises from unforseeable causes beyond the control and without the fault or negligence of the Contractor,including but not restricted to,acts of God,acts of the public enemy,acts of the Government ineitheritssovereignorcontractualcapac- ity,fires,floods,epidemics,quarantine 5-25 restrictions,strikes,freight embargoes, unusually severe weather,or delays of subcontractors or suppliers arising from unforseeable causes beyond the control and without the fault or negligence of both the Contractor and such subcontractors or suppliers;and (ii)The Contractor in requesting any extension for such reasons shall comply with General Provisions,Paragraph 5.4,Adjustments and Disputes. If,after notice of terminationof the Contractor'srighttoproceedundertheprovisionsofthisclause, it is determined for any reason that the Contractor was not in default under the provisions of this clause,or that the delay was excusable under the provisions of this clause,the rights and obligations of the parties shall,if the contract contains a clause providing for termination for convenience of the Alaska Power Authority,be the same as if the notice of termination had been issued pursuant to such clause.If,in the foregoing circumstances, this contract does not contain a clause providing for termination for convenience of the Alaska Power Authority,the contract shall be equitably adjusted to compensate for such termination and the contract modified accordingly;failure to agree to any such adjustment shall be a dispute concerning a question of fact within the meaning of the clause of this contract entitled "Adjustments and Disputes". The rights and remedies of the Alaska Power Authority provided in this clause are in addition to any other rights and remedies provided by law or under this contract. As used in paragraph (d)(i)of this clause,the term "subcontractors or suppliers"means subcontractors or suppliers at any tier. 5.7.2 Termination for Convenience a.The performance of work under this contract may be terminated by the Alaska Power Authority in accord- ance with this clause in whole,or from time to time in part,whenever the Contracting Officer shall determine that such termination is in the best interest of the Alaska Power Authority.Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of work under the contract is terminated,and the date upon which such termination becomes effective. 5-26 b.After receipt of a Notice of Termination,and except as otherwise directed by the Contracting Officer,the Contractor shall: (iii) (iv) (v) (vi) stop work under the contract on the date and to the extent specified in the Notice of Termination; place no further orders or subcontracts for materials,services or facilities,except as may be necessary for completion of such portion of the work under the contract as is not terminated; terminate all orders and subcontracts to the extent that they relate to the perform- ance of work terminated by the Notice of Termination; assign to the Alaska Power Authority,in the manner,at the times,and to the extent directed by the Contracting Officer,all of the right,title,and interest of the Contractor under the orders and subcon- tracts so terminated,in which case the Alaska Power Authority shall have the right,in its discretion,to settle or pay any or all claims arising out of the termination of such orders and subcon- tracts; settle all outstanding liabilities and al] claims arising out of such termination of orders and subcontracts,with the approval or ratification of the Contracting Officer, to the extent he may require,which ap- proval or ratification shall be final for all the purposes of this clause; transfer title and deliver to the Alaska Power Authority,in the manner,at the times,and to the extent,if any,directedbytheContractingOfficer;(a)the fabri- cated or unfabricated parts,work in process,completed work,supplies,and other material produced as a part of,or acquired in connection with the performance of,the work terminated by the Notice of Termination,and (b)the completed or partially completed plans,drawings,information,and other property which,if the contract had been completed,would have been required to be furnished to the Alaska Power Authority. 5-27 (vii)use his best efforts to sell,in the manner,at the times,to the extent,and at the price or prices directed or authorized by the Contracting Officer,any property of the types referred to in (vi)above, provided,however,that the Contractor (a) shal]not be required to extend credit to any purchaser,and (b)may acquire any such property under the conditions prescribed by and at a price or prices approved by the Contracting Officer,and provided further that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the Alaska Power Authority to the Contractor under this contract or shall otherwise be cred- ited to the price or cost of the work covered by this contract or paid in such other manner as the Contracting Officer may direct; (viii)complete performance of such part of the work as shall not have been terminated by the Notice of Termination;and (ix)take such action as may be necessary,or as the Contracting Officer may direct,for the protection and preservation of the property related to this contract which is in the possession of the Contractor and in which the Alaska Power Authority has or may acquire an interest. Ninety days after notice of termination,the Contractor may submit to the Contracting Officer a list,certified as to quantity and quality,of any or all items of termination inventory not previously disposed of,exclu- sive of items the disposition of which has been directed or authorized by the Contracting Officer,and may request the Alaska Power Authority to remove such items or enter into a storage agreement covering them.Not later than fifteen (15)days thereafter,the Alaska Power Authority will accept title to such items and remove them or enter into a storage agreement covering the same;provided,that the list submitted shall be subject to verification by the Contracting Officer upon removal of thejtems,or if the items are stored,within forty-five (45)days from the date of submission of the list,and any necessary adjustment to correct the list as submitted shall be made prior to final settlement. c.After receipt of a Notice of Termination,the Contractor'shall submit to the Contracting Officer his termination claim,in the form and with certification prescribed by the Contracting Officer.Such claim shall be submitted promptly but in no event later than one year from the effective date of termina-tion,unless one or more extensions in writing are granted by the Contracting Officer,upon request of the Contractor made inwritingwithinsuchoneyearperiodorauthorizedextension 5-28 thereof.However,if the Contracting Officer determines that the facts justify such action,he may receive and act upon any such termination claim at any time after such one year period or any extension thereof.Upon failure of the Contractor to submit his termination claim within the time allowed,the Contracting Officer may determine,on the basis of information available to him,the amount,if any,due to the Contractor by reason of the termination and shall thereupon pay to the Contractor the amount so determined. Subject to the provisions of paragraph (c),the Contractor and the Contracting Officer may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant to thisclause,which amount or amounts may include a _reasonableallowanceforprofitonworkdone;provided,that such agreed amount or amounts,exclusive of settlement costs,shall not exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated.The contract shall be amended accordingly,and the Contractor shall be paid the agreedamount,Nothing in paragraph (e)of this clause,prescribing the amount to be paid to the Contractor in the event of failure of the Contractor and the Contracting Officer to agree upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this clause,shall be deemed to limit,restrict,or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph (d). In the event of the failure of the Contractor and the Contract- ing Officer to agree,as provided in paragraph (d),upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this clause,the Contracting Officer shall pay to the Contractor the amounts determined by the Contracting Officer as follows,but without duplication ofanyamountsagreeduponinaccordancewithparagraph(d): (i)With respect to all contract work performed prior to the effective date of the Notice of Termination,the total (without duplication of any items)of- (A)the cost of such work; (B)the cost of settling and paying claims arising out of the termination of work under subcon- tracts or orders as provided in paragraph (b) (v)above,exclusive of the amounts paid or payable on account of supplies or materials delivered or services furnished by the subcon- tractor prior to the effective date of the Notice of Termination of Work under this con- tract,which amounts shall be included in the cost on account of which payment is made under (A)above;and 5-29 (C)a sum,as profit on (A)above,determined by the Contracting Officer to be fair and reasonable; provided,however,that if it appears that the Contractor would have sustained a loss on the entire contract had it been completed,no profit shall be included or allowed under this sub- division (C)and an appropriate adjustment shall be made reducing the amount of the settlement to reflect the indicated rate of loss;and (ii)the reasonable cost of the preservation and protec-tion of property incurred pursuant to paragraph (b)(ix);and any other reasonable cost incidental to termination of work under this contract,including expense incidental to the determination of the amount due to the Contractor as the result of the termina- tion of work under this contract. The total sum to be paid to the Contractor under (i)above shall not exceed the total amount as stipulated in the Limitation of Funds Clause (Article 6.2.2)if Limitation of Funds is applicable,or if Limitation of Funds is not applicable the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated.Except for normal spoilage,and except to the extent that the Alaska Power Authority shall have otherwise expressly assumed the risk of loss,there shal]be excluded from the amounts payable to the Contractor under (i)above,the fair value,as determined by the Contracting Officer,of property which is destroyed,lost,stolen, or damaged so as to become undeliverable to the Alaska Power Authority, or to a buyer pursuant to paragraph (b)(vii). f.The Contractor shall have the right of appeal,under the clause of this contract entitled "Adjustments and Disputes",from any determination made by the Contracting Officer under paragraph (c),(e),or (i)hereof,except that if the Contractor has failed to submit his claim within the time provided in para- graph (c)or (i)hereof,and has failed to request extension of such time,he shall have no such right of appeal.In any case where the Contracting Officer has made a determination of theamountdueunderparagraph(c),(e)or (i)hereof,the AlaskaPowerAuthorityshallpaytotheContractorthefollowing:(i)if there is no right of appeal hereunder of if no timely appeal has been taken,the amount so determined by the Contracting Officer,or (ii)if an appeal has been taken,the amount finally determined on such appeal. g.In arriving at the amount due the Contractor under this clausethereshallbededucted(i)all unliquidated advance or other payments on account theretofore made to the Contractor,appli-cable to the terminated portion of the contract,(ii)any claim which the Alaska Power Authority may have against the Contrac-tor in connection with this contract,and (iii)the agreed price for,or the proceeds of sale of,any materials,supplies,or other things acquired by the Contractor or sold,pursuant totheprovisionsofthisclause,and not otherwise recovered by or credited to the Alaska Power Authority. 5-30 5.8 INSURANCE 5.8.1] If the termination hereunder be partial,the Contractor may file with the Contracting Officer a claim for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the Notice of Termination),and each equi- table adjustment as may be agreed upon shall be made in such price or prices.Any claim by the Contractor for an equitable adjustment under this clause must be asserted within ninety (90)days from the effective date of the termination notice, unless an extension is granted in.writing by the Contracting Officer. The Alaska Power Authority may from time to time,under such terms and conditions as it may prescribe,make partial payments and payments on account against costs incurred by the Contrac- tor,in connection with the terminated portion of the contract whenever in the opinion of the Contracting Officer the aggre- gate of such payments shal?be within the amount to which the Contractor will be entitled hereunder.If the total of such payments is in excess of the amount finally agreed or deter- mined to be due under this clause,such excess shall be payable by the Contractor to the Alaska Power Authority upon demand, together with legal interest,for the period from the date such excess payment is received by the Contractor to the date on which such excess is repaid to the Alaska Power Authority; provided,however,that no interest shall be charged with respect to any such excess payment attributable to a reduction in the Contractor's claim by reason of retention or other disposition of termination inventory until ten days after the date of such retention or disposition,or such later date as determined by the Contracting Officer by reason of the cir- cumstances. Unless otherwise provided for in this contract,or by appli- cable statute,the Contractor shall -from the effective date of termination until the expiration of three years after final settlement under this contract -preserve and make available to the Alaska Power Authority at all reasonable times at the office of the Contractor but without direct charge to the Alaska Power Authority,all his books,records,documents and other evidence bearing on the costs and expenses of the Con- tractor under this contract and relating to the work terminated hereunder,or,to the extent approved by the Contracting Officer,photographs,microphotographs,or other authentic reproductions thereof. General a.Insurance:During the life of this Contract,the Contrac-tor shall purchase and maintain insurance with a carrierorcarrierssatisfactorytoAlaskaPowerAuthority, covering injury to persons or property suffered by the 5-31 5.8.2 State of Alaska or a third party,as a result of errors or omissions or operations which arise both out of and during the course of this contract by the Contractor or by any Subcontractor.The coverage shall provide protection against injuries to all employees of the Contractor and the employees of any Subcontractor engaged in work under this Contract.A copy of the insurance policies will be furnished to the Contracting Officer prior to beginning work under this contract.These policies shall show evidence of coverage and provide a written cancellation, non-renewal or material change with a notice of 90 days. Insurance companies shown on such evidence shall have acceptable financial ratings.Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach and grounds for termination of the Contractor's services.Contractor furnished insurance shall be primary and not participating with any Alaska Power Authority Insurance despite any policy provisions to the contrary. Insureds:State of Alaska,Alaska Power Authority(Owner),Engineer,Construction Manager,Prime Contractors and Subcontractors at ali tiers under this Contract. Liability Insurance The following insurance shall be purchased by the Contractor and shall cover those operations of the Contractor performed in connection with the work at or from the Project Site: a.Workers'Compensation Insurance:The Contractor shall provide and maintain,for all employees of the Contractor engaged in work under this Contract,Workers'Compensation Insurance as required by AS 23.30.045.The Contractor shall also require Workers'Compensation Insurance for any subcontractor who directly or indirectly provides services under this contract.Contractor shall require its insur- ance carrier to waive all rights of subrogation against the Authority,its Directors,Officers,and Employees. To include: 1.Statutory coverage for states in which employees are engaging in work; 2.Employer's Liability Protection in the amount of $2,000,000 per occurrence; 3.Broad Form All States Endorsement; 4.All State and Federal Acts where applicable; 5.Voluntary Compensation Endorsement. 5-32 Comprehensive General Liability Insurance -subject to the following limits of liability: Bodily Injury and Property Damage Liability $50,000,000 Combined Single Limits each occurrence per named insured and affording insurance for Premises- Operations,Owners and Contractors'Protective,Independent Contractors,Products/Completed Operations which provides for a two (2)year extension of coverage _following final acceptance of the Work by Owner,Blanket Contractual Liability,Broad Form Property Damage,CGLBroadFormEndorsement(ISO G222),Personal Injury Liability,Explosion,Collapse and Underground,Incidental Malpractice,Incidental Errors and Omissions,and Railroad Protective. This insurance shall contain a "Cross-Liability"or "Severability of Interest"clause or Endorsement.The Authority and other insureds shall not by reason of their inclusion under this policy incur liability to the insur- ance carrier for payment of premium for this insurance. Automobile Liability Insurance covering all vehicles. Such insurance shall provide coverage not less than that of the Business Automobile Policy in limits not less than $5,000,000 Combined Single Limit each occurrence for Bodily Injury and Property Damage Liability. Owned Aircraft (if applicable)and Non-Owned Aircraft with limits of liability not less than: Owned Aircraft:$25,000,000 Combined Single Limit covering bodily injury and property damage liability,per occur- rence. Non-Owned Aircraft:$10,000,000 Combined Single Limit covering bodily injury a nd property damage liability,per occurrence. Owned and Non-Owned Aircraft:$1,000,000 Passenger Liability Per Seat. Coverage shall not exclude Slung Cargo Exposures. Owned Watercraft (if applicable)and Non-Owned Watercraft with limits of liability not less than $10,000,000 per occurrence,any one vessel,any one tow. Coverage to include:All Maritime Liabilities including Protection and Indemnity. The above mentioned liability insurances may be provided by the Contractor in a combination of primary and excess(or umbrella)layers. 5-33 5.9 5.10 5.8.3 Property Insurance The Contractor shall purchase property insurance as described herein. a.Marine Cargo All Risks including war risk for shipments from warehouse or point of origin to delivery to Job Site. Including transshipment and any temporary storage.Amount of coverage to include 100%of landed value at Job Site. b.Builder's Risk Insurance including Engineers and Archi- tects.Coverage will be on an "All Risk"basis including earthquake,flood and tsunami,and design errors and omissions by the Contractor.Amount of coverage required: $30 ,000 ,000. This Builder's Risk insurance policy shall be subject to the following maximum deductible amount:Earthquake: $1,000,000 per occurrence,payable by Owner.All other deductibles,payable by Contractor.Coverage shall include all materials,supplies,equipment that areintendedforspecificinstallationintheProjectwhilesuchmaterials,supplies and equipment are located at the Project Site and in transit (meaning land or air transit from port of arrival to jobsite)and while temporarily located away from the Project Site.This insurance shal] not deny coverage resulting from any engineering design error or omission.This builder's risk insurance shall contain a waiver of subrogation in favor of the Alaska Power Authority and all other insureds. GUARANTEES Contractor warrants and guarantees to Owner that all work will be done in accordance with the Contract Documents and will be free from defects in materials and workmanship.Contractor further warrants that if within one (1)year after the date of written final acceptance by Qwner,any work or materials supplied by Contractor are found to be defective, Contractor shall promptly without cost to Owner,and in accordance with Owner's written instructions,either correct such defective work or remove it from the site and replace it with non-defective work.If Contractor does not promptly comply with the terms of such instructions,or in an emergency where delay would cause serious risk of loss ordamage,Owner may have such defective work corrected or replaced and alldirectandindirectcostsofsuchcorrectionorremovalandreplacement shall be paid by Contractor. CONTRACTOR'S RECORDS Records of the Contractor and Subcontractors relating to personnel, payrolls,invoices of materials,and any and all other data relevant totheperformanceofthisContract,must be kept on a generally recognizedaccountingsystem.Such records must be available during normal workhourstotheAlaskaPowerAuthority's authorized representative, 5-34 5.11 following written notification from the Alaska Power Authority,for purposes of investigation to ascertain compliance with applicable laws,regulations and provisionsof the Contract Documents. Payroll records must contain the name and address of each employee,his correct classification,rate of pay,daily and weekly number of hours of work,deductions made,and actual wages paid.The Contractor and Subcontractors shall make employment records available for inspection by authorized representative of the Alaska Power Authority and the State Department of Labor and will permit such representatives to interview employees during working hours on the job. Records of all communications between the Alaska Power Authority and the Contractor and other parties,where such communications affected perform- ance of this Contract,must be kept by the Contractor and maintained foraperiodofthree(3)years from final payment.The Alaska Power Authority or its designated representative may perform an audit of these records after written notice to the Contractor and during normal work hours. CONTRACTOR'S RESPONSIBILITY FOR WORK 5.11.1 Supervision and Superintendence: Contractor shall supervise and direct the work competently and efficiently,devoting such attention thereto and applying such skills and expertise as may be necessary to perform the work in accordance with the Contract Documents.Contractor shall be solely responsible for the means,methods,techniques, sequences and procedures of construction,but Contractor shall not be solely responsible for the negligence of others in the design or selection of a specific means,method,technique, sequence or procedure of construction which is indicated in and required by the Contract Documents.Contractor shall be responsible to see that the finished work complies accurately with the Contract Documents. §.11.2 Protection of Work: Until final written acceptance of the project by the Alaska Power Authority,the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part thereof by the action of the elements orfromanyothercause,whether arising from the execution orfromthenonexecutionofthework.The Contractor shall rebuild,repair,restore,and make good all injuries or damages to any portion of the work occasioned by any of the abovecausesbeforefinalacceptanceandshallbeartheexpense thereof except damage to the work due to unforseeable causesbeyondthecontrolofandwithoutthefaultornegligenceoftheContractor,including but not restricted to acts of God,of the public enemy or governmental authorities. 5-35 In case of suspension of work from any cause whatever,the Contractor shall be responsible for the project and shall take such precautions as may be necessary to prevent damage to the project,provide for normal drainage and shall erect any necessary temporary structures,signs,or other facilities at his expense.During such period of suspension of work,the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings,seedings,and soddings furnished under his Contract,and shall take adequate precautions to protect new growth and other important vegetative growth against injury. 5-36 Teeereereeeiitade||ALASKA POWER AUTHORITY a CONSTRUCTION CONTRACT NO.APA-83-C-0016 -:TRANSMISSION LINE CONSTRUCTION .FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 6.0 SPECIAL PROVISIONS 6.1 6.2 6.3 6.5 6.6 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 6 -SPECIAL PROVISIONS PROJECT DESCRIPTION AND PHYSICAL CATA 6.1.1 Project Description 6.1.2 Physical Data COMMENCEMENT,PROSECUTION AND COMPLETION OF WORK 6.2.1 Start and Completion of Work 6.2.2 Limitation of Funds 6.2.3 Project Correspondence LIQUIDATED DAMAGES MATERIAL FURNISHED BY THE AUTHORITY 4,List of Material Furnished Availability Schedule and Packaging Location of Materials Overages Receipt and Handling Storage and Security Excess Materials Size and Weight LimitationsNDNDNHNAAAAANPAPHPAHHHCONDOSWPeS MATERIAL FURNISHED BY CONTRACTOR 6.5.1 List of Materials 6.5.2 Certificates of Compliance 6.5.3 Shop Drawings and Submittals PERMITS ANC SERVICES PROVIDED BY OWNER 6.6.1 Right-of-Way Easements 6.6.2 Access to the Right-of-Way 6.6.3 Camps and Staging Areas 6.6.4 Permits 6.6.5 Survey Stakes 6-1 -n.7 CONTRACT DRAWINGS AND MAPS 6.7.1 Contract Drawings 6.7.2 Maps 6.7.3 Drawing Availability Schedule -8 SITE ACCESS AUTHORIZATION,LIMITATIONS,AND CONDITIONS 6.8.1 Authorization 6.8.2 Restrictions 6.8.3 Roads 6.8.4 Substations .9 SERVICES TO BE PROVIDED BY CONTRACTOR 6.9.1 General 6.9.2 Accommodations and Meals 6.9.3 Offices 6.9.4 Automotive Maintenance and Fuel 6.9.5 Helicopter Service .10 CONTRACTOR PREPARED SCHEDULES 6.10.1 General 6.10.2 Network Analysis 6.10.3 Progress Chart 6.10.4 Contractor Required to Meet Schedule .11 REPORTS REQUIRED FROM CONTRACTOR -ll.1 Submittal of Reports 11.2 Progress Reports 11.3 Quality Control Reports .11.4 Safety Report 11.5 Manpower Report .11.6 Equipment ReportAAAVAO .12 CONTRACTOR QUALITY CONTROL 6.12.1 Quality Control]Program 6.12.2 Quality Control Functions 6.12.3 Submittal of Quality Control Plan 6.12.4 Correction of Deficiencies in Quality Control Program .13 ENVIRONMENTAL PROTECTION 3.1 Agency Stipulations 3.2 Land and Water Resources 3.3 River and Stream Crossings 3.4 Wildlife .14 POWER,COMMUNICATION,AND PIPELINES .15 CONSTRUCTION PLANT AND EQUIPMENT 6-2 6.16 6.17 6.18 6.19 AS-BUILT DRAWINGS -16.1 Submittal of Final As-Built Drawings 16.2 Maintenance of Current As-Built Prints CONSTRUCTION PLAN 6.17.1 General 6.17.2 Bar Chart Schedule 6.17.3 Narrative HELICOPTER OPERATION 18.1 Submittal of Plan6.1 6.18.2 FAA Approval 6.18.3 Restrictions 9.1 Safety Plan 19.2 Safety Program 6-3 ALASKA POWER AUTHORITYCONSTRUCTIONCONTRACTNO.APA-83-C-0014 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE 6.1 PROJECT DESCRIPTICN AND PHYSICAL DATA 6.1.1 Project Descripticn 6.1.1.1 6.1.1.2 6.1.1.3 This Contract consists of furnishing certain materials, receiving,transporting,and distributing Authority furnished materials,providing all labor and equipment and doing all work necessary to construct that portion of the Anchorage-Fairbanks single circuit 345 kV Transmission Line Intertie referred to as Contract No.2 complete and ready for energization and continuous operation as shown on the drawings and as described in these provisions.The length of the line in Contract No.2 is approximately 72 miles. Contract No.2 starts at PI 77 (Station 5171 +47.61)near Honolulu Creek and proceeds generally north to the Healy Substation,near Healy,Alaska.A detailed layout of the alignment is shown on the Key Map,Drawing No.2000, Sheets 1 through 6. The low tension structure at the Healy Substation will be installed by others and will be available for stringing no later than December 1,1983.The work to be done under this Contract will include the installation of the inter- tie conductors,shield wires,insulators and hardware assemblies on this structure.Jumpers will be made by others. The structure at PI 77 is a part of this Contract and must be erected and available for stringing no iater than December 1,1983.The work to be done under this Contract will include the erection of the structure and installa- tien of the conductors,shield wires,insulators and hardware assemblies on the north side of the structure. The installation of the jumpers and jumper hardware assemblies will be done by others. 6.1.2 Physical Data 6.1.2.1 The structure foundations will involve the use of steel H-piles,precast concrete blocks,cast-in-place cencreteandrockanchors.The Contractor is required to perform a testing program as specified herein to establish the finaldesigncriteriaforthevariousfoundationtypes. 6-4 6.1.2.2 6.1.2.3 6.1.2.4 The structures are composed of tubular sections of wea- thering steel,ASTM A588,Grade 50 minimum.Concept and loading diagrams are shown on Drawing 2005 Sheets 1 -26. The following structure types are used in Contract No.2: Type Description A 0°-3°Tangent Guyed Steel Pole X Light Wind B 0°-8°Light Angle Guyed Steel Pole X Light C 8°-30°edd un Angle Guyed 3 Pole Light Wind D 0°-8°Tangent Deadend Guyed 3 Pole High Wind E 8°-50°Heavy Angle Deadend Guyed 3 Pole High F 50°-90°Maxi Angle Deadend Guyed 3 Pole High |in HA 0°-3°Tangent Guyed Steel Pole X High Wind SA 0°-3°Tangent Single Shaft Pole Medium Wind SB 0°-8°Light Angle Single Shaft Pole Medium Wind SC 02-158 Tangent Deadend Single Shaft Pole Medium Wind SD 15°-50°Heavy Angle Deadend 3 Pole Medium Wind SE 0°-8°Special Tangent Deadend 3 Pole High Wind SP 25°-35°Special Tall Deadend Guyed 3 Pole High Wind The conductor for the Intertie will consist of a bundle of two 954 kcmil 45/7 ACSR (Rail)per phase.The bundle is hcrizontal with 18 inch spacing for each of the three phases required.Clevis type insulators are used in the conductor hardware assemblies. Two shield wires are used,with each wire being 3/8 inch diameter extra high strength 7 strand galvanized steel cable.Clevis type insulators are used to insulate the shield wire from the structures. 6.2 COMMENCEMENT,PROSECUTION,AND COMPLETION OF WORK 6.2.1 Start and Completion of Work The contractor shall start work within 10 calendar days afterthereceiptbyhimofnoticetoproceedandshallprosecutetheworkwithspeedanddiligencesoastocompletetheworkreadytousenolaterthanNovember1,1984.The foregoing comple- tion date is based on the assumption that the successful bidder will receive the Notice to Proceed no later than 45 days after 6-5 6.2.2 bid opening.The Authority will extend the completion date by the number of days that the Notice to Proceed has been delayed except in such cases as the delay is caused by the Contractor. Limitation of Funds 6.2.2.1 6.2.2.2 6.2.2.3 6.2.2.4 6.2.2.5 Funds are not available at the inception of this contract to cover the entire contract price.The sum of $10,000,000.00 has been reserved for this Contract and is available for payments to the Contractor during the fiscal year ending June 30,1983.It is expected that the State of Alaska Legislature will make appropriations for future fiscal years from which additional funds will be reserved for this contract.The liability of the OQwner for payments beyond the funds reserved for this Contract is contingent on the appropriation of additional funds or the availability of other funds secured for the project by the Owner from other sources. Failure to make payments in excess of the amount currently reserved,or that may be reserved from time to time,shall not be considered a breach of this contract,and shall not entitle the Contractor to a price adjustment under the terms of this contract except as specifically provided in Paragraphs 6.2.2.4 and 6.2.2.5 below. The Owner may at any time reserve additional funds for payments under the Contract if there are funds available for such purpose.The Owner will promptly notify the Contractor in writing of any additional funds reserved for the Contract. If expenditures will be such that funds reserved for the Contract will be exhausted before the end of any fiscal year,the Contractor shall give written notice to the Owner of the estimated date of exhaustion and the amount of additional funds which will be needed to meet payments due or to become due under the Contract during that fiscal year.This notice shall be given no less than 45 nor more than 60 days prior to the estimated date of exhaustion. No payments will be made after exhaustion of funds except that additional funds are reserved for the Contract.If and when sufficient additional funds are reserved,the Contractor shall be entitled to simple interest on any payment that the Owner determines was actually earned under the terms of the Contract and would have been made except for exhaustion of funds.Interest shall be computed from the time such payment would otherwise havebeenmadeuntilactuallyorconstructivelymade,and shall be at the rate established by the Secretary of the Treasury pursuant to Public Law 92-41,85 Stat 97,for theRenegotiationBoard,as in effect on the first day of the delay of such payment. 6-6 6.2.2.6 Any suspension,delay,or interruption of work arising from exhaustion or anticipated exhaustion of funds shall not constitute a breach of this Contract and shall not entitle the Contractor to any price adjustment under a "Suspension of Work"or similar clause or in any other manner under this Contract. 6.2.2.7.An equitable adjustment in performance time shall be made for any increase in the time required for performance of any part of the work arising from exhaustion of funds or the reasonable anticipation of exhaustion of funds. 6.2.2.8 If,upon the expiration of sixty (60)days after the beginning of the fiscal year following an exhaustion of funds,the Owner has failed to reserve sufficient additional funds to cover payments otherwise due,the Contractor,by written notice delivered to the Qwner at any time before such additional funds are reserved,may elect to treat his right to proceed with the work as having been terminated.Such a termination shall be at no cost to the Owner,except that,to the extent that additional funds to make payment therefore are allocated to this Contract,it may be treated as a termination for the convenience of the Owner. 6.2.2.9 If at any time it becomes apparent that the funds reserved 6.2.3 for any fiscal year are in excess of the funds required to meet all payments due or to become due the Contractor because of work performed and to be performed under the Contract during the fiscal year,the Owner reserves the right,after notice to the Contractor,to reduce said reservation by the amount of such excess. Project Correspondence 6.2.3.1 The Alaska Power Authority has retained the services of a Construction Manager for administering this project.Al] correspondence between the Contractor and the Owner shall be directed through the Construction Manager.Prior to commencement of work,a system for document control will be established. 6.3 LIQUIDATED DAMAGES 6.3.1 6.3.2 In case of failureon the part of the Contractor to complete the work within the time stated in the Contract documents,or any extensions thereof that may be granted,the Contractor shall pay to the Alaska Power Authority as liquidated damages the sum of $5,000.00 for each day delayed. Upon acceptance for substantial completion,assessment of liquidated damages will cease.The Authority may resume assessment in the event that the Contractor fails to complete the work in a timely manner. 6-7 6.4 MATERIAL 6.4.1 6.4.2 6.4. 6.4. €.4. 6.4, 6.4. 6.4. 6.4. FURNISHED BY THE AUTHORITY List of Material Furnished 1.1 Steel structures including guy yokes,base plates,pile clamps,structure anchor bolts and templates,bolts,nuts, locknuts,danger signs,and aerial patrol signs. 1.2 Guy wire and guy wire hardware,including preformed adjustable and non-adjustable deadend sets,preformed deadends,clevis thimbles,guy yoke plates,and chain shackles as shown on the Drawings. 1.3 Insulators for cenductor and shield wire. 1.4 Hardware for conductor and shield wires as shown on the Drawings. 1.5 Conductor and shield wire. 1.6 Accessories for conductor and shield wire including compression fittings (except full tension splices), Spacers,dampers,and filler compound. Availability Schedule and Packaging 2.1 'Authority furnished material will be shipped by the respective vendors in several increments.For the steel structures,the order of manufacturing and shipping priority will be established based on the Contractor's schedule.The shipments will be made in approximately equal increments by month with the first shipment being available to the Contractor by the first date shown below. The last shipment will be available by the second date shown. Structure Anchor Bolts -June 1 through July 31,1983 X-Frame Structures -Sept.1,1983 through Jan.31,1984 3-Pole Structures -Sept.1 through Dec.31,1983 Guy Hardware Assemblies -July 1 through Nov.1,1983AluminumCladSteelGuyStrand-July 1 through Nov.1,1983 Insulators -August 1 through Nov.1,1983 Conductor and Shield Wire Hardware -August 1 through Nov.1,1983 Shield Wire -August 1 through Nov.1,1983 Conductor -Sept.1 1983 through Feb.1,1984ConductorandShieldWireAccessories-August 1 through Nov.1,1983 6.4.2.2 Packaging of Authority furnished material will be as per the manufacturer's standard packaging and according to the following schedule: Guy hardware will be shipped in boxes according to the following: Assembly Type No.of Assemblies Per Box @>ANINNNDONYoke Plates 50 per pallet Guy wire will be delivered on returnable metal reels with a total weight not to exceed 9000 lbs. The insulators will be shipped six (6)units per crate fortheconductorandtwelve(12)units per crate for the shield wire and will be packaged on pallets per the following: 20,000 Ibs.M/E 530 Pallets @ 12 crates @ 6 units =38,160 units 111 Pallets @ 9 crates @ 6 units =5,994 units ]Pallet with balance =46 units 44,200 units 30,000 Ibs.M/E 125 Pallets @ 12 crates @ 6 units =9,000 units 19 Pallets @ 9 crates @ 6 units =1,026 units 1]Pallet @ 4 crates @ 6 units =24 units 10,050 units 40,000 Ibs.M/E 12,600 units 1,404 units 46 units14,050 units 175 Pallets @ 12 crates @ 6 units 26 Pallets @ 9 crates @ 6 units 1 Pallet with balance S.W.Insulators 15,C00 Ibs.M/E 1 String @ 12 units any convenient palletizing 1,750 units The insulator quantities indicated above are approximate and are for the total project.Insulators will be distri- buted proportionately to the different contracts as required. 6-9 The shield wire hardware will be shipped in boxes per the following: Assembly Type No./Box Drawing #2007 TSS 2 Sheet #1 LASS 2 Sheet #1 MASS 2 Sheet #1]CSS 3 Sheet #1 TVS ] Sheet #]LAVS ] Sheet #1 CDE 3 Sheet #1 CDER 3 Sheet #1 RTCDE 3 Sheet #]RTCDER 3 Drawing #2007 SWS 6 Sheet #2 SWSI 6 Sheet #2 SWDE 6 Sheet #2 SWDET 4 Sheet #2 SWDEI/I 4 The shield wire will be shipped on non-returnable metal reels or on export quality wood reels with a maximum length of wire per reel of 7,500 feet and a maximum weight of reel and wire of 9,000 lbs.The shield wire reels will be shipped in matched length of two (2)reels within 50 feet of each other.The ends of the wire will be covered and secured and the reel will be marked with an arrow showing the unreeling direction. The conductor will be shipped on returnable metal reel in sets of six (6)with matched length within 50 feet plus or minus.The length of conductor per reel will not exceed 7,500 feet and the maximum weight of a full reel is limited to 9,500 lbs.The reels will have wood lagging protection. 6.4.3 Location of Materials 6.4.3.1 Authority-furnished materials wil]be available at a Mar- shalling Yard near Palmer,Alaska.The yard is serviced by rail with a siding and is accessible by highway. 6.4.4 Overages 6.4.4.1 The Authority will furnish,at no cost to the Contractor, certain overages.Should the Contractor damage or lose materials for which no overage is allowed,or in excess of the allowed overage,the Contractor shall,at the option of the Construction Manager,either replace or repair these materials at no cost to the Authority.Unused overages,however shall be returned to the Authority after completion of construction. 6-10 6.4.4.2 No overages will be supplied for structures.However,a limited number of spare components will be available from APA's operation and maintenance stocks.In the event thattheContractordamagesatowercomponentbeyondrepair,areplacementpiecewillbesuppliedbytheAuthorityand the replacement cost,including freight,will be charged to the Contractor. In the case of hardware items,the overage allowed shall apply to each hardware item rather than to the total of all items.Where less than 15 of any item is required, one extra piece will be allowed. The allowable overage shown for the conductor and overhead shield wire includes the loss due to deadending,matching reels,and tying off. Overage allowance will be as follows: Overage Allowance Percent Structures 0 Conductor,overhead shield wire 1.5 and guy cable Insulators 1 Hardware and accessories 1 6.4.5 Receipt and Handling 6.4.5.1 6.4.5.2 6.4.5.3 6.4.5.4 The contractor shall receive the materials at the marshal- ling yard. All work of loading,unloading,hauling,handling,stor- ing,caring for,reloading and rehauling of all Authority- furnished materials as required to transport all such items from the point of receipt to the place of installa- tion shall be performed by the Contractor and the costs are to be included in the various unit prices where such material is used.Snow removal at the marshalling yard will be provided by the Authority. The Contractor shall inspect all materials issued to him at the marshalling yard prior to loading and all shortages or damages shall be noted on the issue documents. The Contractor shall submit a monthly schedule detailing his material requirements for the following 30 days.In addition,he will submit a material request form 24 hours prior to loading any truck or railcar. The marshalling yard will be open for issuing materials 8 hours per day,6 days per week during all periods in which the Contractor has field activities in progress. 6-11 6.4.6 Storage and Security 6.4.6.1 6.4.6.2 Responsibility for Authority-furnished materials shall be vested in the Contractor when such material has been received by him at the delivery point.The Contractor shall maintain accurate records of all Authority- furnished materials on hand and of the disposition and use of such materials and shal]take such security measures as are necessary to protect these materials against loss or destruction.The Contractor shall furnish to the Construction Manager every week duplicates of his aforementioned records. The Contractor's storage and staging areas shall be maintained neat and clean and free of grass and weeds. Burning of weeds and grass within the storage areas will not be permitted.Snow shall be removed regularly from the storage yards keeping all roads,paths and avenues open to foot and vehicular traffic and all material visible to inspection at all times that the Contractor is actively engaged in construction work on the project. 6.4.7 Excess Materials 6.4.7.1 6.4.8 Size 6.4.8.1 The Contractor shall return all unused materials and all empty metal cable reels to the marshalling yard unless otherwise directed by the Construction Manager. and Weight Limitations The maximum weight of any single piece or component of material being furnished by the Authority is being limited to 9,500 Ibs..In the case of tower steel,no individual component member will exceed 70 feet in length. 6.5 MATERIAL FURNISHED BY CONTRACTOR 6.5.1 List 6.5.1.1 of Materials The Contractor shall furnish all concrete,steel rein- forcement,forms,bitumastic coating,rip-rap material, rock bolts,piling,pile tips,pile caps,guy hardware to anchor assembly,grounding materials,marker balls, welding rod,ladders,full tension splices for the conductor and shield wire,and all other material required for the performance of this Contract,which is not to be furnished by the Authority as herein specified. 6.5.2 Certificates of Compliance 6.5.2.1 The Contractor shall provide certificates demonstrating proof of compliance with the specifications as shown onthedrawingsandasstipulatedintheseprovisions.Eachcertificateshallbeexecutedinthree(3)copies and shall be signed by an authorized official of the manufac-turing company.Each certificate shall show the name and 6-12 6.5.3 Shop 6.5.3.1 6.5.3.2 address of the Contractor,the project name and location and the quantity and dates of shipments or deliveries to which the certificates apply.Certification shall not be construed as relieving the Contractor from furnishing satisfactory material if subsequent tests show that the material does not meet the specific requirements. Drawings and Submittals The Contractor shall submit shop drawings to the Construc- tion Manager for approval prior to beginning fabrication or installation of any of the Contractor furnished materi- al.Shop drawings shall be submitted in three copies and will include the following where applicable. Guy pile friction connections Pile cap assemblies Guy to anchor connection assemblies Pile tips Pile splices Concrete formwork and rebar details Grounding details Other fabrication details as may be required Approval of shop drawings shall not be construed as relieving the Contractor of the responsibility of furnish-ing satisfactory materials. Manufacturer's literature and drawings shall be submitted for all stock items which the Contractor is to supply such as marker balls,rock anchors,grounding hardware,etc. 6.6 PERMITS AND SERVICES PROVIDED BY OWNER 6.6.1 Right-of-Way Easements 6.6.1.1 6.6.1.2 The Authority will obtain all easements and right-of-entry required for the Construction of the transmission line. In general,the easements obtained for a 400 foot wide project corridor with the project line-right-of-way being a 170 foot wide strip situated at the western edge of the project corridor.In some areas,easements are only being obtained for the 170 foot wide line-right-of-way.These areas are defined in Paragraph 6.6.1.3.In all cases,the Contractor shall restrict his activities to the line- right-of-way unless otherwise allowed by the Provisions orunlesspriorapprovalisreceivedfromtheConstruction Manager. The rights obtained by the Authority will include therighttoerect,maintain and remove structures,conduc-tors,and other appurtenances,the right of ingress andegressalongtheRight-of-Way and the right to clear andkeepclear.The easements will also give the right toremovealltreesandotherendangeringobjectsasrequired by these provisions. 6-13 6.6.1.3 6.6.1.4 Right-of-Way Availability The following schedule defines when the right-of-way will be available to the Contractor to start work and the width of the right-of-way being acquired. Status 1 -Available for entry on or before April 1,1983 Status 2 -Available for entry on or before May 1,1983 Status 3 -Available for entry on or before June 1,1983 Width of Availability Station to Station Right-of-Way Status Station 5171 +47.61 to 400'+Guy ] Station 5688 +75 Easement Station 5688 +75 to 170'+Guy 2 Station 5853 +75 Easement Station 5853 +75 to 400'+Guy ] Station 5934 +75 -Easement Station 5934 +75 to 170'+Guy 3 Station 6272 +75 Easement Station 6272 +75 to 400'+Guy ] Station 6359 +00 Easement Station 6359 +00 to 170'+Guy 3 Station 7910 +00 Easement Station 7910 +00 to 400'+Guy ] Station 8994 +00 Easement Station 8994 +00 to 170'+Guy -2 EQP Easement In the event that there is a delay in furnishing anyportionoftheright-of-way in excess of thirty (30)days beyond the dates shown above,it shall be understood that the pertion of the work in question has been suspended by the Authority and that the terms and conditions stipulated in Article 5.6,Suspension of Work shall be in effect.Thethirty(30)days shall be understood to be a grace period and the Contractor will receive no compensation for adelayoflessthanthirty(30)days. 6.6.2 Access to the Right-of-Way 6.6.2.1 6.6.2.2 The Authority has made provisions to obtain access to the right-of-way at certain locations as shown on the Key Map,Drawing No.2000,Sheets 1-6,and as described on the Access Plan.All permits necessary to secure the rightsforingressandegresswillbeobtainedbytheAuthoritybasedontheContractor's approved construction plan. The rights secured by the Authority do not include therighttoestablishborrowpitsontheRight-of-Way or inthevicinityoftheaccessroads.The securing of such 6-14 6.6.2.3 rights and any costs incurred will be the responsibility of the Contractor. The Contractor may,at his option,seek other rights of access subject to the approval of the Alaska Power Author- ity.In such cases which are approved,the Contractor shall bear all costs associated with securing such rights and shall submit a signed copy of the agreement securing such rights from the landowner. 6.6.3 Camps and Staging Areas 6.6.3.1 6.6.3.2 6.6.3.3 The Authority has made provisions to obtain the rights to a number of different sites for the Contractor's use as staging areas or construction camps,or both,as shown on the Key Map (Drawing No.2000,Sheets 1-6)and as de- scribed in the Access Plan.Temporary use permits will be obtained by the Authority for those sites which the Contractor indicates that he will use in his Construction Plan.All costs incurred in the development,improvement or maintenance of these sites will be the responsibility of the Contractor.The Contractor will be responsible for clean-up and reconditioning of all sites used to the satisfaction of the Alaska Power Authority. Work performed for development of sites owned by the Alaska Railroad will be subject to their rules and regula-tions (See Attachment 4).The Contractor will also be responsible for all costs incurred in constructing and utilizing temporary crossings including costs of renting and installing signals or paying flagmen. The Contractor may at his option seek other sites for use as staging areas and/or construction camps subject to the approval of the Alaska Power Authority.In such cases which are approved,the Contractor shall bear ail costs associated with securing the rights to use the site and shall furnish the Authority with a copy of the agreement securing such rights from the landowner. 6.6.4 Permits 6.6.4.1 6.6.4.2 The Authority will obtain permits for permanent crossing of the transmission line over rivers,railroads,highways, communication lines and power lines. The Authority has not obtained the following permits andthesecuringofsuchpermits,where required,will be the responsibility of the Contractor. Burning permits Sewage disposalSolidwasteand waste water disposal Erection of temporary guard structures at railroad and highway crossings.e.Corp of Engineers permits for placement of fill in wetlands.anor6-15 6.6.5 Survey Stakes 6.6.5.1 6.6.5.2 The Authority has established the centerline and has staked the structures.Lathes have been set on the centerline at 1,000 foot intervals.Structures have been staked,at the centerline,with a buried metal T-iron and a 4 foot long wooden lath along side.Structure offsets have been marked with a hub and tack and a 4 foot long wooden lath.Offsets are located on the transverse axis of the structure on both sides of the line centerline. Specific details and survey notes will be supplied to the Contractor prior to beginning work. The Contractor shall be responsible for protecting al] stakes through all phases of construction up until such time as completed structure foundations are approved.Any stakes lost,destroyed or displaced by the Contractor shall be replaced to the satisfaction of the Construction Manager at the Contractor's expense. 6.7 CONTRACT DRAWINGS AND MAPS 6.7.1 6.7.3 Contract Drawings 6.7.1.1 6.7.1.2 6.7.2.2 A list of the Contract Drawings included with this bid package is provided in Section 8.0.the complete list of 'Contract Drawings is not yet finalized. Five (5)sets of full size drawings will be furnished to the successful bidder at no charge.Additional sets will be furnished on request at the cost of reproduction. A set of Vegetation Cover Type maps have been included with these bid documents as an attachment.These maps have been supplied for general information as to the type of terrain and vegetation cover which may be encountered and are not to be considered as providing specific infor- mation with regard to height of trees or density of vegetation. Other maps showing the location of the project,the alignment,the location of access roads,etc.have beenincorporatedintothesetofContractDrawings. Drawing Availability Schedule 6.7.3.1 "Approved for Bid"drawings which have been issued duringthebiddingprocessarelistedontheDrawingList, Section 8.0. 6-16 6.7.3.2 2002 Note: 2003 2004 2005 2006 2007 2008 2009 2010 2011 2012 2013 "Approved for Construction"drawings will be issued to the successful bidder after award of contract.The planned schedule for issuing "Approved For Construction"drawings is as follows: DRAWING NO.TITLE SCHEDULED ISSUE DATE 2000 KEY MAP 2 WEEKS AFTER NTP 2001 CONSTRUCTION LIST 2 WEEKS AFTER NTP Note:Initial issue will be "preliminary"with regard to foundations.Foundations will be revised or confirmed within 2 weeks after the completion of Foundation Testing or 2 weeks after the completion of Test Hole Drilling,whichever is later.(See Article 7.2.3) PLAN AND PROFILE 2 WEEKS AFTER NTP Minor revisions may be made as a result of test hole drilling. FOUNDATIONS 2 WEEKS AFTER COMPLETION OF FOUNDATION TESTING PROGRAM GROUNDING 2 WEEKS AFTER NTP STRUCTURES --- GUY ASSEMBLIES &MAY 1,1983 APPLICATION HARDWARE MAY 1,1983 SAG TENSION DATA,MAY 1,1983 SHIELD WIRE SAG TENSION DATA,MAY 1,1983 CONDUCTOR AERIAL AND NUMBER SIGNS --- SHIELD WIRE &MAY 1,1983 CONDUCTOR DAMPERS CONDUCTOR SPACERS MAY 1,1983 AND LINE OBSTRUCTION MARKERS HELICOPTER LANDING 2 WEEKS AFTER NTP PLATFORMS 6-17 6.7.3.3 Drawing 2005 and 2010 have been issued for bidding purposes only and will not be issued for construction. Structure Erection Drawings,including signs,will be issued "Approved for Construction"no later than June 1, 1983. 6.8 SITE ACCESS AUTHORIZATION,LIMITATIONS AND CONDITIONS 6.8.1 Authorization 6.8.1.1 6.8.1.2 6.8.1.3 The Authority has obtained,or is obtaining,all easements and right-of-entry necessary for the construction of the transmission line as described in Article 6.6.1. ._The Contractor shall maintain the right-of-way to the satisfaction of the Construction Manager and all governing regulatory agencies at all times. State agencies shall have a right of access and entry to the project area (including the subsurface of,and the air space above,such lands)for inspection or monitoring purposes and for any other purpose or reason that is reasonably consistent with any right or obligation of State agencies under any law or regulation. 6.8.2 Restrictions 6.8.2.2 6.8.2.3 6.8.2.4 The Contractor shal]not enter upon any tract of land until it is released to him for construction by the Construction Manager in writing. The Contractor shall confine his activities to his working area,and conduct his work in a manner that will not infringe upon the rights of the property owners or ten- ants.All operations,including movement of men and equipment,will be restricted to the area for which rights have been secured. Mobile ground equipment and/or vehicles shall not be operated outside the boundaries of the right-of-way except On approved access roads,or in protection of life,limb or property,or with the written approval of the Construc- tion Manager.Unauthorized overland travel and creation of roads beyond those approved are strictly prohibited. Ground access is not allowed for construction activities between PI 110 and PI 122.All labor,materials,equip- ment and other required items must be flown into this location.The length of this line segment is approxi- mately 17.2 miles. 6-18 6.8.3 6.8.3.1 6.8.3.2 6.8.3.3 6.8.3.4 Roads No road construction is required under the terms of this Contract.The Contractor may elect to construct or improve some or all of the roads for which the Authority has obtained such rights as listed in the access plan. The Contractor may also elect to construct and maintain a road on the access strip along the line-right-of-way. The Authority assumes no responsibility for the condition or maintenance of such roads and no payment will be made to the Contractor.The cost of road construction, improvement,or maintenance should be included in those bid items for which such roads are necessary. For those roads which the Contractor chooses to utilize, including any roads for which the Contractor has secured his own right-of-entry,all construction and improvement shall be done in such a manner so as to minimize the environmental and visual impact and shall conform to the requirements set forth in Article 6.13,Environmental Protection. Any clearing done shall be held to the minimum required for reasonable use and safety.Disposal of cleared material shall be done in accordance with the requirements set forth in the applicable portions of Article 7.1.0 of the Technical Provisions. Cut and fill shall be held to the minimum required for reasonable use and safety.Excess material from cuts may be used for fill but the establishment of borrow pits is prohibited unless the Contractor has secured such rights in advance through the Construction Manager. All roads shall be constructed to adequately support the loads which will be imposed and to prevent the forming of ruts or the displacement of the subgrade. All temporary bridges,drainage structures,and other appurtenances installed by the Contractor shall be removed when the use of the road is no longer required for the performance of the work under this Contract unless other- wise instructed by the Construction Manager. Any road improvement or construction that entails the placement or fill or overlay material in wetlands,as defined in Title 33,Code of Federal Regulations,Section 323.2 (as revised and published in the Federal Register, July 22,1982)will require a permit application andapprovalbytheU.S.Army,Corps of Engineers,in acc-ordance with Section 404 of the Federal Water Pollution Control Act Amendments of 1972.Prospective bidders should be aware that placement of fill or dredged material will not be allowed in any streams or wetlands that areSubjecttothepermitrequirementsuntilthepermit(s) have been obtained by the Contractor. 6-19 MAJOR WATER COURSE Willow Creek Rogers Creek Little Willow Creek 1974 Mile Creek Kashwitna River Caswell Creek Ship Creek The Corps of Engineers has made an initial determination that the placement of fill material construction of the portions in conjunction with of the following access routes would require Department of the Army permits under Section 404. Name Number Kashwitna Winter Trail #2 Indian Rivers Subdivision Road #13 Granite Creek Road #14 Proposed Shoe-Fly #15 Proposed Shoe-Fly #16 Proposed Shoe-Fly #17 Antimony Creek Road #18 Igloo Access Road #19 Broad Pass Access Trail #20SouthMiddleForkofChulitnaRiverRoad#2] North Middle Fork of Chulitna River Road #22 Summit Access Trail #23 Jack River Access Road #25 South Nenana Access Road #26 North Nenana Access Road #27 Slime Creek Access Trail #28 Proposed Access #29 Proposed Access #30 Proposed Access #3) In addition,the following sections along the Transmission Line will require a Corps of Engineers permit for the placement of fill material for road or pad construction. -STATION DISTANCE Station 23 +00 to Station 31 +23.Approximately Station 40 +00 to Station 135 +00 Approximately Station 164 +00 to Station 189 +00 Approximately Station 208 +50 to Station 210 +00 Approximately Station 222 +50 to Station 264 +00 Approximately Station 293 +50 to Station 297 +00 Approximately Station 333 +00 to Station 348 +00 Approximately Station 359 +94 to Station 376 +00 Approximately Station 385 +00 to Station 611 +00 Approximately Station 627 +00 to Station 635 +00 Approximately Station 670 +00 to Station 712 +00 Approximately Station 730 +00 to Station 744 +00 Approximately Station 793 +00 to Station 795 +00 Approximately Station 870 +00 to Station 888 +00 Approximately Station 894 +00 to Station 1,100 +00 Approximately Station 1,176 +00 to Station 1,226 +00 Approximately Station 1,234 +00 to Station 1,256 +00 Approximately Station 1,327 +00 to Station 1,457 +00 Approximately 6-20 Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Feet Montana Creek Talkeetna River Susitna River Contract #1 Contract #2 East Fork Chulitna River 4th of July Creek Middle Fork Chulitna River Jack River Nenana River Station 1,540 +00 to Station 1,584 +00 Approximately 4,400 Feet Station 1,765 +00 to Station 1,770 +00 Approximately 500 Feet Station 1,787 +00 to Station 1,800 +00 Approximately 1,300 Feet Station 1,820 +00 to Station 1,824 +00 Approximately 400 Feet Station 1,854 +00 to Station 1,857 +00 Approximately 300 Feet Station 2,085 +00 to Station 2,103 +00 Approximately 1,800 Feet Station 2,308 +00 to Station 2,328 +00 Approximately 2,000 Feet Station 3,986 +00 to Station 4,004 +00 Approximately 1,800 Feet Station 4,229 +00 to Station 4,245 +00 Approximately 1,600 Feet Station 4,353 +00 to Station 4,359 +50 Approximately 650 Feet Station 4,363 +00 to Station 4,366 +88 Approximately 388 Feet Station 4,380 +00 to Station 4,387 +00 Approximately 700 Feet Station 4,448 +00 to Station 4,502 +00 Approximately 5,400 FeetStation4,533 +00 to Station 4,556 +00 Approximately 2,300 Feet Station 4,641 +00 to Station 4,650 +00 Approximately 900 Feet Station 4,665 +00 to Station 4,670 +50 Approximately 550 Feet Station 4,698 +00 to Station 4,711 +00 Approximately 1,300 Feet Station 4,748 +00 to Station 4,774 +00 Approximately 2,600 Feet Station 5,155 +00 to Station 5,181 +00 Approximately 2,600 Feet Station 5,198 +00 to Station 5,229 +00 Approximately 3,100 Feet Station 5,280 +00 to Station 5,368 +00 Approximately 8,800 Feet Station 5,380 +00 to Station 5,443 +00 Approximately 6,300 Feet Station 5,587 +00 to Station 5,630 +00 Approximately 4,300 Feet Station 5,718 +00 to Station 5,722 +00 Approximately 400 Feet Station 5,759 +00 to Station 5,788 +00 Approximately 2,900 Feet Station 5,801 +00 to Station 5,833 +00 Approximately 3,200 Feet Station 5,879 +00 to Station 5,887 +00 Approximately 800 Feet Station 6,048 +00 to Station 6,054 +00 Approximately 600 Feet Station 6,092 +00 to Station 6,099 +00 Approximately 700 Feet Station 6,148 +00 to Station 6,167 +00 Approximately 1,900 Feet Station 6,225 +00 to Station 6,575 +00 Approximately 35,000 Feet Station 6,704 +50 to Station 6,707 +00 Approximately 250 Feet Station 6,825 +00 to Station 6,858 +00 Approximately 3,300 Feet Station 7,112 +50 to Station 7,130 +00 Approximately 1,750 Feet Station 7,513 +00 to Station 7,563 +00 Approximately 5,000 Feet This list was compiled from information obtained from the Corps ofEngineerstodateandshouldnotbeconsideredthefinalwordonthepotentialexistenceofwetlandswithintheprojectarea.Shouldadditionalwetlandsbeidentified,they will be added to this list. It should be further noted by the Contractor,that the acquisition of Corps permits is a lengthy process averaging anywhere between four and six months,and that the ability of the Contractor to obtain these permits or their inability to obtain them will notconstituteacceptablegroundforfurthercompensationand/or extension of time to complete the Contract. The requirement for obtaining Corps of Engineers permits appliesonlytotheplacementoffillinwetlandsanddoesnotextendtoactivitiessuchaswinteroverlandtravel,helicopter construction or summer overland travel for which the placing of fill is not required. 6-21 6.8.3.5 6.8.3.6 6.8.3.7 Construction of the Transmission Line,including placement of backfill material for foundation construction,is covered by a nationwide permit and no special permits are required for performing those activities specifically required under the terms of this Contract. Where the Contractors'construction,operation,mainte- nance or termination activities on the project area make impassable existing roads or trails,whether recorded or not,the Contractor shall repair them to a suitable condition for crossing,or shall provide for alternate suitable physical access. During construction,the Contractor shall regulate public access and vehicular traffic within the right-of-way as required to facilitate operations and protect the public. For this purpose,the Contractor shall provide warnings, flagmen,barricades and other safety measures as neces- sary. 6.8.4 Substations 6.8.4.1 The Healy Substation and Power Plant is owned by Golden Valley Electric Association,Inc (GVEA)of Fairbanks, Alaska.Outages and permission to work within the Healy Substation must be requested from GVEA through the Construction Manager at least seven days in advance. Modifications to the Healy Substation are being performed by others. 6.9 SERVICES TO BE PROVIDED BY CONTRACTOR 6.9.1 General 6.9.1.1 6.9.1.2 6.9.1.3 Under the terms of this contract,the Contractor may be required to provide certain services,as described herein, for the Owner's Representatives. The Owner's Representatives as used herein shall include all personnel of the Alaska Power Authority,the Con- struction Manager,the Engineer,Representatives of State Agencies and other personnel as designated by the Project Manager. The Authority reserves the right to either utilize these services or to make other arrangements at the discretion of the Project Manager.In the event that the Project Manager elects not to have the Contractor supply some oralloftheseservices,the entire bid amount for that item,or items,will be subtracted from the total contract price and no other adjustments will be made. 6-22 6.9.2 Accommodations and Meals" 6.9.2.1 6.9.2.2 The Contractor shall provide at his main camp locationsuitablelivingquartersforuptoamaximumoffive(5) of the Owner's”representatives.The accommodations provided shall be of a standard equivalent to that of the Contractor's most senior staff and shall include al} services such as linen,towels,laundry and janitorial services.The Contractor shall also provide accommoda- tions for causal overnight visitors by the Owner's repre- sentatives on an "as available"basis.Payment will be made for each day that a room is occupied or reserved by the Owner's Representatives. These services shall be provided on a continuous basis during all periods that the Contractor has field opera- tions in progress.In the event that the Contractor elects to have more than one shift working at any given time,he shall provide additional accommodations for up to a maximum of five (5)persons for each additional shift. The Contractor shall provide for each of the Owner's permanent representatives three (3)meals each day.Meals shall also be provided for casual visitors.The meals shall be of a quality equal to those provided to the Contractor's senior staff.The Contractor shall use a daily sign-up sheet for verification for payment purposes. 6.9.3 Offices 6.9.3.1 'The Contractor shall provide,at his main Field Office location,a suitable office or offices to accommodate a maximum of five (5)Owner's Representatives.The office space provided shall be a minimum of 600 sq.ft.and shall be separate from that of the Contractor.Adequate light-ing,heating,ventilation and janitorial services shall]be included. The Contractor shall also provide the following office furniture and equipment: -Office desks with chairs -Drafting table with stool -2'-6"x 5'-0"folding tables -Folding chairs Portable copy machine -Electric typewriter -Printout calculators -Plan Rack -Telephone line hooked-up (If available at the office location)meWereRPRHUOt6-23 No separate payment will be made for the above furnished offices and equipment and their maintenance.The Owner will provide his own office supplies including paper and supplies for the copy machine and monthly telephone charges,excluding hook-up. 6.9.4 Automotive Maintenance and Fuel 6.9.4.1 6.9.4.2 Maintenance -The Contractor shall provide all facilities, tools,labor,parts and supplies required to maintain the Owner's Representative's vehicles in a sound,working, safe and roadworthy condition.This includes preventive maintenance,tune-ups,repair or replacement of defective or worn parts and such emergency repairs as may be re- quired.Vehicles will be 4 x 4 Chevrolet Blazers or the equivalent.The Contractor will be paid for this service at the contract unit price for each man-hour of labor expended.Maintenance supplies and lubricants will be incidental to the work.Replacement parts will be paid for by the Authority at Contractor's cost as substantiated by supplier's invoice,excluding freight. Fuel -The Contractor shall provide fuel for the Qwner's Representatives'vehicles including reasonable and conven- jent facilities for dispensing the fuel.The dispensing system shall provide for accurate metering and record keeping.Labor for dispensing of fuel is not required. The Contractor will be paid for this service at the contract unit price for each gallon dispense into the Owner's Representatives'vehicles. 6.9.5 Helicopter Service 6.9.5.1 6.9.5.2 In the event that the Contractor elects to use a heli- copter for transportation of personnel during any part of this contract,he shall make seats available to the Owner's Representative personnel on a space available basis.No additional payment will be made for this service. The Contractor shall arrange to have helicopter service available to the Owner's Representative personnel for their exclusive use during all periods in which the Contractor has field operations in progress.The heli- copter to be provided shall be capable of carrying a minimum of four (4)passengers.It is expected that the helicopter will be used by the Owner's Representative foranaverageoffifty(50)hours per month.Hours,orfractionsofhoursused,will be logged in the pilot's log book and verified by the Owner's Representative.When this helicopter is not being used by the Owner's Represen-tative,the Contractor may have use of it with the ap- proval of the Construction Manager's senior site repre- sentative. 6-24 6.10 CONTRACTOR PREPARED SCHEDULES 6.10.1 General 6.10.1.1 The Contractor shall prepare and submit to the Construc- tion Manager for approval within 21 days after receipt by him of Notice to Proceed,a network analysis and a time scaled progress chart.In preparing these systems,the scheduling of construction will be the responsibility of the Contractor.The purpose of the requirement is to assure adequate planning and execution of the work and to assist the Construction Manager in appraising the reason- ableness of the proposed schedule and to aid in evaluating the progress of the work. 6.10.2 Network Analysis The network analysis system shall consist of a network analysis diagram and a mathematical analysis. 6.10.2.1 6.10.2.2 The network analysis diagram shall include a sufficient number and selection of activities to adequately show al] phases of the work.In addition to the various construc- tion activities,the following activities shall be in- cluded as appropriate: a.Approval of shop drawings b.Procurement and delivery of materials and equipment c.Constraints from equipment or manpower sequenc- ing d.Environmental and weather constraints e.Delivery of material to jobsite f.Required completion dates The network analysis diagram shall be constructed so as to show the order and interdependence of activities and the sequence in which the work is to be accomplished. The accompanying mathematical analysis shall show the following information for each activity. a.Early and late start dates b.Early and late finish dates c.Slack or float d.Monetary value of activity 6-25 6.10.3 Progress Chart 6.10.3.1 The time scaled progress chart shall be developed from the network analysis and shall show the order in which the Contractor intends to carry on the work,the dates on which he will start each different activity (including procurement of materials and equipment)and the contem- plated dates on which he will complete these activities. The progress chart will be of an appropriate scale to show the percentage of work scheduled to be completed at a given time and shall show a projected earnings curve. 6.10.3.2 The progress chart shall be updated and submitted to the Construction Manager within three (3)days of the end of each calendar month.If the Contractor fails to submit a progress schedule update within the time prescribed,the Construction Manager may withhold progress payment esti- mates until such time as the update is submitted. 6.10.4 Contractor Required To Meet Schedule 6.10.4.1 In the event that the Contractor falls behind schedule to the extent that the Construction Manager believes that the Contract completion date may be in jeopardy,the Contrac- tor shall take such steps as may be necessary to improve his progress as approved by the Construction Manager. Such steps may include increasing the number of shifts, days of work or overtime hours,or increasing the con- struction plant. 6.10.4.2 The Contractor may be required to submit for approval supplementary schedules demonstrating the manner in which he proposes to regain the agreed to rate of progress. 6.10.4.3 None of the aforementioned requirements will be considered grounds for a request for excess costs or damages. 6.10.4.4 Failure to comply with the requirements of the Con- struction Manager under this Provision shall be grounds for determination that the Contractor is not prosecuting the work with such diligence as will insure completion within the time specified. 6.11 REPORTS REQUIRED FROM CONTRACTOR 6.11.1 Submittal of Reports 6.11.1.1 The Contractor shall be required to submit to the Con- struction Manager on a regular basis certain reports.Reports will be made on forms to be provided by the Construction Manager prior to commencement of work. 6-26 6.11.2 Progress Reports 6.11.2.1 Progress weekly, 6.11.2.2 Clearing a. b. c. reports are to be kept daily and submitted As a minimum,the Contractor's progress reports shall include all of the following items. Miles cleared and type of vegetation encountered Equipment used and hours of operation Manpower 6.11.2.3 Foundations a. b. f. g. Foundations layed out,by tower number Piles driven including depth and blow count Rock anchors including number and depth Excavation and backfill completed Concrete placed Equipment used and hours of operation Manpower,by foundation type 6.11.2.4 -Tower Erection 6.11.2.5 Line a.Quantity of steel delivered b.Towers erected by number and type c.Equipment used and hours of operation d.Manpower Stringing a.Shield wire strung and sagged b.Conductor strung and sagged c.Insulators and hardware installed d.Towers clipped e.Deadends installed f.Sagging calculations 6-27 g.Equipment used and hours of operation h.Manpower by function 6.11.2.6 Support Activities a.Material transported b.Roads built or improved 6.11.3 Quality Control Reports 6.11.3.1 Quality control reports shall be prepared and submittedweekly.They shall include all items.as described in theTechnicalProvisionsandcopies:of all test reports completed during the week.In addition,the quality control reports shall include the following data: a.Weather b.Environmental Compliance c.Manpower d.Problem areas 6.11.4 Safety Report 6.11.4.1 The Contractor's safety supervisor shall prepare and submit a report monthly covering the following. a.Accidents and remedial action b.Unsafe conditions and proposed action c.Safety meetings conducted d.Specific safety programs implemented 6.11.5 Manpower Report 6.11.5.1 The manpower report shall be compiled and submitted weekly showing the total manpower by classification,disposition, and hours worked. 6.11.6 Equipment Report 6.11.6.1 The equipment report shall be prepared and submitted weekly and shall show the location,hours operated,and state of readiness for all equipment on the job. 6-28 6.12 CONTRACTOR QUALITY CONTROL 6.12.1 Quality Control Program 6.12.1.1 6.12.1.2 The Contractor shall establish and maintain an effective Quality Control Program adequate to cover all areas of work including that work being performed by Subcontrac- tors. The Quality Control Program shall be established as a separate and distinct department with a suitable,qual- ified,full-time supervisor who will report directly to the Contractor's top field management. 6.12.2 Quality Control Functions 6.12.2.1 The Contractor's Quality Control Group shall be responsi- ble for performing the following functions: a.Check materials at site to insure conformancewiththeapproveddrawingsandtheTechnical Provisions. b.Provide daily monitoring and perform and record sufficient tests to insure conformance with the drawings,Technical Provisions and applicable specifications with regard to materials, procedures,workmanship,construction finish and functional performance. c.Prepare and maintain permanent records. d.Report discrepancies in the plans and provisions to the Construction Manager. 6.12.3 Submittal of Quality Control Plan 6.12.3.1 6.12.3.2 6.12.3.3 A Quality Control Plan shall be submitted to the Construc-tion Manager within thirty (30)calendar days afterreceiptofthenoticeofintenttoaward.This plan shall include procedures,instructions and test report forms to be used.The plan shall demonstrate the ability of the program to provide adequate coverage of all qualitycontrolactivitiesrequiredandtoinsurequalitycon- struction in accordance with the plans and provisions. The Quality Control Plan shall also include an organiza- tional chart showing specific responsibilities and author- ity of each of the Quality Control personnel as well asthenamesandqualificationsofkeypersonnel. The Quality Control Plan will be reviewed and-returnedwithinfifteen(15)calendar days after receipt by the Construction Manager.The Contractor shall be advised oftheacceptabilityorunacceptabilityoftheplanandthe reasons. 6-29 6.12.3.4 No permanent construction will take place until the plan has been approved and the Contractor has demonstrated that the Quality Control Program is functional to the satisfac- tion of the Construction Manager. 6.12.4 Correction of Deficiencies in Quality Control Program 6.12.4.1 In the event that recurring deficiencies indicate that the Contractor's Quality Control Program is not performing adequately,the Contractor shall take immediate corrective action as directed by the Construction Manager.Such deficiencies would include,but are not limited to: a.Substandard reporting b.Deficiencies in the work not timely noted c.Corrective action not taken promptly d.Inadequate documentation of quality control activities e.Failure to provide documentation specified or failure to comply with other contractual quality control requirements Corrective action may include the assignment of additional quality control personnel or the replacement of ineffec- tive personnel. 6.12.4.2 Continued deficiencies of the nature listed above will be cause for withholding of progress payments until the Contractor has taken corrective action and demonstrated compliance. 6.12.4.3 If the Contractor continues to fail to correct the defi- ciencies in his quality control program,the Construction Manager may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost shall be grounds for a request for extension of time or a request for excess costs or damages. 6.13 ENVIRONMENTAL PROTECTION 6.13.1 Agency Stipulations 6.13.1.1 Certain stipulations concerning environmental protection have been established by the various agencies having jurisdiction.The pertinent sections are included herein and are made a part of this Contract.The Contractorshallcomplywiththeseprovisionsatalltimesandinallareaswhichareinanywayrelatedtotheperformanceof this contract. 6-30 6.13.1.2 6.13.2 Land 6.13.2.1 6.13.2.2 6.13.2.3 Compliance with these provisions shall be monitored by the various agencies and the Construction Manager.Failure to comply could result in the issuance of citations or orders stopping all or part of the work until corrective action has been taken and compliance assured. and Water Resources Disturbance of Land Any cut or fill of material within the project areas shall be limited to that necessary for foundation construction and erection,and the construction of.access roads within the project area.Fill shall either be obtained from approved material sites or from cuts necessitated by topography.Material as used in this paragraph includes but is not limited to:gravel,rock,sand,peat and the surface-protecting vegetative mat. Erosion Control The Contractor shall be responsible for constructing any erosion control devices as may be necessary to prevent induced or accelerated erosion resulting from construction activities. The Contractor shall rehabilitate all exposed or disturbed ground as necessary to prevent erosion.This may include terracing,contouring and reseeding as determined by the Construction Manager. Excavated material in excess of that required to backfill around any structure shall be disposed of by spreading, contouring,and seeding as necessary to prevent erosion. Seeding The following seed and fertilizer mix will be used for all seeding required in the project area unless otherwise directed by the Construction Manager. Seed: Rate of application - 30 pounds per acre Percent composition by species and varieties -50%Kentucky bluegrass (Poa pratensis) variety,Nuggetalternativevariety 1)Merion,2)Park 45%Red fescue (festuca rubra) variety,Arctaredalternatevariety 1)Boreal,2)Pennlawn 5%Annual ryegrass (Lolium multiflorum) 6-31 6.13.2.4 6.13.2.5 6.13.2.6 6.13.2.7 Fertilizer: Rate of application - 500 pounds per acre Composition - 20-20-10 Disturbance of Waters All construction activities which may create new lakes, drain existing lakes,divert natural drainages,permanent- ly alter stream hydraulics,disturb streambeds,or degrade water quality,shall be prohibited unless approved in advance the the Construction Manager. Fuels,Lubricants,Paints and Other Potential Pollutants Fuels,lubricants,paints,and other potential pollutants will be stored a minimum distance of 300 feet away from any river,stream,drainage channel or water body.Bulk fuels in excess of 200 gallons shall not be transported through streams or other water bodies without specific authorization from the Construction Manager.Oi]changes and fueling operations shall be conducted at least 300 feet from any river,stream,drainage channel or water body.Discharge of oil or other pollutants is a violation Of applicable state law and regulations. A "Spill Prevention Control and Counter Measures Plan"as 'set forth in 40 CFR Part 112 will be prepared by the Contractor and submitted to the Construction Manager for all fuel storage facilities with greater than 1,600 gallons of storage above ground. Any storage facility that has an aggregate of over 10,000 barrels of storage shall prepare a SPCC plan following AS 46.037.80.In addition,all fuel facilities regardless of size shall have sign posted for reporting and method of reporting all spill to the Construction Manager. Pesticides,Herbicides and Other Toxicants The use of pesticides,herbicides or other toxicants is prohibited. Waste Disposal All waste generated during construction,operation,and maintenance under this contract shall be removed or otherwise disposed of as required by state and federal Taw.Waste in this subparagraph means all discarded matter,including,but not limited to,human waste,trash, garbage,refuse,oil drums,petroleum products,ashes and discarded equipment. 6-32 6.13.3 River and Stream Crossings 6.13.3.1 The crossing of rivers and streams in the State of Alaska 6.13.3.2 is governed by State Statutes regulated by the Alaska Department of Fish and Game under the Title 16 Letter of Authorization.The Authority will make application for permits for those crossings which the Contractor will require based on the Contractor's approved construction plan.The following methods are generally acceptable except as restricted in Paragraph 6.13.3.2. a.Winter Fording -Vehicles crossing frozen water courses by use of ice or snow bridges.May be utilized from freeze-up to break-up,approximately November 1 to April 30. b.Summer Fording -Vehicles crossing open water (actively flowing streams)during the period between break-up and freeze-up,approximately April 30 to November 1. c.Culverted Road Crossing -Culverted gravel or earth fill road crossing. d.Bridge Crossing -Conventional bridge crossing (anyacceptablemethod). e.Ferrying -Carrying vehicles or equipment across stream by barge or ferry. The following restrictions have been imposed on stream crossings and must be considered by the Contractor in formulating his Construction Plan.The Authority does not warrant that this is a complete list of all potential restrictions. a.Willow Creek -No fording from July 16 to November 1, and no culverted road crossings. b.Little Willow Creek -No fording from July 16 to November 71,and no culverted road crossings. c.Sheep Creek -No summer fording and no culverted road crossing. d.Goose Creek -No summer fording and no culverted road .crossing. e.Montana Creek -No summer fording and no culverted road crossing. f.Chunilna Creek -No summer fording and no culverted road crossing. g.Lane Creek -No culverted road crossing. 6-33 6.13.3.3 6.13.3.4 h.Middle Fork Chulitna River -No culverted road crossing. i.East Fork Chulitna River -No summer fording,no culverted road crossing and no bridge crossing from April 1 to November 1. j.Susitna River -No summer fording,no culverted road crossing and no bridge crossing at any time. k.Talkeetna River -No summer fording,no culverted road crossing and no bridge crossing from April 1] to November 1. The Contractor shall allow 45 days after finalization and approval of his construction plan for permits to be acquired.The Authority does not warrant that all permit applications will be granted and no compensation will be made to Contractor for failure to obtain permits for stream crossings. Damage to stream banks must be rehabilitated to the satisfaction of the Construction Manager.Generally rehabilitation of stream banks will take place withinthirty(30)days unless erosion problems seem eminent, then the rehabilitation shall be undertaken at once. Damaged as used in this paragraph means from construction activities that are not associated with access strips within the project area,when such access strips have been constructed in compliance with the provisions set forth in this document. 6.13.4 Wildlife 6.13.4.1 6.13.4.2 6.13.4.3 Applicable Laws and Regulation The Contractor shall inform his employees,agents,subcon- tractors and their employees of the applicable laws and regulations relating to the taking of fish and wildlife. Harassment of Wildlife Harassment or molesting of wildlife or destruction of known habitat is prohibited.Wildlife shall not be "herded","buzzed"or otherwise harassed through use of aircraft or ground vehicles. Firearms The transportation of firearms in the Contractor's vehi-cles or aircraft is prohibited except as may be required for protection from bears.The discharge of firearms inoraroundtheContractor's field camps and jobsite shall be prohibited.Hunting and fishing is prohibited onprivatelandsincludingnativecorporationownedorselectedlands,unless specifically approved by the landowner. 6-34 6.13.4.4 6.13.4.5 Raptors If a suspected eagle nest is located within 1/2 mile of the Transmission Line Centerline,all activities within 1/2 mile of the suspected eagle nest location will be immediately suspended and the Construction Manager shall be immediately notified.Activities shall not resume within 1/2 mile of the suspected eagle nest until written authorization to do so is received.There shall be no activities within 1/4 mile radius of an identified,active eagle nest during the period of April lst to May 15th, unless notified in writing. All aircraft used in conjunction with the construction, operation,or maintenance of this Right-of-Way specifical- ly including helicopters and airplanes,will not operate within a 1,000 foot distance measured hemispherically from any known active raptor nest during the period from April lst to May 15th unless otherwise instructed by the Con- struction Manager.In addition,aircraft will not operate near active raptor nests within the horizontal distance prescribed above. Coordination with Department of Fish and Game The Contractor shall contact the Department of Fish and Game and stay informed of the dates of special hunts and other activities so as to minimize conflicts as much as possible. 6.14 POWER,COMMUNICATION AND PIPELINES 6.14.1 Contractor to Avoid Interference 6.14.1.1 6.14.1.2 The Contractor shall become familiar with the location of all existing power,communication and pipelines within the project area.He shall consult with the respective agencies or owners and make all necessary provisions to avoid interference with the operation and maintenance of said lines to the satisfaction of the owners and the Construction Manager.All costs incidental to these activities shall be included in the unit prices shown in the price quotation form. Any claims resulting from the necessity to effect anypermanentrelocationof,or repair to,power,communica-tion or pipelines made necessary by the Contractor'sactivitiesshallbetheContractor's responsibility.The Authority may elect to settle and pay such claims and charge the Contractor. 6-35 6.15 CONSTRUCTION PLANT AND EQUIPMENT 6.15.1 Contractor To Provide and Maintain Plant 6.15.1.1 The Contractor shall provide plant and equipment properly adapted to the work and of sufficient capacity and effi- ciency to accomplish the work in a safe and workmanlike manner within the time specified. 6.15.1.2 All plants shall be maintained in good working order and shall be subject to inspection by the Construction Manager at all times.Adequate provision -shall be made for immediate emergency repairs to all plants and no reduction in the capacity of the plant employed on,or scheduled for,the work shall be made except by written permission of the Construction Manager,the measure of the capacity of the plant being its actual performance of the work to which the Specification applies. 6.16 AS-BUILT DRAWINGS 6.16.1 6.16.2 Submittal of Final As-Built Drawings The Contractor shall be responsible for preparing two sets of As-built marked drawings to be submitted to the Construction Manager by the end of the job.The As-Built drawings shall be a record of the construction as installed and completed by the Contractor.They shal]include all information shown on the Contract drawings and all changes or modifications which were incorporated in the work.The submittal sets of As-built marked prints shall be neat,clean and legible. Approval and acceptance of As-built drawings shall be accom- plished before final payment is made. Maintenance of Current As-Built Prints 6.16.2.1 A set of As-built marked prints shall be maintained current at all times and shall be available for inspection at the Contractor's main field office.These prints shall show the progress of the construction as well as anychangesfromtheContractplanswhicharemadeintheworkoradditionalinformationwhichmaybecomeavailableorbe uncovered in the course of construction.All such information shall be neatly recorded as it occurs by means of details and notes. Failure to keep the As-built marked prints on a currentbasisshallbesufficientjustificationtosuspendpay estimates. 6-36 6.16.2.2 The As-built marked prints shall specifically show the following information on a current basis. a. 6.17 CONSTRUCTION PLAN 6.17.1 General The Key Map shall be marked to show the location of staging areas,camps,access roads,and helicopter landing areas and pads which are substantially complete and in use or ready for use. The Plan and Profile,or other suitable draw- ings,shall be marked to show the progress of clearing,the exact locations of helicopter landing areas cleared and helicopter landingpadsconstructed,the alignment of the access strip and roads built thereon,the intersection of lateral access roads with line-Right-of-Way, the location of bridges,culverts,fords,etc., on the line-right-of-way. The Construction List shall be maintained _current as construction proceeds showing founda- tion types installed,grounding installed, hardware assembly types used,etc. A register shall be maintained,or suitable drawings marked,showing the locations of all sleeves and splices used in stringing. 6.17.1.1 Each bidder shall submit with his bid the construction plan on which his bid is based.The plan shall include abarcharttypescheduleandanaccompanyingnarrative,as described herein,as well as whatever charts and graphs as may be necessary. 6.17.2 Bar Chart Schedule 6.17.2.1 The schedule shall show the following major divisions of work: d. e. 6.17.2.2 Deleted Construction/improvement of access roads,camps, staging areas Clearing Foundations Tower Erection Stringing 6-37 6.17.3 Narrative 6.17.3.1 The narrative section is to provide the following informa- tion for each activity shown on the bar chart as applica- ble. a.Type of construction such as surface (winter or summer),helicopter assist or helicopter only. b.Type of equipment and methods to be utilized. Cc.Location at which work will start and direction and rate of progress d.Proposed method of access to be utilized for trans- porting men and materials including methods of crossing rivers and streams (i.e.,fording,icebridge,temporary bridge,helicopter crossing,etc.) In addition,the narrative is to include the following: a.Location of main field office and camp or camps b.Staging areas to be utilized c.Access roads which will be used 6.18 HELICOPTER OPERATION 6.18.1 Submittal of Plan 6.18.1.1 The Contractor shall submit his proposed helicopter operation plan to the Construction Manager within fifteen (15)days after receipt by him of notice to proceed.The plan should include the type of aircraft to be used,the areas and duration of use,the type of operation such as tower erection or personnel or material transport,the type of material to be transported,and other pertinent details. 6.18.2 FAA Approval 6.18.2.1 The Contractor must also submit his helicopter operation plan to the FAA District-Office for approval and to any other local,state or federal agency having jurisdiction. 6.18.3 Restrictions 6.18.3.1 Helicopters performing work under this Contract shall,as much as possible,travel along the project right-of-wayandshallmaintainasafealtitudeduringlinetravelwhen 6-38 6.19 SAFETY 6.19.1 6.19. not engaged in inspections,or loading or off-loading men or material. Where wildlife are known to exist,helicopter flight operations should be at a sufficient altitude (usually not less than 1,000 feet above ground level)so as not to disturb or alarm the wildlife. Safety Plan 1.1 6.19.1. 6.19.1. 6.19.2 6.19. 6.19. The Contractor shall develop and submit a safety plan encompassing all activities and conditions to be encoun- tered on the project.Particular attention shall be given to the sections concerning operations in cold weather and operations in and around helicopters. The safety plan is to be in conformance with the Owner's safety manual for this project and all other applicable codes and regulations.In case of conflict,the more stringent shall apply. The Contractor shall submit his safety plan to the Con- struction Manager within 60 days of notice of intent to award, Safety Program 2.1 The safety plan shall provide for the implementation of a "safety program designed to ensure conformance with the plan.Safety training sessions shall be conducted at least weekly when construction activities are in progress and at such times as may be required to ensure the safety of all personnel. The Contractor shall have on site at all times that construction activities are taking place a qualified Safety Supervisor responsible for administrating the safety program and monitoring compliance with the safety plan. 6-39 -,ALASKA POWER AUTHORITY Me |CONSTRUCTION CONTRACT NO.APA-833-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 7.0. TECHNICAL PROVISIONS . ALASKA POWER AUTHORITY CUNSTKUCTIUN CONTRACT NO.APA-33-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE=FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 7.0 -TECHNICAL PROVISIONS 7.1.0 CLEARING 7.1.1 General 7.1.2 Boundary and Marking 7«.1.3 Definitions 7.1.4 Clearing Requirements 7.1.5 Disposal of Material 7.1.6 Contractor Quality Control Sketches Right of Way Clearing Limits Diagram Level Terrain Right of Way Clearing Limits Diagram Steep Terrain Partial Clearing Plan Sheets 1 and 2 Structure and Guy Clearing Envelopes Sketches 4 and 5 7.2.0 FOUNDATION CONSTRUCTION 7.2.1 General 7.2.2 Test Program 7.2.3 Foundation Test Holes 7.2.4 Steel H-Pile 7.2.5 Rock Bolts 7.2.6 Excavation and Backfill 7.2.7 Blasting 7.2.8 Helicopter Structurally Supported Landing Pads 7.2.9 Concrete 7.2.1 Reinforcing Steel 7.2.11 Tolerances 7.3.0 STRUCTURES General Loading,Unloading,or Handling Structure Erection Erecting Preassembled Structures Guying Structure Grounding "ISESNOS26©©©©WWWWOWwOnWMre7-1 7.4.0 "EISYSSSSSTSSSSSSESESYe©©©8©©8&@«8©©©©©FHPHPpPHPPHPHHHPPHPHHHHLHe6«©©©©©©©»©©©©©©©@2HARDWARE INSTALLATION AND LINE STRINGING WOOnIDON&GPrGeneral Hardware Assemblies and Insulator Installation Shield Wire:Handling,Stringing,and Installation Phase Conductors:Handling,Stringing,and Installation Temporary Snubs Conductor and Shield Wire Clipping-In Double Socking Joints or Splices Repair of Conductors and Shield Wire Jumpers and Jumper Connections Spacers,Dampers,and Armor Rod Marker Balls Safety Grounding Approved Type Grounding General Safety Precautions Hotline and Other Crossings Adverse Atmospheric Conditions Clean Up 7.1.0 7.1.1 7.1.2 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE CLEARING General 7.1.1.1 The work covered by this sub-section consists of fur- nishing all labor and equipment and performing all work required for clearing and disposal of trees and brush in the manner described in subsequent paragraphs and to the limits prescribed in paragraph "Boundaries and Marking". 7.1.1.2 The intertie is located in an area in which adverse impact upon the natural environment must be held to a minimum. 7.1.1.3 *The Contractor shall comply with applicable Federal,State and local laws and regulations,and shal]obtain al] necessary burning permits,if required,from authorities having jurisdiction. 7.1.1.4 The determination of trees to be felled within the line- right-of-way shall be the Contractor's responsibility, using the clearing limits diagrams,and descriptions provided in this section.Danger trees outside the -Jine-Right-of-Way will be located and flagged by the Construction Manager.Helicopter landing areas shall be located by the Construction Manager. Boundaries and Marking 7.1.2.1 The area to be cleared under this Contract is divided into two (2)zones having the limits as defined below and as indicated on Sketches 1 and 2. Zone 1 -This Zone includes that portion of the work within 55 feet on the west side and 60 feet on the east side of the centerline.Also included in this Zone is an access strip 25 feet in width and an erection and clear- ance envelope around each structure.The helicopter landing areas are also part of Zone 1. Zone 2 -This Zone is that portion of the work within the line-right-of-way not included in Zone 1. Zones have not been marked in the field.The Contractor shall provide the necessary marking for his clearingoperationsfromdesignatedTransmissionLineturn-points and survey control. 7-3 7.1.3 Definitions 7.1.3.1 7.1.3.2 7.1.3.3 7.1.3.4 Trees -That growth which is more than ten (10')feet in height measured from the ground on the uphill side. Brush -That growth which is less than ten (10')feet in height measured from the ground on the uphill side. Access Strip -The access strip shall be a 25 foot wide path running the length of the Transmission Line,except for those areas designated as helicopter only construc- tion.In general,the access strip shall be constructed as straight as possible,parallel to the centerline,as shown on Sketches 1,2 and 3.However,some deviance will be necessary to detour around guy wires on guyed struc- tures and around gullies or rock outcrops to minimize cut and fill requirements.Clearing of the access strip is not required near major rivers or through deep ravines where the Contractor does not intend to utilize the access strip for movement of equipment or materials. In the helicopter only construction areas,the Contractor shall be required to perform any clearing necessary to provide a 6'wide path giving reasonably direct access for foot traffic between structures. At road and stream buffers,(see Paragraph 7.1.4.1),it will be necessary to offset the access strip,as shown in Sketch 3,to minimize the visual impact of the right-of- way clearing. The routing of the access strip will in all cases besubjecttotheapprovaloftheConstructionManager. Except for specially approved cases,the access strip will stay within the 400 foot wide project corridor.In those areas where only 170 feet is available,the access stripshallstaywithinthosebounds. Helicopter Landing Areas -A cleared area 140 feet long by 70 feet wide required for use in operation and maintenance as well as construction.The general location of these areas is shown on the Key Map,Drawing No.2000,Sheets 1-6.In general,the helicopter landing areas will be located immediately adjacent to the eastern edge of the access strip as shown on Sketch 3.In the event that no suitable location is available immediately adjacent to the access strip,the helicopter landing area may be located elsewhere within the 400 foot wide project corridor and connected to the access strip with a 12 foot wide access path.In especially difficult terrain,such as swampy areas or steep sidehills,it may be necessary to constructastructurallysupportedhelicopterlandingplatform.TheconstructionoflandingplatformsiscoveredunderArticle7.2.8.All clearing required for the helicopter landing 7-4 areas and the access paths shall be considered to be part of the right-of-way clearing.Helicopter landing areaswillbelocatedbytheConstructionManagerinconsult- ation with the Contractor concurrent with the clearingoperationinthearea. 7.1.4 Clearing Requirements 7.1.4.1 7.1.4.2 7.1.4.3 Complete clearing of the entire line-right-of-way is not required and shall be restricted as defined herein.The Contractor will exercise all due caution to avoid damage to trees which are to remain in place and to the protect- ing vegetative mat.Grubbing is prohibited except in the access strip,the structure erection and clearance envelopes and the helicopter landing areas.The topping of trees to meet minimum clearance requirements will not be allowed. Operations near water bodies -Logs shall not be skidded or yarded across eny stream without prior approval of the Construction Manager.No log landing shall be located within 200 feet of any live stream course.All trees, snags,end other woody material cut in connection with clearing operations shall be felled away from live water _courses. Road and Stream Buffers -Where possible,a 200 foot wide buffer strip of uncleared Tand will be maintained at each side of all major rivers,streams and roads as listed hereunder.Any clearing required to achieve the minimum line clearance will be identified by the Construction Manager. Roads -Hatcher Pass Road,Caswell Road and Caswell Lake Road,Yoder Road,Question Lake Road,Denali Highway,Healy Road. Rivers and Streams -Willow Creek,Little Willow Creek,Kashwitna River,Caswell Creek,Sheep Creek, Goose Creek,Montana Creek,Answer Creek,Talkeetna River,Chunilna Creek (Clear Creek),Gold Creek, Susitna River,Indiana River,Pass Creek,Granite Creek,Hurricane Gulch,Little Honolulu Creek, Honolulu Creek,Antimony Creek,Hardage Creek,East Fork Chulitna River,Fourth of July Creek,Middle Fork Chulitna River,Jack River,Nenana River,Carlo Creek,Yanert Fork,Montana Creek (North),Copeland Creek,Healy Creek. Clearing of the access strip through the road and streambufferswillbeallowedatallroadsandatthose-streams for which a permit to cross has been obtained in advance.In such cases,the alignment of the access strip shall beoffsetatanangleofapproximately45degrees,as shownonSketch3,to minimize the visual impact of the clear- ing. 7-5 7.1.4.4 7.1.4.5 7.1.4.6 7.1.4.7 Sensitive Areas -There will be some limited sections along the right-of-way which will be subject to public scrutiny and will require special measures to avoid disturbing the natural environment.In these sections, the Contractor will be required to fell only those trees which infringe on the minimum line clearance.The boundaries of these sections will be located and flagged by the Construction Manager.Determining which trees require felling will be the responsibility of the Contractor.The Contractor will be given special charts for this purpose.The total accumulated length of these sensitive areas will not exceed 5 miles. Clear Areas -No limbs,brush or tree trunks shall be left within the access strip,the helicopter landing areas,orwithinone(1')foot on either side of the surveyed centerline. Zone 1 -With the exception of the road and stream buffer strips,all trees shall be felled unless otherwise directed by the Construction Manager.(Deep gullies maynotrequireclearing.)Trees shall be cut to a height above ground not to exceed six (6")inches as measured on the uphill side except in the helicopter landing areas. In these areas,trees shall be cut flush with the ground. The cutting of brush is not required except in the access strip,the helicopter landing areas,and the structure erection and clearances envelopes (see Sketches 1,2,3, 4,and 5).In these areas,brush is to be cut flush with the ground.In the remainder of Zone 1,the cutting of brush is prohibited except as is incidental to the felling of trees.Brush so cut will be cut to a height not to exceed six (6")inches as measured on the uphill side. Zone 2 -Trees shall only be cut if their height and proximity to the line pose a hazard to the structure,or to the minimum clearance requirement,as defined herein. Where cutting is required,trees shall be cut to a heightabovegroundnottoexceedsix(6")inches as measured on the uphill side.The cutting of brush is to be avoided in Zone 2, Level Terrain -In terrain in which the slope of the ground transverse to the centerline is less than tendegrees,trees need only be cut if they protrude above the safety envelope shown in Sketch 1. Steep Terrain -In terrain in which the slope of thegroundtransversetothecenterlineisgreaterthantendegrees,all trees on the uphill side will be cut.On thedownhillside,trees need only be cut if they protrude above the safety envelope as shown in Sketch 2. 7-6 7.1.4.8 Danger Trees -Trees outside of the line-right-of-way which could,by falling,encroach on the minimum conductor clearance or endanger a structure are considered danger trees and will be located and flagged by the Construction Manager.Danger trees will be felled only by hand tools or portable type power saws and pulled on to the right-of-way for disposal.No other equipment will be used to fell danger trees outside the right-of-way without the prior approval of the Construction Manager.The felling of danger trees shall be considered as part of the right-of-way clearing.Danger trees will be cut to a height not to exceed six (6")inches as measured on the uphill side. Flagging of danger trees will be done as expeditiously as possible (generally within seven (7)days)after the right-of-way has been cleared to the required limits. However,delays may be encountered in obtaining approval from the various agencies cr owners and the Contractor must consider that he will occasionally be required to return to a work area to fell danger trees. 7.1.5 Disposal of Material 7.1.5.1 7.1.5.2 7.1.5.3 All felled trees and brush shall be disposed of as de- scribed herein.In as much as possible,down material shall be placed away from trees or other vegetation left standing and away from active water courses. Trees Trees,other than Spruce -All felled trees,other than Spruce,which are greater than 6"base diameter shall belimbedandleftparallel(within 20 degrees)to the centerline.Trees in Zone 2 and danger trees outside of the right-of-way may be felled at other angles if trees to be left standing or other terrain features restrict felling room.Limbing is defined as severing the limbs from the trunk by mechanical means. Spruce Trees -All felled Spruce trees shall be limbed andcutintolengthsnotexceedingsix(6')feet. Controlled Burning -Felled trees may be disposed of by controlled burning if they are located within the clear areas as defined in 7.1.4.1. Trees not the Property of Contractor -Felled trees are to be left within the project area.Felled trees do notbecomethepropertyoftheContractorandarenottobe removed from the project area. Brush,small trees,limbs and other slash -Small trees(less than 6"base diameter),brush,limbs and other slashwilleitherbedisposedofbycontrolledburningorby 7-7 7.1.6 lopping and scattering such that the slash height does not exceed 18"in Zone 1 or 36"in Zone 2. Contractor Quality Control The Contractor's quality control group shall monitor the clearing operation to insure compliance with these provisions. Quality control reports shall be prepared and submitted on a daily basis covering the following points: a. b. Identify areas where work is in progress Identify areas completed Verify that work has been accomplished to the estab- lished limits Verify that material has been disposed of properly Verify that burning conforms to regulations Identify areas of terrain damage requiring rehabili- tation Locate and describe damaged trees outside the line- right-of-way List danger trees felled 7-8 ;CONSTRUCTION85:. 85 !|io 55'60!__/Xor 3 POLE SPANS(40')-(45')[SINGLE POLE SPANS 35' 35'__\Xor3 POLE SPANS !( 20')( 20)SINGLE POLE SPANS /WESTERNLIMITOFLINE-RIGHT-OF-WAYX0&cc\\ZONE 2 ZONE |ZONE 2 CONDUCTOR LEVEL | AT MAX.SAG OUTLINE OFSAFETYlENVELOPE |Z ,gE 25 | ACCESS STRIP | a” rel EASTERNLIMITOFLINE-RIGHT-OF-WAYSSLSASLLdey /(777xZ '|_2'CLEAR50!SURE”50! RIGHT-OF-WAY CLEARING LIMITS DIAGRAM FOR LEVEL TERRAIN (Z 10°S LOPE) SKETCH %REV.DEC.23,1982 7-9 :/.85''85! - -_55'60'__1Xor3POLE SPANS|2 |(40) | (45')[SINGLE POLE SPANS|* >|ec oe efe |5 , <|,,|b=l _ 35 _ 35 _|Xor3POLE SPANS x :uw '(-20")(-20)SINGLE POLE SPAN = |t ||Wc ==ZONE 2 de ZONE ||ZONE 2 - ||ro}Ww kKLo=||:\||3 Wwro)||a -CONDUCTOR LEVEL rT =|wl.wl,AT MAX.SAG?__I,tS 5 |wi za/or |=25°-OUTLINE OF :ACCESS STRIP |1”SAFETY ENVELOPE S $|=|HORIZONTALSIGHTLINE§pL 7/a oe |_2'CLEAR reges AS REQUIRED RIGHT-OF-WAY CLEARING LIMITS DIAGRAM FOR STEEP TERRAIN (A 10°SLOPE)%REV.DEC.23,1982 SKETCH 2 7-10 WESTERN EDGE OF PROJECT 85'170'TYPICAL CLEARANCE ENVELOPE TYPICAL CLEARANCE CORRIDOR AND FOR STRUCTURE TYPES A,B&HA.ENVELOPE FOR 3-POLE SEE SKETCH 4 FOR DIMENSIONS GUYED STRUCTURE.SEE LLLLL SKETCH 5 FOR DIMENSIONS. /LZV<LLLLLLL LLLLLLLLLLLLLL 25125'|35°400'A EASTERN EDGE OF Zh C nocess STRIP__- ”LINE-RIGHT-OF-WAY (ALSO EASTERN EDGE OF PROJECT CORRIDOR IN SOME AREAS.SEE SPECIAL PROVISIONS ARTICLE 6.6.1) EASTERN EDGE OF PARTIAL CLEARING _-__AF Z _. (SEE NOTE)a NOTE-ACCESS STRIP SHOULD RUN AS STRAIGHT AS POSSIBLE. SOME DEVIATION WILL BE NECESSARY TO DETOUR AROUND GUYED STRUCTURES AS SHOWN AND WHERE TOPOGRAPHICAL FEATURES SUCH AS RAVINE OR ROCK OUTCROPS REQUIRE A DIFFERENT ROUTING TO MINIMIZE THE ENVIRONMENTAL IMPACT OF CUTTING OR FILLING. PLAN SKETCH 3 (SHEET 1 OF 2)%REV.DEC.23,1982 7-0 WESTERN EDGE OF PROJECT 400'EDGE OF EXISTING PARTIAL CLEARING PLAN SKETCH 3 (SHEET 2 OF 2) CORRIDOR AND LINE RIGHT-OF-WAY?'VEGETATION ze)'['re) _ 200 Jt 200 _ "5 \Uncleared Buffer Strip |\|Uncleared Buffer Strip"|8 ||J--=00" <7 HOa LILILILLLLLLLLLL LLL ALLL LL ALLtii.___t KAN)\_0 \\C LNEASTERNEDGEOFLINE-RIGHT-OF -WAY 40! =(ALSO EASTERN EDGE OF a PROJECT CORRIDOR IN ACCESS STRIP OFFSET AT SOME AREAS.SEE SPECIAL ROAD AND STREAM CROSSINGS TYPICAL HELICOPTER PROVISIONS ARTICLE 6.6.1)TO MINIMIZE VISUAL IMPACT OF LANDING AREA CLEARING EASTERN EDGE OF \PROJECT CORRIDOR \en |\ %REV.DEC.23,1982 7-12 SKETCH 4 -STRUCTURE &GUY CLEARING ENVELOPES L STRUCTURE TYPES A,B &HA L/2 /¢.1B |BY | W(CH)3 CENTER HUB +7 4,L_-wef¢BISECTOR(E)Pee .72OFLINEANGLEL (1B).4 W/2 L eI BISECTOR |{ STRUCTURE LAYED PLANPLAN TYPES SA,SB &SC BISECTOR OF LINE ANGLE a"LBISECTOR y CENTER HUBot.-| -Laio-- L/2 q W/2 W PLAN STRUCTURE TYPE SD CLEARANCE ENVELOPES DIMENSION TABLE (FT) STRUCT.STRUCT.STRUCT.STRUCT. HEIGHT |TYPE A,B&HA |TypeSASB,SC]TYPE SD TO COND.|dim.L |Dim.W Law L Ww 60 |180 60 |20 20 90 65 --|20 20 90' 70 200 60 20 20 90 75 210 60 ||.20 20 90 80 220 |60 |20 20 90 85 230 |60 |20 -= 90 240 60 |20 -- 95 --_-= 100 260 60 |-=- 105 --|--- 110 280 70 |-_- 7-12 SKETCH 5 -ANGLE STRUCTURE &GUY CLEARING ENVELO! 282 25'°038*50-0 CTYPE c iY))LA,Z 8ZY4 1 BISECTif{. i)°> bdWj <TYPE C,E,F STRUCTURE TYPE C,D,EQ&F - TYPE Dy-282250_17”38=50-0 | ) °'°ee o) 7 o rm i BISECTO 'fo - fo) 6 .2Ba25'-0 /1 YPE: 2 7 mn c,oO38=50-O Sp ae 3C=70'-0TYPEC.E,F>2c:105'-0 !'\ PLAN STRUCTURE TYPE C,0,E &F UL,INDICATES AREA AROUNDUySTRUCTURESTOBECLEARED :(CPEFER TO CONSTRYCTIAMN LIST FOR .CLACIFICATION OF VERIAELE IyiEnsion S) cs '4 7.2.0 7.2.1 7.2.2 FOUNDATION CONSTRUCTION General 7.2.1.1 7.2.1.2 7.2.1.3 7.2.1.4 Test 7.2.2.1 The Authority has set stakes at the structure center and at offset points left and right.The Contractor shal] carefully protect all stakes.The Contractor shall also set and maintain such construction stakes as are necessary for the proper and correct execution of the work. The Contractor shall verify,at each tower location,that there are the center hub and the reference hubs located on the transverse tower axis each side of the transmission line.If any of these three references are missing,work will not begin on the foundation and the Construction Manager will be notified. Structure foundation types are driven steel H-pile,H-pile with rock anchors,block with rock anchors,anchor bolts in rock and concrete pier with rock anchors.Guys are anchored with steel H-piles,or rock anchors. Foundation construction may not proceed until the foundation test program (Article 7.2.2)and foundation test hole drilling (Article 7.2.3)have been completed and "Approved for Construction"drawings have been issued.It is the responsibility of the Contractor to coordinate the foundation test program and test hole drilling with his foundation construction schedule. Program A test program is required to establish design criteria and establish construction techniques regarding the installation of any type of foundation and anchor that is to be considered.Three test sites have been selected, near existing boring locations as shown below.(See KeyMap,Drawing 2000,Sheets 1-6 for soil boring locations.) The Contractor may propose alternate sites at which to perform the tests provided that he can demonstrate,bypresentationofboringlogs,that the soil conditions arebasicallythesameasatthedesignatedsites.Alternate sites must be approved by the Engineer . The Contractor shall provide all labor,equipment and materials required to install the foundations to be tested and all apparatus required to apply and measure the loads and to monitor and record displacements.The Contractor shall also be required to remove any exposed portion ofthetestinstallationremainingaftercompletionof testing and to return the site to its original conditionorasotherwiseapprovedbytheConstructionManager. 7-15 7.2.2.2 Tests will be conducted as early as possible to facilitate determination and selection of foundation types and the finalization of the Construction List drawings by the Engineer, 7.2.2.2.1 Tests established for the foundation ,concepts presently considered are as follows: Test Site Number 1 (Near soil boring B-68) Soil -Rock at or near Surface (Overburden to be removed) Foundation -Rock Anchor Number of Tests -Six Anchor Size -No.14 Bar (ASTM A615-75,Grade 60)or equivalent Hole Size -2-1/4"Diameter Description of Tests (Direction of InstallationandLoad) Test Type Description 1.Three vertical at 5,10 and 15 foot depth. 2.Three on 45 degree batter at 10,15 and 20 foot depth. Test Site Number 2 (Near soil boring B-74) Soil -Rock with Overburden (10 feet +) Foundation -Rock Anchor Number of Tests -Six Anchor Size -No.14 Bar (ASTM A615-75,Grade 60)or equivalentHoleSize-2-1/4"Diameter (Casing as Required) Description of Tests (Direction of Installation and Load) Test Type Description 1.Three vertical at 5,10 and 15 foot depth in rock. 2.Three or 45 degree batter at 10,15 and 20 foot depth in rock. Test Site Number 3 (Near soil boring B-44) Soil -Gravel Foundation -Pile Number of Tests -Three Pile Size HP 10 X 57 Description of Test -Three piles driven verti-cally at 15,20 and 25 foot depth in gravel asdefinedbysoilsreport.The load will be appliedonabatterof45degreesfromtheverticalor less. 7-16 7.2.2.2.2 The testing will consist of a combination of vertical uplift and horizontal shear loads which will be combined in a resultant direction.Loads shall be applied in increments of 10,000 pounds and held for periods of five minutes.Any movement will be recorded at the time the load is achieved and after the five minute period.All testing shall be continuec to failure which results when a constant load cannot be maintained. 7.2.2.2.3 Pile hammers will be either impact or vibratory as determined by tests.The pile hammer-type is to be selected based on the tests and then used throughout foundation installation.The size shall be selected according to the test conditions that will be encountered.It shall be neither so small that its energy will be largely dissipated in lost energy during driving,nor so great as to cause too rapid penetration of and damage to the pile.If the size of the hammer is found to be unsatisfactory,it shall be replaced with a larger or smaller hammer,or other corrective measures shall be used,as required to produce satisfactory results.Once selected,the pile hammer will be the same type throughout the driving operation. 7.2.3 Foundation Test Holes 7.2.3.1 7.2.3.2 7.2.3.3 The Contractor shall be required to drill test holes at certain locations as determined by the Engineer to verify sub-surface soil conditions.These test holes must be drilled as early as possible in order to finalize the Construction List drawings. Test holes shal]be at least two inches in diameter and shall be drilled to a depth:of 25 feet unless rock isencounteredfirst.Undisturbed samples will not be required,but a drill log must be maintained.Any type of drilling equipment may be used provided that it is capable of penetrating any frozen material that may be encountered and provided that the basic soil types can be identified and the depth of change in soil type. The Contractor will be given the locations for approxi- mately 60 percent of the total number of test holes required within one week after Notice to Proceed has been issued.Drill log data is to be submitted for review as soon as drilling in a particular area has been completed. Based on the Engineer's review of the initial data,the remaining hole locations will be designated.Theselocationswillbeprovidedwithinten(10)days of receipt of the initial data provided that the data has been submitted in an orderly manner. 7-17 7.2.3.4 The Contractor shall present his plan for executing:thetestholeprogramtotheConstructionManageratleastone(1)week prior to commencing work. 7.2.4 Steel H-Pile -Foundations and Guy Anchors 7.2.4.1 Steel H-piles shall consist of structural shapes ofsectionsshownonthePlans,or as otherwise specified, and shall conform to the ASTM Standard Specification for Structural Steel,A572 Grade 50 unless otherwise noted on the Drawings. 7.2.4.2 In general,the bid units shown in the price bid schedule are for 25'long sections of pile to be driven to a minimum 20'penetration with a 5 ft.maximum reveal.In cases where additional pile length is required to provide the desired load capacity,the Contractor will be paid for the additional length and any required splices in accordance with the contract unit prices.Splices made for the convenience of the Contractor will be performed without additional compensation. Any portions of steel piles that are split,warped, buckled,damaged,or imperfect in any way shall be removed and new secticns shall be spliced in without additional compensation to the Contractor. 7.2.4.3 Driving of each pile shall be continuous until the pile has been driven to final resistance or specified depth. The tops of the piles shall be cut off true and perpen- dicular to the axis of the pile at the elevations shown on the Drawings,or as directed by the Construction Manager. 7.2.4.4 The Contractor shall keep a record of each pile installed and shall furnish to the Construction Manager a signed copy at the end of each day of driving.The records shall give the pile type,size,location,tip elevation,cutoff elevation,length,calculated safe load,continuous penetration record,the result of any tests,and record of any jetting employed. 7.2.4.5 The calculated safe load for a given pile shall be determined by analyzing the driving rate and penetration record with respect to the criteria established during the installation of test piles.Additional consideration will be given to temperature,condition of the pile top,hammeroperationandothervariablesthatmayaffectpileinstallationandtheresultingloadresistingcapabi- lities. 7.2.4.6 In cases where refusal is met before sufficient penetration is gained to provide the desired upliftresistance,the Contractor may be required to install a pile stabilization assembly as shown on the drawings.Insuchcases,the Contractor will be paid for driving the 7-18 7.2.5 7.2.4.7 Rock 7.2.5.1 pile at the contract unit price for a 25'pile and he will be paid for the stabilization assembly at the contract unit price. If,in the opinion of the Engineer,the cause of refusal is a boulder or other obstruction and not bedrock,the Contractor shall employ all feasible means,such as spudding or jetting,to achieve the desired penetration. If the Contractor is still unable to complete the pile, then he may be directed to drive an additional pile or to provide stabilization as described above. In the event that the Contractor is required to drive an additional pile,he will be paid for the depth achieved on the first attempt at the contract unit price for addi- tional pile length.The Engineer may order the first pile to be removed,if feasible,or to be cut off.In either case,the work involved will be considered to be part of driving the pile and no additional compensation will be made.In such cases where an obstruction is encountered within a few feet of the surface and the pile can be easily removed and offset to a new location,as directed by the Engineer,no payment will be made for the initial effort to drive the pile. In general,pile driving for any particular structure foundation will begin with one of the guy piles unless otherwise directed by the Engineer or Construction Manager. Bolts Foundations and Guy Anchors Rock Bolts -The Contractor shall use a system equal to either a concrete grouted anchor as manufactured by Williams Form Engineering Corporation or the Dywidag Thread Bar manufactured by Dywidag Systems International U.S.A.,Inc.The approved system shall be installed per the manufacturer's instructions and as directed by the Construction Manager. 7.2.5.1.1 Bolts shall have a yield strength as required on the foundation drawings. 7.2.5.1.2 Bolt holes shall be cleaned with an air jet before inserting cartridges or bolt. 7.2.5.1.3 Sufficient grout or resin shall be used to completelyfilltheholetothetopoftheconcreteorrock surface aS applicable. 7.2.5.1.4 Resin and hardener,if used,shal]be proportioned as recommended by the manufacturer for temperatures expected at project location.A fast setting epoxyformulationshallbeusedintherockportionofthe hole.A slower setting epoxy is to be used to completely fill the remainder of the hole or casing. 7-19 After the fast-set epoxy has hardened and before the slow setting epoxy has hardened,the bolt shall be tensioned with a hydraulic jack and the nut run down thereby tensioning the bolt.The slower setting epoxy then hardens to provide a completely protected and pretensioned rock-anchor.Pre-tensioning is not required for rock-bolts used for guy anchors. 7.2.5.1.5 Resin more than six months old shall not be used. 7.2.5.2 7.2.5.3 7.2.5.4 7.2.5.5 7.2.5.6 7.2.5.7 The concrete leveling pad and precast concrete blocks shall not be set until after the rock-bolt holes have been drilled,unless it can be:demonstrated that cracking or movement of the pad and blocks will not occur during the drilling process.Spacers as shown on the drawings shall be coated with bituminous coating compound conforming to the Specification MIL-C-18480A &Am-3,and located where rock-bolts will be required.The spacers shall provide for preper leveling of the precast unit and sealing cf therock-bolt hole to prevent leakage of grout or resin from the drill hole. Drilling of holes for cast-in-place concrete foundations shall not take place until the concrete has set for 7 days.Holes shall be cast-in the concrete at the loca- tions required for drilling. The number and length of rock-bolts shall be as shown on the drawings or as otherwise directed by the Engineer.The exposed portions of the rock-bolts,anchor bolts,temp- lates and bearing plates shall be completely coated with two applications of the bituminous coating specified above.The coating shal]extend laterally on the concrete surface at least 2 inches beyond the plates. The space between the precast blocks shall be grouted with expanding grout under a pressure not to exceed 10 PSI to eliminate all voids between the adjacent sections.Such grouting shall not be done until after the rock bolts have been grouted and tensioned.The expansive grout mixture shall be approved by the Engineer. All rock bolts and anchor bolts shall be tensioned to 90 percent of the yield strength with a calibrated hydraulicjackandthenuttightenedagainstthebaseplatewhile the bolt is under tension.Rock bolts which fail to hold full tensioning will not be acceptable.Rock bolts installed for guy anchors are not pre-tensioned,but must be proof loaded to 90 percent of the yield strength. The Contractor shall maintain a record of each rock bolt installed including size,type,location,depth of hole,depth into rock,date and time of grout installation anddateandtimeofpre-tensioning or proof loading.ThisrecordmustbeverifiedbytheContractor's quality 7-20 control and submitted to the Construction Manager at the end of each work day. 7.2.6 Excavation and Backfill 7.2.6.1 7.2.6.2 7.2.6.3 7.2.6.4 The Contractor shall excavate all overburden and rock to levels as shown on the drawings.In general,the natural earth and vegetation at each tower site shall be disturbed as little as possible during construction.Excavations of foundations and conditions of foundations prior to place- ment of concrete shall be approved by the Construction lanager.The cost of excavation and backfill will be incidental to the foundation construction. OQverburden,weathered rock,and sound rock are defined as follows: a.Qverburden consists of soils,cobbles,large boulders and loose rock not meeting'the definition of weathered rock. b.Weathered rock is defined as intact,in-place bedrock containing open,continuous joints and shears.The test for distinguishing weathered rock shall be rock which can be removed with hand tools. c.Sound rock is defined as intact,in-place bedrock which is of better quality than weathered rock,and cannot be removed with hand tools. For foundations to be installed on rock,the Contractor shall be required to remove all rock necessary to key the .foundation into sound rock as shown on the drawings.For the pier/rock foundations some additional excavation may be required to allow for full embedment of the structure anchor bolts being provided by the structure supplier. For foundations to be installed in earth,the earth shall be excavated to a clean level surface of undisturbed sand or gravel,or other suitable material,as determined bytheEngineer.In the event that unsuitable material is encountered at the plan depth,the Engineer may order further excavation and backfill with a suitable granular material.The Contractor will be paid for the additional excavation at the contract unit price. Accidental over-excavation shall be backfilled with a suitable granular material,well compacted,as approved by the Engineer,and no payment will be made.. 7-21 7.2.6.6 7.2.6.7 7.2.6.8 7.2.6.9 7.2.6.10 Winere_loose.rocks or boulders-are_enccuntered extendingabovetheproperelevationofthefoundationbase;theyshal]be removed and the resulting depression shall be backfilled with an approved granular material,well compacted,to provide a suitable bearing surface. Foundation excavations shall be maintained in a safe, clean and sound condition up to the time of placement of footings.All holes shall be covered and suitably ber- ricadec when not attended.Any losses or claims for damages arising from the Contractor's negligence in providing such protection shall be the sole responsibility of the Contractor.Wherever necessary,the Contractor shall re-excavate materials which have accumulated in previcusly prepared holes.Any muck or other unsatisfac- tory bearing material resulting from frost action or entrance of water into excavations previously prepared to the required bearing shall be removed and replaced with concrete or well compacted crushed stone or gravel back- fill at the Contractor's expense. The Contractor shall do all bracing,sheeting and shoring necessary to perform and protect all excavations as required for safety,ana to conform to laws and regula- tions of governmental bodies having jurisdiction.When sheeting or shoring is used,it shall be removed during backfilling. At completion of excavation and before any additional work is performed,the Contractor's Quality Control personnel will inspect excavations.The Contractor's Quality Control personnel will direct the removal of any remaining,detached,loase and weathered rock or debris that in his opinion is detrimental to the final foundation quality.The Construction Manager will make periodic checks. Water shall be removed from excavations by means of 2 suitable dewatering system.Rock surfaces to receive corcrete shall be free of running or flowing water and amounts of standing water shall be limited to that occurring in small irregularities in the rock surfaces. Concrete shall not be placed without prior approval of the Construction Manager. Backfill around the completed tower foundation shall cenerally be accomplished using the excavated material. Compaction shall be required to the extent necessary to prevent settlement and erosion. Large stones,muck,frozen material,rocts or otherorganicmaterialshallnotbeusedinbackfill.Shouldtherebeinsufficientsuitablematerialremainingfromthe 7-22 7.2.6.11 7.2.6.12 7.2.6.13 7.2.6.14 excavation to completely backfill the hole,the Contractor shall be required to furnish a suitable non-organic material from another source to complete the backfill. The cost of this activity will be incidental to the foundation construction, All excavated material left after backfilling has been completec shall be spread near the tower site in such a manner as to provide for proper drainage,or as otherwise directed by the Construction hanager.The cost of spreading or hauling and disposing of such material shall be considered as incidental to the work and shall be included in the unit price for installation of the tower foundation. The Contractor may at his option,supply crushed stone or gravel pad or mud mat for a working surface in holes for his convenience.The costs involved for additional excavation and for materials necessary for this "working surface"shall be supplied and paid for by the Contractor at no expense to the Authority.The Contractor shail inform the Construction Manager before any such "working surface"is installed. The natural earth at each tower site shall be disturbed as little as possible during construction.The ground surface at each tower site shall be graded to provide drainage away from tower legs and left reasonably smooth and compact.Handling,hauling and disposal of rock, roots,muck and other debris unsuitable for backfill or grading material shall be incidental to the various items "of work and the costs involved shall be included in the various unit prices for installation of tower foundation. Erosion control]measures such as water bars,contour furrow,sediment traps,water spreaders,diversion ditches,dikes,plugs,or other control measures shall be constructed if necessary to avoid induced or accelerated erosion and to prevent the forming of new drainage channels resulting from construction activity on the project area. Under special conditions,especially sidehills,the Construction Manager may require terracing.Additionally some seeding may be required at those areas designated by the Construction Manacer.Terracing and seeding shall be incidental to the cost of tower foundation installation. 7.2.7 Blasting 7.2.7.1 Any and all use of explosives shall be done in strictconformancewithapplicableFederalandStatelawsand regulations including but not limited to handling,transporting and storage.The Contractor shall submit acompleteplanforuseofexplosives(including blastingtechnicues)to the Construction Manager.Plans shall be 7-23 7.2.7.2 7.2.7.3 7.2.7.4 7.2.7.5 submitted at least 30 days prior to any contemplated blasting operations. Safety procedures will be in accordance with the Alaska Power Authority's Safety Manual. Where sound rock or large boulders are enccuntered and can not be excavated by means of an air hammer or pick and shovel,limited blasting will be permitted as approved the the Construction Manager.Where such blasting is required,the Contractor shall use the minimum charge necessary to loosen the rock. Blasting shall be done only under the direct and continuous supervision of men having suitable experience, and licensed in the handling and use of explosives. Blasting will be permitted only after suitable precautions have been taken for the protection of persons and adjoining property. The Contractor shall keep an accurate record of the locations,dates,times,amounts of charge,and the names of persons supervising each detonation.At the end of each day the Contractor shall deliver a blast report to the Construction Manager.The blasting operation shall be revised as needec,or as directed,to produce the best breakage with minimum explosives. Blasting caps shall in no case be stored,transported,or kept in the same place in which dynamite or other explosives are stored,transported,or _kept.Thelocaticnsanddesignofpowdermagazines,methods of transporting explosives and,in general,the precaution taken to prevent accidents shall be in accordance with Federal,State and local regulations and subject to the approval cf the Construction Manager.The Contractor shall be liable for all injuries to,or deaths of, persons,or damace to property caused by blasts or explosions. 7.2.8 Helicopter Structurally Supported Landing Platforms 7.2.6.1 7.2.8.2 The Contractor shall be required to build helicopter landing platforms at certain locations in steep or swampyterrain.(Reference Paragraph 7.1.3.4)The Contractor will furnish all piling,bracing,decking,and other materials and accessories required to ccnstruct the platform as shown on Drawing 2013,Sheet No.1.The exact locations will be established by the Construction Manager in consultation with the Contractor prior to or concurrent with construction of tower foundations. The helicopter landing platforms will be assembled and in- stalled in accordance with the contract drawings. 7-24 7.2.8.3 The methods of assembly and installation shall be subject to review and approval of the Construction fManager. However,the Contractor will remain fully responsible for the proper assembly and installation of the helicopter landing platforms. 7.2.9 Concrete 7.2.9.1 7.2.9.2 7.2.9.3 7.2.9.4 All cast-in-place and precast concrete for the work under this Contract shall conform to the requirements of the latest edition of the "Building Code Requirements for Reinforced Concrete"of the American Concrete Institute, Designation ACI 318,except as otherwise modified herein. The quality of the materials in concrete shall conform to the latest revision of the following: a.Standard Specification for Concrete Aggregate, ASTM Designation C33 b.Standard Specification for Ready Mixed Concrete, -ASTM Designation C94 c.Standard Specification for Portland Cement,ASTM Designation C150 d.Standard Specification for Air Entraining Portland Cement,ASTM Designation C175 e.Standard Specification for Expanding Grout For this project,Air Entraining Portland Cement shall be used unless otherwise directed by the Engineer.Admix- tures will not be permitted for this work without the written approval of the Engineer. The Contractor shal]furnish a laboratory mix design using actual representative samples of prepared aggregates and cement.When reaay-mix concrete is used,laboratories mix designs shall be submitted to the Engineer showing the mix proportions used and the slump and compressive strength of the concrete as determined by the laboratory tests.The mix proportions and appropriate water-cement ratio shall be determined on the basis of procuring concrete having suitable workability,density,impermeability,durability and required strength. The concrete shall have a minimum compressive strength of 3,000 psi at 28 days.Slump shali not exceed 4".Air content shall be between 3 and 6 percent. Field tests of concrete being placed will be conducted regularly,or as directed by the Construction Manager.In general,as an indication of other physical properties, 7-25 7.2.9.5 7.2.9.6 the quality of the concrete being produced.will be judged by the compressive strength developed within a -given period.The Contractor will make the compressive test Specimens and shall furnish the concrete anc a1]other materials and equipment required.Testing of the specimens will be handled by the Contractor's Quality Control and the cost of testing will be beorne by theContractor.The tests will cover the compressive strength,slump,amount of air-entrainment,and quality of aggregates,all conducted in accordance with standard testing methods.In cases where the strength of the test cylinders for any portion of the work falls below the requirements specified herein,the Construction Manager may require the concrete represented by those test cylinders to be removed and replaced at the expense of the Contractor.If the Contractor has reason to believe that the strength of the hardened concrete is not accurately represented by the test cylinders,he may elect to secure test specimens of the hardened concrete represented by these cylinders.Specimens shall be secured and tested in accordance with ASTM Designation C-42.If the specimen test further substantiates that the concrete represented by the cylinders and specimens is below the strength requirements specified herein,the Construction Manager may order such concrete removed and replaced at the expense of the Contractor.If the specimen tests indicate that the hardened concrete has sufficient strength,the Construction Manager may allow such concrete to remain in place.In either case,the cost of the testing will be the expense of the Contractor.All test results will be submitted to the Construction Manager. If the Construction Manager has reason to believe that the strength of the hardened concrete for some portion of the work is net accurately represented by test cylinders which indicate sufficient strength,the Contractor may be required to secure test specimens of the hardened concrete.In the event that the test specimens indicate that the concrete is below the minimum strength requirements specified,the Construction Manager may orcer such concrete to be removed and replaced at the expense of the Contractor.If the specimens taken from the hardened concrete indicate that the concrete represented by the cylinders and specimens is equal or above the minimum strength required,the repairing of the foundation will be paid for by the Authority. No concrete shall be placed until all form work,instal- lation of parts to be embedded,and preparation of sur-faces involved in the placing have been approved byContractor's Quality Control personnel.Concrete shall not be placed in water except with the written permissionoftheConstructionManager,and the method of depositing the concrete shall be approved by the Construction 7-26 7.2.9.7 7.2.9.8 7.2.9.9 Nanager.All surfaces of forms and embedded materials that have become encrusted with dried mertar or grout from concrete previously placed,or with ice,mud or other foreign material,shall be cleaned of al]such refuse before the surrounding or adjacent concrete is placed. Immediately before placing concrete,all surfaces of foundation upon or against which the concrete is to te placed shall be free from standing water,mud and other foreign matter.The surfaces,of concrete which has set, and against which new concrete is to be placed,shall be thoroughly cleaned to remove all foreign material and laitance,and be saturated with water immediately before placing concrete.Concrete shall be deposited continu- ously and as rapidly es possible until the unit being poured is complete.If for any reason the work is stopped before completing the unit cf operation,a construction joint shall be installed in accordance with standard practice and as approved by the Construction Manager. Concrete shall be so deposited as to maintain,until the completion of a unit,a plastic surface approximately horizontal. The method and equipment used for transporting concrete shall be such that concrete having the required composi- tion and consistency will be delivered as near as prac- tical to its final position without objectionable segre- gation or loss of slump.All concrete mixing and placing equipment and methods shall be subject to approval by the Construction Manager.Concrete shall be placed only in the presence of the Contractor's Quality Control per- 'sonnel. Concrete placement will not be permitted when,in the opinion of the Construction Manager,weather conditions or other pertinent factors prevent proper placement and consolidation.Any concrete retained in truck mixers so long as to require additional water to permit satisfactory placing shall be wasted.Retempering of concrete will not be permitted. Concrete shall be consolidated to the maximum practical density,without segregation,by vibration or puddling so that it is free from pockets of coarse aggregate and closes against all surfaces and embedded materials. Vibration of concrete in structures shall be by electric or pneumatic-driven,immersion-type vibrators operating at speeds of at least 8,000 rpm when immersed in concrete. Vibrators shall be inserted vertically at close enough intervals so that the zones of influence overlap.The vibrators shall be inserted to the full depth of the layer being treated.When concrete is being placea in layers,the tip of the vibrator shall extend approximately 4"into the underlying layer.Vibrators shall not be used to moveconcretehorizcntally.Care shall be exercised to avoid 7-27 7.2.9.10 7.2.9.1] 7.2.9.12 7.2.9.13 contamination of the concrete through careless use of vibrators or puddling tools.Puddling tools shall be of a type acceptable to the Construction Manager. The temperature of the concrete when being placed shall be: a.Not less than 40°F in weather when the mean daily temperature is 40°F or above. b.Not less than 50°F in weather during which the mean daily temperature drops below 40°F. c.No greater than 90°F during hot weather. The Contracter shall be prepared to protect all concrete in accordance with the requirements of this paragraph. Temperature shall be controlled by controlling'the temperature of aggregate and mixing water.Mixing time should be kept at a minimum and elapsed time between mixing and placing should be minimized.The interior surfaces of forms and the ground upon which concrete is to be poured should be thoroughly wetted before concrete is poured.After the first frost,and until the mean daily temperature in the vicinity of the work falls below 40°F for more than one day,the concrete shall be protected against freezing for not less than 48 hours after it is placed.Whenever the mean daily temperature in the vicinity of the work falls below 40°F for more than one day,the concrete shall be maintained at a temperature not Jower than 50°F for at least 72 hours after is is placed, and shall be protected against freezing for five (5)days immediately following the 72 hours of protection at 50°F. Discontinuance of protecticn against freezing shall be such that'the drop in temperature of any portion of the concrete will be gradual and will not exceed 40°F in 24 hours. When spring is near and the mean daily temperature rises above 40°F for more than three successive days,the specified 72 hour protection at a temperature not lower than 50°F may be discontinued,but the concrete shall be protectec against freezing for not less than 48 hours after placing.When artificial heat is employed,special care shall be taken to prevent the concrete from drying. Smooth,solid concrete surfaces are required throughout the work.The top surface of the concrete shall be crowned to provide drainage of water.A wood float finish on theconcreteisrequired.When directed by the Construction Manager,a steel trowel finish may be required and care'shall be taken in the steel troweling not to bring excessive fine material to the surface.Finishing of concrete surfaces shall be performed only by skilled 7-28 7.2.9.14 7.2.9.15 7.2.9.16 workmen,Concrete blocks shall have smooth finishes with oppusite sides parallel. All expcsed concrete shal]be properly cured for seven (7) days by moist curing using wetted burlap,covering with Kraft paper or polythlene sheet to prevent evaporation,or by spray application of a liquid membrane-fcrming compound conforming to ASTM Designation C309-58,Type 1.The membrane shall be applied according to the manufacturer's recommencations.Surface defects shall be filled prior to application of membrane curing compound.The application shali be made with spraying equipment capable of applying a smooth,even textured coat,and compressed air lines shall be trapped to prevent moisture or oi]from getting into the compound.All concrete surfaces on which mem- brane compound has been applied shall be adequately pretected for the duration of the curing period from any cause which will disrupt the continuity of the curing membrane.No membrane curing compound shall be used on surfaces of construction joints or on surfaces requiring subsequent bonding. Forms shall conform to the shape,lines,and dimensions of the concrete as called for on the Plan and shall be sufficiently strong to carry the dead weight of the concrete without undue deflection or bulging,and suffi- ciently tight to prevent leakage of mortar.They shall be properly braced and tied together so as to maintain position and shape.Members used in forms at exposed surfaces shall be dressed to uniform thickness anc shall be free from loose knots or other defects.Joints in such forms shall be horizontal or vertical.At all unexposed surfaces and rough work,undressed lumber may be used. Lumber re-used in forms shall have nails withdrawn and surfaces to be in contact with concrete thoroughly cleaned before being used again.Forms shall not be disturbed until the concrete has hardened sufficiently to support any loads that may be imposed upon the concrete.When stripping forms,metal wedaes or tools shall not be used to pry panels loose.If wedging is necessary,it shall be done with wood wedges lightly rapped to break adhesion. The Contractor shall protect all concrete against damage until final acceptance of the project. 7.2.10 Reinforcing Steel 7.2.10.1 7.2.10.2 Reinforcing bars shall be deformed billet steel bars in accordance with the latest requirements of ASTM Designa- tion A615. Steel reinforcing bars shall be placed in the concrete wherever shown on the Drawings or where directed by the 7-29 Construction Manager.Uniess otherwise shown on _theDrawingsordirectedbytheConstructionManager, measurements made in placing the bars shall be to the center lines of the bars.Before the reinforcing bars are placed,the surfaces of the bars and the surfaces of any metal bar supports shall be cleaned cf heavy,flaky rust, loose mill scale,dirt,grease or other foreign sub- stances.After being placed,the reinforcing bars shall be maintained in a clean condition until they are com- pletely embedded in the concrete.Main reinforcement shall have a minimum clear protective cover to the face of concrete as shown on the Drawings.Reinforcing bars shall be accurately placed and secured in position so that they will not be displaced during the placing of the concrete, and special care shall be exercised to prevent any dis- turbance of the reinforcing bars in concrete that already has been placed.Rustproof metal chairs,metal hangers, metal spacers,or other satisfactory metal supports may be used for supporting reinforcing bars.Precast concrete blocks may also be used for supporting reinforcing bars. 7.2.11 Tolerances 7.2.11.1 7.2.11.2 7.2.11.3 7.2.11.4 The center of a completed set of foundations for a struc- ture shall be within one foct of that specified.The base elevation shall be within 3 inches +of that specified. Pile Foundations and Guy Anchors 'a.Variation from vertical 2 percent any direction b.Twist .5 degrees any direction c.Location (Anchor)+2 feet any direction d.Location (Structure)+6 inches any direction Rock Guy Anchors a.In-line direction 5 percent any direction b.Location +2 feet any direction Rock Foundation Anchors a.Variation from vertical 2 percent any direction b.Location +1 inch any direction 7-30 7.2.11.5 Anchor Bolt in Rock Foundations a.Horizontal distance between centers of anchor bolt groups +1 inch b.Top of Bolt Elevation +1 inch c.Variation from vertical 2 percent d.Horizontal distance between bolts in a group +1/16 inch 7-31 7.3.0 STRUCTURES 7.3.1 General 7.3.1.1 7.3.1.2 7.3.1.3 7.3.2 7.3.2.1 7.3.2.2 7.3.2.3 The Contractor shall assemble and erect the structures in accordance with the erection drawings,bills of material, bolt lists and other drawings or instructions furnished by the Authority.The structure type,extensions or heights, locations and orientations shall be in accordance with the construction list and as shown on the plan and profilesheetsfurnishedbytheAuthority. The methods of structure assembly and erection shall be subject to review and approval of the Construction Man- ager.However,the Contractor shall remain fully respon- sible for the safe and orderly assembly and erection of all structures regardless of such review and approval by the Construction Manager... The Contractor shall review his requirement for climbing ladders as provided for on the structure concept drawings. The Contractor shall then be responsible for providing the ladders required.Upon completion of the line,the ladders will become the property of the Authority. Loading,Unloading,or Handling The Contractor shall,when loading or receiving the poles, note their condition and report to the Construction Manager any damage to the structure and/or crossarms. Care should be exercised to avoid damaging any pole or crossarm during handling and/or storing.Poles and cross- arms stored at either the structure site or the staging area shall be placed on adequate blocking so as to be free of dirt,mud,and other foreign material.Blocking shall be done in such a manner as to prevent warping of the members. Care shall be taken to assure that items blocked are stable.The blocking shall be provided at the expense of the Contractor.Poles and/or crossarms,shall not be dragged.Slings shall be of such material,or protected 'in such a way,as not to damage the finish of the structure.Structures or crossarms bent,twisted or damaged during unloading by the Contractor in transit fromthemarshallingyardtothestructuresite,or at thestructuresite,shall not be erected and shall be reported immediately to the Construction Manager.Such damageshallberepairedorthememberreplacedatthedirectionoftheConstructionManager,at the expense of the Con- tractor. 7-32 7.3.3 Structure Erection 7.3.3.1 7.3.3.2 7.3.3.3 7.3.3.4 7.3.3.5 7.3.3.6 7.3.3.7 7.3.3.8 7.3.3.9 7.3.3.10 7.3.3.11 7.3.3.12 The Contractor shall submit a tower erection method to the Construction Manager for his review and approval.This method shall be in written form detailing equipment, operation and safety procedures. The Contractor's method of assembly and erection of the structures shall have the approval of the Construction Manager.However,the Contractor shall'remain fully responsible for his erection operation,notwithstanding any approvals granted by the Construction Manager. Included in the work is the assembly and placement of aerial patrol signs and danger signs as supplied by the structure fabricator. Insulators and suspension hardware may be installed at any time during the tower erection process. Structures may not be set on concrete foundations until at least seven days after the concrete has been placed. No member shall be subjected to any stress in excess of that for which it was designed.Misalignment or misfit, if caused by erection procedures,shall be corrected by adjusting erection methods as necessary to eliminate the trouble. The Contractor shall utilize lifting or jacking holes and lugs when provided. Slings for picking up structures shall be of such material or protected in such a manner as not to cut or damage the members or their finishes. If any shop errors in the steel are discovered,the Contractor shall notify the Construction Manager who willdecidewhethertheerrorshallbecorrectedinthefield or the members returned to the manufacturer for correction or replacement.Cost for repairs made in the field by the Contractor at the direction of the Construction Manager, will be reimbursed by the Alaska Power Authority. The Contractor shall supply the necessary tools forjackingthepolesectionstogether.Assembling pole slipjointsshallbeinaccordancewiththeManufacturer's Specifications. Each tower part is stamped with its piece mark. The location of the piece mark in the tower structure anditsproperorientationisshownontheerectiondrawings. 7-33 3.3. .3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 3.3. 14 15 16 17 18 19 20 21 25 All members shall be clean at the joints before being bolted.Nuts shall be installed with the flat surfaces against the face of the tower member being bolted. In the completed structure,all bolts shall be securely tightened to the manufacturer's specified torque. Bolts used shall be of the length and diameter shown on the Drawings.Only wrenches of proper size which will not deform the nuts or cut or flake the galvanizing,are to be used. Bolts shall be normally installed so that the nuts are on the outside or on top of the tower members and shall be securely tightened. After the tower is completely erected,the tower shall be inspected to verify that all bolts are installed and torqued. Any bolts of incorrect diameter and/or length shall be replaced. After final tightening,each bolt shall be locked by installing the locknuts provided.The Contractor Quality Control personnel will then check the nuts with a torque wrench for proper tightness.A tolerance of +10 foot - lbs.will be allowed on the recommended values.The Construction Manager will make periodic checks. The Contractor shall be required to tighten bolts found with less than the required torque. In case the number of untorqued bolts so found is exces- sive,in the opinion of the Construction Manager,the Contractor shall be required to go over the entire tower and check or tighten all nuts. A reasonable amount of drifting will be permitted. Redrilling or other corrections,if required,shall be undertaken only as approved by the Construction Manager. Locknuts shall be installed by tightening 1/3 to 1/2 a full revolution after the smooth side is seated finger tight against the hex nut.Bolts providing less than three full threads for application of the locknut or excessive thread reveal,shall be replaced with the proper length bolt as directed by the Construction Manager. The structure shall be erected plumb.Plumbness will]not vary more than one (1%)percent of the total tower height. 7-34 7.3.4 7.3.5 7.3. 7.3. 7.3. 7.3. 7.3. 7.3. 7.3. Erecting Preassembled Structures 4.1 4.2 4.3 4.4 4.5 When portions of structures are being preassembled on the ground before erection,such assembly shal]be on surfaces or blocking which will provide support to prevent distor- tion of structure steel and prevent dirt,mud or other foreign materials from adhering to the steel. All bolts shall be installed in all connections of pre- assembled portions of structure,and bolts shall be at least finger-tight or suitable for proper erection. If,erected by assembling in sections or complete struc- ture units,initial bolting shall be adequate for dead loads,live loads,and erection stresses,but shall not be so tight as to prevent aligning and fitting adjacent sections or members. Slings,or other equipment used for picking up members or portions of towers,shall be of such material or protected in such a way as not to cut into corners or distort or overstress members when heavy lifts are made. Members or portions of structure shall be raised in such a manner that no dragging occurs against portions of the structure already erected. Guying 5.1 5.2 The Type A,B and HA structures are guyed for longitudinal stability.The A&B structures will require preten- sioning of the guys to a total of 4,000 pounds at each anchor while maintaining the structure in a plumb posi- tion.The HA structures are to be pretensioned to a total of 8,000 pounds at each anchor. The Type C,D,E and F structures are guyed to resist conductor and shield wire loads.They also have stabili- zation guys which provide for complete structure erection without the conductor shield wire being in-place.The guys which resist the conductor and shield wire loadingsmustbetensionedtomaintainthepolesinavertical position after sagging.The stabilization guys shall have final tension at the anchor under sagging conditions or the following: Tower Type Final Tension (Pounds) C 6,500 D 10 ,000 E 10,000 F 10,000 7-35 7.3.6 Structure Grounding 7.3.6.1 7.3.6.2 The Contractor shal?furnish and install structure ground- ing at the locations where rock foundations are used in accordance with the Drawings and Provisions.After the installation of the grounding,the Contractor shall measure the resistance to ground,with the overhead ground wire insulated from the tower.The ground resistance shall be measured with a "Meggar"or other instrument as approved by the Construction Manager.Two separate measurements shall be made at each structure. A written report of the structure grounding tests per- formed shall be submitted weekly to the Construction Manager and it shall include,in addition to the final measured structure ground resistance,the date of measurement,temperature and soil condition by structure number.Soil conditions shall be reported as wet,medium, dry or very dry.If ground water is encountered,its elevation below grade shall be stated.Reporting forms will be furnished by the Construction Manager. 7-36 7.4.0 7.4.1 HARDWARE INSTALLATION AND LINE STRINGING Genera] 7.4.1.1 J.4.1.2 The Contractor shall assemble and install insulators, hardware,shield wire,conductor and all associated material in accordance with the drawings and instructions furnished by the Authority.No stringing operations will take place until all clearing activities in the area have been completedand approved. The methods of assembly and installation shall be subject to review and approval of the Construction Manager. However,the Contractor shall remain fully responsible for the safe and proper assembly and installation operations regardless of such review and approval. Hardware Assemblies and Insulator Installation 4.2.1 Insulators and insulator hardware shall be assembled and installed by the Contractor as shown on the Drawings and in accordance with the recommendations of the manufac- turers. Insulators with chips or cracks in the porcelain or glass or fittings,or hardware with any defects shall NOT beinstalled. Shipping containers for all insulators and_hardware assemblies shall be carefully handled while being trans- 'ported,assembled,and placed.Shipping ccntainers for all hardware and insulators shall not be dropped during handling.All hardware and insulators shall be kept or maintained in their shipping packages as long as possible. All insulators shall be handled carefully during trans- portation,assembly,and installation on the tower struc- tures.Uncrated or otherwise unsupported strings of insulators shall not be picked up or suspended except by the upper unit of the insulator string. All insulators shall be clean when installed.The porce- lain or glass shall be bright and all parts of the insula-tors shall be free of dirt or other contamination. Only clean rags,free from any abrasive material shall be used for cleaning insulators.Wire brushes shall not be used for the cleaning of any parts,metal,or otherwise. In the completed line,all insulators shall be clean, bright,and free of nicks,chips,or cracks. Workmen,or other personnel,shall not climb on the insulators at any time. 7-37 7.4.3 -4.2.16° Suspension or deadend hardware assemblies shall be as- sembled as indicated on the drawings. Substitution of conponents from unlike assemblies with differing load capacities shall not be permitted.How- ever,if for example,a shackle of a higher rated strength is to be substituted for a lower rated strength shackle, approval by the Construction Manager may be given after review. Items which carry cotter key fastenings shall be installed so that the key is visible from the pole.On bolts or pins with longitudinal axis in a vertical position the cotter key fastenings shall be installed on the bottom. All cotter pins installed by the manufacturer shall be inspected. Missing cotter pins shall be replaced by cotter pins of the same type,size,and material. Any hardware with defects of any kind shall not be in- stalled.All hardware which is to be installed shall be free of burrs,mars,or blemishes.All hardware shall be free of dirt,or grease,or other contamination. Insulator strings and hardware assemblies when attached to the tower shall hang in such a position as to prevent excessive collection of water in the insulator skirts. When installed,care shall be taken to prevent the insula- tors or hardware from hitting against the tower causing possible damage to the insulators. Shield Wire:Handling,Stringing,and Installation 4.3.1 24.3.2 24.3.3 .4.3.4 The shield wire is 3/8 inch (0.36005")extra high strength (EHS)galvanized steel,7 strand wire,weighing approxi-mately 273 pounds per 1000 feet (0.273 lbs/foot).Theratedbreakingstrengthoftheshieldwireis15,400 lbs. The shield wire may be shipped on metal or export quality wooden reels and will contain approximately 7500 ft.per reel.Cable is to be shipped on reels of matched cutting lengths. The Contractor shall install the shield wires in accord- ance with the drawings and provisions. The shield wire is to be carefully handled and protected during all phases of the line work. 7-38 4.4 Pptes)nnDamaged shield wire shall not be installed and shall be removed from the reel before stringing operations. Particular care shall be taken to insure that the wires or strands co not become kinked,twisted,or abraded in any manner. The shield wire shall be strung before the phase conduc- tors are strung,and by the controlled-tension method to assure that the ground wires will never touch or be dragged along the grcund.The type of equipment,methocs, and limitations used for the handling and stringing the overhead shield wires shall be the same as for the con- cuctors. The stringing sheave shall have a bottom groove diameter of not less than eight (8)inches. The method proposed by the Contractor for stringing the shield wire shall be reviewed by the Construction Manager prior to commencement of stringing. Sagging and clipping-in of the shield wire shall be done in a manner similar to that specified herein for the conductors and may be done at the same time as this work is being done on the phase conductors,provided that Contractor's method of stringing phase conductors does not cause excessive deflection of the tower,as judged by the Construction Manager,when the conductor running board passes throuch the sheaves. During the stringing and sagging operations,the shield wire shall be grounded as specified in Article 7.14.3, Safety Grounding. Phase Conductors:Handling,Stringing,and Installation 4.4.1 4.4.2 24.4.4 The transmission line will be three phase,twin bundle for a total of six (6)conductors.Horizontal spacing between conductors of same phase is eighteen (18)inches. Each conductor is 954 KCMil 45/7 ACSR,"RAIL,"weighing 1075 lbs per 1000 feet (1.0754 Ibs/foot),1.165 inch diameter.The rated breaking strength of the conductor is 25,900 lbs. The conductor shall be shipped on metal reels,each containing approximately 7500 feet per reel.Cable is to be shipped on reels of matched lengths. The Contractor shall use reels which have been matched for equal length at each conductor site and for each phase. 7-39 7.4.4.5 7.4.4.6 7.4.4.7 The Contractor shall return to the Owner,at points desig- nated by the Construction Manager,all empty cable reels _and shall load and unload such reels onto or off of the transporting vehicle for shipment when so directed.If, in the opinion of the Construction Manager,a random length of conductor remaining on any reel can be handled and stored on ancther reel,the Contractor shall,when so directed,remove the conductor from the reel and store on another reel with a suitable weatherproof tag securely attached thereto showing the size of conductor,manu- facturer and approximate length.Several lengths may be wound on one reel but the position cf each length on the reel shall be noted on the tag.Each layer shall be separated with shipping paper similar to the way it was received from the manufacturer. The conductor shall be strung by the controlled-tension method.The method of controlled-tension stringing proposed by the Contractor and the equipment to be used are subject to review by the Construction Manager who shall have the right to reject or to order modifications if,in his opinion,the desired results could not be attained using the Contractor's proposed method or equip- ment.Such action by the Construction Manager does not relieve the Contractor cf full responsibility for produc- ing a complete,acceptable transmission line.Any pro- cedure used during the stringing operations which will damage the conductor in any way will not be permitted.If the conductors are damaged in the Contractor's operations, he shall replace the damaged sections at no expense to the Owner and be liable for the cost of the conductor so damaged. The tension stringing equipment shall be of the double bullwheel type with a 42 inch minimum diameter bottom of groove on each bullwheel and shall have a minimum capacity of five turns of the conductor over the bullwheel.The grooves shall be lined with neoprene or other approved liner.The minimum thickness of the liner shall be 1/4 inch.The bullwheel groove diameter shall be between 1-1/2 inches and 1-3/4 inches.Brakes on the tensioners shall be designed so that the desired tension will be held as 'long as the brakes are left at the setting.Heat from the brakes shall not be transmitted to the conductor.The conductor reels shall be stationary with provision for braking to prevent overrunning of the reels.V-notch grooves will]not be permitted. The stringing sheaves shall be equipped with high quality ball or roller bearings with adequate provision for Jubrication.The sheave diameter at the bottom of the conductor groove shall be not less than 18 inches with atleasta2inchsroovedepth.The radius of the grooveshallbeatleast.75 inches and not more than .85 inches, 7-40 7.4.4.8 7.4.4.9 7.4.4.10 7.4.4.11 7.4.4.12 7.4.4.13 7.4.4.14 and the sides of the groove shall flare at least 15 degrees from the vertical.The conductor groove shall be suitably lined with neoprene or other approved naterial. The sheave shall be so designed and used that the pulling line does not damage the sheaves or deposit foreign matter on the conductor,or cause foreign matter to be deposited on the conductor.The selecticn of sheaves or stringing blocks will be reviewed in detail by the Construction Manager. The Contractor shall inspect the sheaves daily for free and easy movement in the blocks during stringing and sagging operations.The running board for connecting the two conductors to the pulling line shall be of a balanced desian to transmit the pulling forces to the conductors during stringing.The running board shall be designed so that it will guide the conductors into the sheave grooves and pass through the conductor stringing blocks without imposing excessive strain or shock to the block or struc- ture and without causing excessive angular deflection of the insulator strings. The pulling lines shall be of a suitable non-rotating or antispin cesign (or approved equal)with proper strength characteristics for the application that coordinates with and works wel]with the type of pulling equipment used for the project. All reels should be inspected in the field prior to installation.Reels showing signs of careless or unuSsu- ally rough handling,such as split frames or crushed outer protective lagging,should be inspected carefully for conductor abrasion,crushing,and kinking. Preparatory to unreeling a conductor from the reel,the outer protective lagging should be removed carefully,and all surfaces in contact with the running conductor should be examined for protruding projections which might damage the conductor. Care should be taken to assure that no dirt is carried by conductors from the cable reels.Reels shall be properly cleaned before starting stringing cperations of any line section. Spreader bars shall be used when lifting or lowering thereels.Loaded or partially loaded reels shall not be dropped or rolled under any circumstances. The maximum pulling tension shall not exceed the saggingtensionsasshownonthesegcharts,and the cable pullers tensioners,pulling lines,stringing blocks and runningboardsshallhaveanadequatemarginofcapabilityoverthistension.The conductor reels,tensioners,and 7-41 7.4.4.15 7.4.4.16 7.4.4.17 7.4.4.18 7.4.4.19 7.4.4.20 7.4.4.21 7.4.4.22 pulling machines shall be located preferably as near to midspan as possible,but in no case shall the slope of the conductor between the machine and the stringing block at the first tower be steeper than four horizontal to one vertical. When it is necessary to slack the conductor at any time during the stringing operation,it shall be dcre with the approval of the Construction Manager.Rigid plank guards or lagging,or a combination of both shall be used to prevent damage.Lagging shall consist of non-metallic material which will not damage the conductor and shall be rigid so that it will not be displaced by the motion of the conductor.It shall be free of any insoluble mate- rial,such as pitch,which can be transferred to the con- ductor. Sections of the conductor damaged by application of gripping attachments or any other way during stringing shall be removed before the conductor is sagged in place. The conductor repairs shall be done as outlined in Article 7.4.9. All stringing operations must be conducted so that at no time will any structure be subjected to loads exceedingthoseshownonthepictorialloadingdrawings.(Drawing No.2005 Sheets 2,4,6,8,10,12,14,16,18 and 22.) Deadend structures which do not have permanent guys will require temporary guying to control deflections that will] affect the sagging operations. The tension in the conductor during the stringing shall be maintained as constant as practicable.The sag in each conductor must be maintained at least 20 percent greater than its sagging value specified in sag charts,and the maximum pulling tension shall never exceed the sagging tensions.At no time will the conductor be allowed to touch the ground. During stringing operations,if the conductor is un- attended,it shall be freely suspended between stringing sheaves so as to provide a safe clear distance over ground -or obstructions. Height of conductor above ground or other obstacle during stringing operation shall be a minimum of 9 feet. It is recommended that the stringing tensions be near the maximum permissive.Immediately after completing string-ing of a section of the line,the tensions shall beincreasedtothemaximumpermittedstringingvalues. The conductor shall be pulled directly through the ten- sioner bullwheels and into the stringing blocks without 7-42 23 24 4.25 26 27 .28 .29 30 31 touching the ground.The conductor shall never be allowed to touch the ground. Particular care shall be taken at all times to insure that the conductor does not become kinked,twisted,abraded or damaged,or that foreign matter is not deposited on it in any manner. Minor nicks cr other damage shall be cleaned and smoothed by rubbing with suitable emery cloth. The two conductors in any one phase buncle shall be strung simuitaneously by means of a running board.The middlephasebundleshallbestrungfirstandifthethreephases are strung simultaneously,the middle phase shall pass through the stringing block at least 50 feet in advance of either of the outside phases and the outside phases shall have a minimum of 25 feet difference in lead passing through the stringing blocks. In order that the two conductors in a bundle have the same initial characteristics as far as possible and to reach and maintain the same sag after being loaded,the conduc- tors shall be taken from two reels matched by the supplier and so marked.Two conauctors shall start and end approx- imately at the same points of the line. Following stringing,sufficient measures shall be taken to prevent the sub-conductors of the bundle from contacting each other. Stringing operations shall be planned to keep waste to a minimum.A plan for reducing conductor wastage shall be submitted to the Construction Manager for review and approval prior to stringing operations. Lengths of conductor less than 300 feet are scrap lengths and shall not be spliced into the line without the ap- proval of the Construction Manager.Jumpers shall be cut only from scrap lengths unless ctherwise permitted,by the Construction Manager. After being pulled into the sheaves,the cable shall not be allowed to hang in the stringing blocks for more than 24 hours before being pulled to the specified sag.The conductors shell be sagged in accordance with sag charts and sag corrections on the basis of initial sag,as furnished by the Engineer.The exact value of proper sagforagivenspanlengthatagiventemperaturecanbeascertainedfromtheappropriatetableorbylinear interpolation cf data. All conductors shall be pulled to the proper sag for the temperature at which the sagging operation is performed. 7-43 7.4.4.32 7.4.4.33 7.4.4.34 7.4.4,.35 7.4.4.36 7.4.4.37 7.4.4.38 Sagging operations shall not be carried on when,in the opinion of the Construction Manager,wind or other adverse conditions prevent satisfactory sagging. Conductor temperature shall be checked by an accurate thermometer.A two foot length of core shall be pulled from a six foot length of the conductor and the thermom- eter inserted into the space vacated by the core,with the bulb located near the middle third of the conductor. Friction tape may be applied adjacent to the end of the concuctor to keep the stranding in place.The six foot length of the conductor shall be placed in full sun at least 12 feet above ground for a minimum period of 15 minutes.The temperature read under these conditions shall be used as sagging temperature. The length of the conductor sagged in one operation shall be limited to the length that can be sagged satisfacto- rily,usually not exceeding 15,000 feet. The sags shall be measured by means.of the transit or other approved methods.The Contractor shall provide at least two saggers to measure the correct sag for pulls up to five spans,three saggers for six to ten spans and four saggers for eleven spans or more.The sags shall be checked'for several spans in each sagging section by selecting one near each end and one in the center.The total number of spans to be checked shall be not less than two in a four-span section,three for a section up to a mile and in proportion for a longer section. The sag of all exceptionally long spans in the sagging section shall be checked and at sharp vertical angles spans shall be checked on the sheave for equality of tension on both sides. After the bundles have been pulled to the required sag, intermediate spans shall be checked to determine whether the sags are correct. A tolerance in sag of plus or minus three inches in either direction (up or down)will be permitted,proviced that all bundles in the same span assume the same sag and the necessary ground clearances are obtained;provided fur- ther,that the conductor tension between successive sagging cperations is equalized so that the suspensioninsulatorassemblieswillassumetheverticalposition when the bundle is clipped in. The allowable tolerance between each conductor meking up one bundle,before spacers are installed,shall be not more than one inch from its proper sag position relative to the other. 7-44 7.4.4.39 7.4.4.40 7.4.4.4] 7.4.4.42 7.4.4.43 7.4.4.44 7.4.4.45 The sagging of a successive sub-section of the line may be initiated only after the sagging of all ccnductors and shield wires in the preceding sub-section have been completed,and the conductors and shield wires have been clipped-in to at least the last structure of the sagged subsection. Before and during the sagging of the next subsection,a determination should be made that the sag in the previous subsection has net changed.One method of doing this is by the transit and target method.A transit and target can be established on two opposite towers and positioned on a line of sight tangent to the sag of the conductor in the next to the last span in the previous subsection. Monitoring this line of sight will determine if the sag in the previously sagged section has been altered before or during the subsequent sagging operation. At the end of each pull,the conductor shall be dead-ended on its permanent hardware and insulators,and the running end of the pull shall be snubbed by an approved method to a Suitable anchor. When sagging conductor lengths cover more than three spans,the sag shall be checked at or near each end span and at or near the middie span of the length being sagged. The length of the spans used for checking shall be as nearly equal to the ruling span as practicable. After the conductors in the spans used for the determina- tion of correct sag have been pulled to the correct tension,aS many successive spans as can be observed from the instrument positions shall be examined for uniformity of sag. Log books shall be maintained to record all conductor installation data and chronological progress of sagging operations.The temperature,spans,towers,general weather,wind velocity and direction,sags,tensions and drawing reference shall be recorded for each section of conductor as it is being installed,tensioned and sagged. hen at all possible,sag and tension operations shall be performed when wind velocity is at or near zero.. Radio communication shall be used to relay information and instructions between the conductor pay out station, intermediate sag check points,mobile stations,and the pulling station at all times during a stringing-tensioningoperation.A failure of communication at the pullingstationwillrequireimmediatecessationofconductor pulling operations. 7-45 7.4.5 Temporary Snubs” 7.4.5.1 7.4.5.2 7.4.5.3 When temporary intermediate dead-ends and snubs ere used, they shall be of suitable type and of sufficient strength to hold the cables without putting undue stress on adja- cent towers. Temporary snubs shall be used between a section previously sagcec and clipped-in and the section being sagged. Dead-ending or snubbing will not be permitted on any towers except dead end towers at the normal point of conductor attachment.Conductor shall not be used di- rectly or indirectly for snubbing of a completed sag. The general requirements for installation of the temporary anchors are as follows: 7.4.5.3.1 The angle formed by conductors and shield wires to the horizontal shall not exceed 14°.(1 vertical to 4 horizontal.) 7.4.5.3.2 The anchors shall be aligned in the direction of stringing. 7.4.5.3.3 The anchors and their accessories shall withstand the maximum conductor tensions with a factor of safety two. 7.4.6 Conductor and Shield Wire Clipping-In 7.4.6.1 7.4.6.2 7.4.6.3 7.4.6.4 7.4.6.5 7.4.6.6 After being sagged,the conductor shall lie in the string- ing blocks for at least two hours before being clipped in. The total time which the cable is allowed to remain in the stringing block before being clipped in shall not exceed 96 hours unless written approval is obtained from the Construction Manager. The two cables in any one phase bundle shall be sagged simultaneously and all shall be clipped in on the same day. Clipping-in marks shall be the plumb-marks made on the cables in the vertical plane through the transverse centerline of the tower.Clipping offsets,when required, shall be measured from the plumb-mark on the subconduc- tors. Only paint,crayon,or wax pencil shall be used for marks on conductors. All conductor marking in the section being sagged shall beaccomplishedwhiletheconductorsareinthesheavesand before clipping-in or dead-ending is begun. 7-46 7.4.7 7.4.8 7.4.6.7 7.4.6.8 7.4.6.9 7.4.6.10 7.4.6.11 7.4.6.12 Where suspension clamps should be offset,clipping offset and sag correction data will be furnished by the Engineer. At all suspension or strain structures,the conductors shall be attached to the insulator assemblies by suspen- sion clamps and compression or bolted dead ends as shown on drawings. The torque applied on bolts shall be in conformance with the recommendation of the manufacturer. The insulator suspension strings shall be adjusted to hang in a vertical plane through the transverse axis of the tewer. Yoke plates for Vee string insulators shall be installed as shown on the drawings and shall hang at 90 degrees to the conductor axis within +1 inch in level country,or +3 inches where offset clipping is required. Well padded pull-lift hooks or other approved methods shall be used in handling conductor during clipping operations. Double Socking 7.4.7.1 7.4.7.2. 7.4.7.5 Double socking will be permitted,but permanent splices shall not be pulled through a sheave or the bullwheels. Two reel lengths of conductor may be pulled into the sheaves using approved swivels and grips to make the connections between reel lengths. Grips or kellems that pass through the sheaves shall not damage the lining cf the sheaves or of the bullwheels. Portions of the conductor damaged by the application of the gripping or kellem attachments shall be removed before the conductors are spliced or sagged in place. Where possible,partial or double sock reels will be from the same set for each phase. Joints or Splices 7.4.8.1 7.4.8.2 All joints or splices in the phase conductors and overhead ground wires shall be made with compression type fittingsinaccordancewiththerecommendationscfthesplice manufacturer. The Contractor shall furnish all full tension joints or splices for the shield wire and conductor.All fulltensionsplicesshallbeofthecompressiontype 7-47 7.4.8.3 7.4.8.4 7.4.8.5 7.4.8.6 7.4.8.7 7.4.8.8 7.4.8.9 7.4.8.10 (hydraulic or implosive)and installed in accordance with manufacturer's standards and recommendations. The conductor shall seat fully into the splice.Care shall be taken that the conductor halves are inserted equally into the splice and that the splice is centered over the two ends. Excess filler compound shall be wiped from splices and dead-ends. All splices shall be made at least 50 feet away from structures and no splices shell be made in dead-end spans or spans crossing over important highways,railroads,or other public utility lines unless approved by the Con- struction Marager. All phase conductors may be spliced in the same span,but each splice shall be at least 5 feet from a splice in the adjacent conductor of the same bundle unless express permission is obtained from the Construction Manager. Only one splice or compression joint per conductor per bundle will be allowed in the same span unless otherwise approved by the Construction Manager. Conductor shall be laid out straight for a distance of 50 feet and straightened at the end before preparation of the ends for splicing or dead-ending.The ends of the con- ductor shall be thoroughly cleaned immediately prior to compressing.After the compression has been completed, al]corners,sharp projections and indentations shall be carefully rounded and smoothed,and tape residue and filler paste removed from splice and conductor.If the completed splice requires straightening,it shall be straightened on a wood block by use of a wood maul. Splicing,dead-ending and repair of damaged conductor shal]be done in the presence of the Contractor's Quality Control personnel. If the completed splice or dead-end is not satisfactory, in the opinion of the Contractor's Quality Control per- sonnel or Construction Manager,it shall be removed by cutting the conductor,and a new splice or dead-end shall be properly installed. 7.4.9 Repair of Conductor and Shield Wire 7.4.9.1 The Contractor shall be required to repair any damage to the conductor or shield wire.Damage is defined as any deformity on the surface of the conductor which can bedetectedbyeyeorbyfeelandshallberepairedin accordance with the following: 1.Repair by manual polishing 2.Installation of compression joints 7-48 7.4.9.2 7.4.5.3 7.4.9.4 7.4.9.5 3.Replacement with new conductor or shield wire Slight damage such as superficial scratches or abrasions, where not more than three strancs are damaged not more than a depth of cne-third the strand diameter,can be repaired by dressing with a fine emery cloth. Severe damages of extent greater than described in Para- graph 7.4.9.2 shall be repaired by replacing the damaged length of the cable using compression full tension joints. When there is repeated damage in the same span or in consecutive spans,the Construction Manager may require all conductor in these spans to be replaced. In the case where signs of corrosion of the conductor or shield wire are detected before or during the stringing cperation,the reels containing corroded ccnductors shall be separated,the operation shall be interrupted and the Construction Manager shall be advised immediately. 7.4.10 Jumpers and Jumper Connections 7.4.10.1 7.4.10.2 Jumpers shall be one continuous piece,and compression- type jumper terminals bolted to the compression-type dead-ends shall be used. At overhead shield wire dead-ends with bolted strain clamps,sufficient length of wire to form the jumper loop _to clear the tower shall be allowed.Compression joints shall be used for connections. 7.4.11 Spacers,Dampers,and Armor Rod 7.4.11.1 7.4.11.2 7.4.11.3 The two subconductors of each phase shall be secured to each other by means of spacers installed strictly in accordance with drawings,furnished installation data,and manufacturer's recommendations. The intervals,measured along the length of the conductors,at which spacers are installec shall be as shown on the Conductor Stringing Information Sheets with tolerances not more than +5 feet.Spacings shall be provided by the Engineer. Cable cars used for installing spacers shall be equipped with an odometer which shall run on one conductor and indicate distances in feet.The odometer shal?be set in such a manner as to give the distance from the centerlineofsuspensionclampandtheeyeofadead-end connection to all cable car positions along the span. 7-49 7.4.12 7.4.13 11.5 -11.6 -11.7 11.8 Spacers shall be installed in a span only after that span has been dead-ended and clipped in.The installation of spacers shall be completed in each section within 48 hours after the subccnductors have been clipped in. Distorted shape or positioning of the spacers will be considered an unsatisfactory installation and shall be corrected or replaced. Stockbridge dampers shall be installed on the conductor at the locaticns adjacent to structures as called for on the drawings or manufacturer's recommendations.Dampers shall be fastened securely so they will hang in a vertical plane beneath the conductor and the Contractor shall ascertain that the drain holes are open after the dampers are attached. Spiral vibration dampers shall be installed on the shield wires as called for on the drawings,and in accordance with the manufacturer's recommenaations. Armor rod shall be installed per the manufacturer's recommendations. Marker Balls 12.1 Aerial marker balls shall be installed on the shield wire as called for on the drawings.(Drawing No.2000 Sheets 1 -6.)The marker balls will be 24 inches in diameter and will attach to the shield wire with spiral armor rods. 'Exact spans requiring marker balls will be determined by the Engineer and the spacing of the balls will be deter- mined by the Engineer prior to crossing the spans. Safety Grounding -13.1 .13.2 13.3 13.4 Unless adequate grounding measures are used,excessive and hazardous voltages may be induced in the pulling cable or trailing conductor. Special attention is called to the "National Electrical Safety Code,"and the Authority's Safety Manual,which shall be observed. The electrical grounds shall be placed at both ends of the transmission line or section of the line under work and at such intervals along the line as specified herein,or as the Construction Manager may direct.The grounding setsinstalledatbothendsofthelineorsectionofline shall remain in place until the completion of the work. All grounds furnished and placed for protection shall beclearlyvisibleforinspectionandshallbeflaggedbyuseofaredclothplacedinaconspicuousplaceonthe 7-50 7.4.13.5 7.4.13.6 7.4.13.7 7.4.13.8 7.4.13.9 7.4.13.10 7.4.13.11 conductor or other location at the point of grounding. The location of all grounds shall be repurted to the Construction Manager.All.grounds shall be removed as soon as they are no longer needed for protection. All pulling and tensioning equipment shall be effectively grounded with approved-type driven grounds securely attached to the equipment.At least two driven grounds shall be used at both the pulling and tensioning setup and at splicing locations.Additionally,al]conductive parts of the tensioning or pulling setup and equipment shall be operated from an insulated platform and barricades shall be installed. A moving-type ground shall be installed within 6 meters of the reel and tensioning setup to constantly ground each subconductor and overhead ground wire. During stringing operations,each overhead ground wire and subconductor shall be grounded at the first tower adjacent to both the tensioning and pulling setup.Such grounding shall be achieved by the use of unlined or with certified conductive lining stringing blocks connected to the tower by approved-type ground leads.The ground leads shall be connectea to the tower with approved-type tower ground and removed by the use of a hot stick. If a conductcr is going to be cut,spliced or compressed to dead-end assemblies and worked on from the ground level,ground sets at the first structure on each side of 'the worksite shall be placed,and the continuity of the conductor,using temporary jumpers,shall be provided. Installation and removal of temporary jumpers at any time the conductor is not continuous should be performed by hot-stick methods. An approved-type driven ground rod shall be located at each side and within 10 feet of working area where conductors or overhead ground wires are being compressed to dead-end assemblies or are being spliced at ground level.The two ends to be spliced shall be effectively - bonded together prior to and during splicing operation. Splicing and compression operations at dead-end assemblies shall be carried out on either an insulated platform or on a conductive metallic grounding mat bended to beth driven grounds. All conductors and overhead ground wires shall be bonded to the tcwer with approved-type tower grounds at any isolated tower where it may be necessary to complete work. Work on dead-end towers shall require grounding on both sides of the tower.Grounds may be removed as soon as the work is complete,providing the line is not left open 7-51 7.4.13.12 7.4.13.13 circuited at the isolated tower at which work is being completed. Clipping crews and all others working on the conductive pulling lines,isolated conductors,or cverhead ground wires shall be protected by individual hot stick clamp- type grounds installed at every work location. Personal protective grounds cannot be relied upon to provide complete protection to a line crew from a direct lightning strike or from a nearby strike that occurs within line of sight. NOTE: When lightning strikes a line (i.e.,tower,overhead ground wire or conductor)most of the strike is discharged to earth in the immediate area,but voltage surges travel along all conductors in each direction from the point of strike.When lightning strikes near a line,voltage surges are induced into the line conductors and travel up and down the line as in a direct strike on the line. Personal protective grounds will normally provide protec- tion to linemen and groundmen against these voltage surges due to lightning when the strike is over the horizon or beyond the line of sight.The exact distance cannot be safely predicted. 7.4.14 Approved-Type Grounding Materia] 7.4.14.1 7.4.14.2 7.4.14.3 7.4.14.4 7.4.14.5 7.4.14.6 Approved-type moving grounds shall be such as to exert constant pressure on the conductor or overhead ground wire,and the contact rollers shall be with permanently lubricated-type bearings. Moving-type grounds shall be installed so as not to exceed l ohn resistance as measured between the conductor oroverheadgroundwireandthepointofattachmentofthe ground lead to the tower or driven ground rod. Approved-type driven ground rods shall be a 5/8-inch Giameter or greater copperweld or galvanized-steel rod or 'equivalent.Ground rods shall be driven into ground a minimum of 8 feet. Approved-type tower grounds shall be hot stick,clamp-typegrounds,bonded to the tower with a flexible ground lead. Approved-type ground leads shall be No.1 AWG copperequivalentorlarger,bare aluminum or white or yellow plastic covered wire. Approved-type insulated platforms shall be constructed ofa2-inch nominal dimension lumber supported on 4-inch 7-52 7.4.14.7 nominal dimension sills,or of materials of equivalent insulation. All herein specified provisions shall not prevent in- stalling as many additional grounds as deemed necessary for the protection cf workmen against static and acci-déntal contacts with foreign circuits.Alternate pre- cautionary measures offering equal or greater protection, may be considered,, 7.4.15 General Safety Precautions 7.4.15.1 Prior to initiation of the stringing in any section of the line,the following shall be insured: 7.4.15.1.1 The installation of all towers within a respec- tive section of the line are satisfactorily completed. 7.4.15.1.2 There is no doubt that the stringing loads will not surpass the design load for any of the towers. 7.4.15.1.3 In the event that there is a possibility that a tower may be subjected to stringing loads which could exceed the design loads,temporary rein- forcement of the tower shall be provided. 7.4.15.1.4 The stringing and sagging operation is so programmed that no sudden loads will be applied on towers. 7.4.16 Hotline and Other Crossings 7.4.16.1 7.4.16.2 7.4.16.3 Whenever any power line,communication line,highway,or railroad is to be crossed,the Construction Manager and the Owners shall be notified in advance and all temporary changes shall be prearranged. Hotline crossings are considered critical and will require the greatest attention to detail.All safety procedureswillbestrictlyadheredtoduringthestringineand clipping operations during the hotline crossing.Trans- mission lines and communication lines that are not ener- gized will be treated as if they are energized and thecrossingwillbeccnsideredasahotlinecrossing. The Contractor shall submit to the Construction Manager for his review and approval a detailed stringing plan forallhotlinecrossingsatleastfour(4)weeks prior to the crossing.This plan will include and detail proceduresforsafety,stringing,sagging,clipping,spacing,dead- ending,grounding,and communication clearances. 7-53 7.4.17 7.4.18 16.4 16.5 .16.6 16.7 .16.8 .16.9 If during the hotline crossing,the Construction Manager, in his opinion,deems that the hotline crossing deviated from the submitted plan in an unsafe or otherwise un- satisfactory way,the work will be halted until the Con- struction Manager is convinced that the work can proceed in a safe and orderly and professional manner. If during the hotline crossing,it is necessary to in- crease the outage time for the existing line as a result of inefficient or unsatisfactory work on the part of the Contractor,the cost of the prolonged outage will be at the Contractor's expense. All lines which are de-energized for crossing shall be short-circuited and grounded at the site of the crossing. Guard structures shall be provided at any crossing,as required for the protection of the conductor,line,road, structure or feature being crossed,and as required by the Owner or Authorities. Guard structures shall be of sufficient strength and stability to withstand the stresses to which they may be subjected.They shall be of the type of construction and of the material necessary to prevent damage to the con- ductor and to the feature being crossed. As soon as a guard structure has served its purpose,it shall be moved and completely disposed of and all holes shall be backfilled. Adverse Atmospheric Conditions 217.1 17.2 All pulling and stringing operations should cease when wind velocities are such as to cause conductors to deflect more than 5 feet at midspan from the normal no-wind position. The work shall not be performed while there is any indica- tion of lightning activity in the area. Clean Up 18.1 After work and before the Contractor leaves the immediate area,he shall insure that the work area is cleaned of all foreign waste as a result of the stringing operations.All conductor reels,boxes,waste conductor or broken insulators,or any other discarded material will beremovedfromtheline.Disposal of such material will be the responsibility of the Contractor and will be done inaccordancewithStatepermitsandregulationsgoverning disposal of solid waste or with directions of the Con- struction Manager. 7-54 7.4.18.2 All snub sites will be smoothed and restored to their original condition. 7.4.18.3 The Authority will reserve the right to withhold partial payment for any completed section of the Intertie until the line is free of all debris left over from the construction operations and the snubs sites have been restored to a satisfactory condition. 7-55 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE _._SECTION 8.0 DRAWING LIST ih ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION &.0 -DRAWING LIST 8.1 DRAWING LIST 8-1 ALASKA POWER AUTHORITY CONSTRUCTION:CONTRACT NQ.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE 8.1 DRAWING LIST TITLE NUMBER SHEET Title Sheet 2000-2 1 Rev.1 Key Plan 2000 1-6 Rev.1 Construction List 2001 1,27-31, 37-39,43-45 Plan and Profile 2002 102-177 Foundation Type "A"Tower Pile 2003 1 Rev.A Type "A"Tower Rock 2003 2 Rev.A Type "B"Tower Pile 2003 3 Rev.A Type "B"Tower Reck | 2003 4 Rev.A Type "C"Tower Pile 2003 5 Rev.A Type "C"Tower Rock 2003 6 Rev.A Type "D"Tower Pile 2063 7 Rev.A Type "D"Tower Rock 2003 8 Rev.A Type "E"Tower Pile .2003 Q Rev.A Type "E"Tower Rock 2003 10 Rev.A Type "F"Tower Pile 2003 11 Rev.A Type "F"Tower Rock 2003 12 Rev.A Type "SA"Tower Rock 2003 13 Rev.A Type "SB"Tower Rock (Also for Type "SE").2003 14 Rev.A Type "SC"Tower Reck 2003 15 Rev.A Type "SD"Tower Rock 2003 16 Rev.A 8-2 TITLE Type "HA"Tower Pile Type "HA"Tower Rock Grounding Structures Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type Type nq ops ug" Hg" Hen nc Wp" Hp! ug ngs ug ngs asa sae nsge sg sca sc" nso" Asp" one HAY Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Tower Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading Concept Loading 8-3 NUMBER 2003 2003 2004 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2005 2605 2005 2005 2005 2005 2005 2005 SHEET 17 Rev.A 18 Rev.A ]nowoF&FWL TITLE Type "SE"Tower Concept Type "SE"Tower Loading Type "SP"Tower Concept Type "SP"Tower Loading Guys Assemblies Application Hardware Conductor Shield Wire Signs Aerial Number Helicopter Landing Platform NOTE:Drawings listed are those which have been issued for bids. See Special Provisions,Article 6.7.3 for schedule of issue of "Approved for Construction Drawings." g-4 NUMBER 2005 2005 2005 2005 2006 2006 2007 2007 2010 2010 2013 SHEET "ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-S3-C-0016. TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE -SECTION 9.0 CONTRACTOR'S SUBMITTALS INCLUDED WITH BID 9.1] 9.2 9.3 9.4 9.5 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INDEX SECTION 9.0 -CONSTRUCTORS SUBMITTAL FURNISHED WITH BID BAR CHART SCHEDULE NARRATIVE EQUIPMENT SCHEDULE SUMMARY OF QUALIFICATIONS AND EXPERIENCE OF BIDDER LICENSES 9-1] 9.1 Bar Chart Schedule Activity Mobilization Clearing Test Boring Camps Access Roads Stagging Areas Pile Testing Foundations: Pile Rock Heliport Towers: Transport Assembly Erection hire Stringing: Shield Conductor Sayging Dead Ends Schedule Item # 1 twWWWann13,17 Clipping,Spacing, harning Balls Clean-up Inspection Dewobilization 13,18 19 Manpower 100 90 80 70 60 50 40 30 20 10 Mur Apr tay Jne Jul Aug Sep Oct Nov Tec Jan Feb Mar Apr May Jne Jul Aug Sep Oct Nov an)'en »Foc 4 hoa4=i eee' | :\|,-]| .1 , 4 \1 4 cH .|po,,' if |j po /_-4 an ,| '4 :Lyon|oo a -4 a |I |,+1 /1 i toot ( too i | eT IN ee|?:|:iy t 1 :i ;Nh 4 ----H4|'|_ .foi |va ''|.poy araPe|boy dG SSfo|\ij )|ie {aPiabalayWary)EE|a NS !ly,hi :.'i 1 !\VY ||' J j van |||("|''|| m4 |i |i LEGEND:Manpower - $Complete 1983 345 KV INTER-TIE CONTRACT #2 1984 Activity Duration} $Complete 100 90 80 70 50 40 30 20 10 9-2 Alaska Power Authority APA-83-R-0016 34SKV Inter-Tie Contract No.2 9.2 Narrative Item 1 Mobilization of a survey party and clearing crew to the south ;portion of the project on receipt of Notice to Proceed. 20 Test boring program. 3 Existing lodge facilities in the Cantwell area will be utilized while building a permanent camp and project office at the designated camp area. 4 When the camp is ready,foundation crews and equipment pertinent to these activities will be mobilized. 5 Pile test program. 6 With the conclusion of the pile test program the installation of piling foundations and anchors will start at PI77 on the south end of the project.Two pile drivers and two welding crews for this activity will be used.This operation will be supported by helicopters to haul men and materials to the various structure sites. 7 With the advent of warmer weather,late May,mobilization of rock foundation crews will begin. 8 All rock foundations will be completed by late sumer. 9 The structure at PI77 will be erected in early November,'this will be the only structure erection at this time. 10 By late November all foundations will be camplete.During the historically bad weather month's of December and January,crews will be scaled back to material handling and tower stagging. 11 Tower erection will begin in early February.Erection of "x" towers will be by use of a Sky crane capable of setting towers complete with all hardware and insulators in two lifts.A guidechutemethodwillbeused.We will erect the self supporting structures with a Boing 107 Vertol.With the use of a hydraulic ram affair we will load the slip-fit structures after they have been erected. oN WEWEERY >;9-3 345KV Inter-Tie Contract No. Narrative Page 2 Item 13 14 15 16 17 18 19 20 Cory WEWBERY RASA ee) 2 All conductor and shield wire reels will be transported from staging areas to the Right of Way at intervals of 30,000' or less,using the Vertol helicopter. The wire stringing operation will start on the south end of the project and work north. Shield wire stringing will begin by mid May 1984.This operation will be independent of the conductor stringing operation.This crew will string shield wire only to a point one set-up ahead of the conductor crew. Conductor stringing will start June 1,1984.The conductor crew will be eight (8)men,they will pull conductor only and snub. A sagging crew will be set-up,six to eight men,as soon as the first section of conductor has been pulled. A deadending crew will be set-up to do all deadending and to fill in during clipping,spacing,dampner,and traveler hanging operations. All clipping,spacing,dampner,warning balls,plumbing,final torquing,clean-up and traveler hanging will be done utilizing the shield wire,sagging and deadending crews. All snubs will 'be removed in the sunmer of 1984 so they can be cut off below ground level. Timing is of the utmost importance in the operations outlined. We have predicated our operational plan on being able to procurealloftheOwnerfurnishedmaterialsasnearthedatesoutlined in the bid domments as possible. 9-4 345KV Intertie Contract No.2 9.3 EQUIPMENT SCHEDULE Narrative Item Nbrs _Quantity Description 4,6,14 1 FN240 Nodwell Track carrier 4,6,14 2 FN160 Nodwell Track carrier 4,6,14 2 B-10 Bombardiers 4,6 1 PD &E Mod #88 Pile Driving unit 4,6 1 PD &E.Mod #770 Pile Driving unit 13 1 Pengo 3000#Puller 13 1 Pengo 3000%Tensioner 14 1 Pengo 12,000#Puller 14 1 Sherman-Riley 2-bundle 48"Hydro-tensio 13 to 19 135 Sherman-Riley 18"x 22"bundle traveler 13 to 19 90 Sherman-Riley 9"Helicopter Travelers All 4 3/4 ton 4 x 4 pickup All 3 1 ton 4 x 4 6-man crew cab All 1 GYC Astro tractor 4,5,6 1 25 ton Froehauf Lowboy All 1 40'Hobbs 5th wheel float 4,6,13 2 JD450C Cats 5,6,15 1 MFS500B Cat 6,14 1 All terrain 20 ton crane 5 1 966 Cat front end loader 4 2 40'Strict Van 10,11 1 Sky Crane Helicopter: Newerny 9-5ALASHA ee 34S5KV Intertie Contract No.2 Equipment Schedule Continued Narrative Item Nbrs Quantity Description All -2°ae 206B Bell Helicopters All 1 206L Bell Helicopter 8,13,14 1 205 Bell Helicopter Cy KEWBERY 9-6SSSAKA 9.4 SUMMARY OF QUALIFICATIONS AND EXPERIENCE OF BIDDER Susitna Constructors Harrison Westem Corp./Newbery Alaska,Inc.,J.V. 6800 Arctic Blvd Anchorage,Ak 99502 (907)349-6631 Telex 090-26484 Susitna Constructors is a Joint Venture entered into by Harrison Western Corporation,a Florida corporation and Newbery Alaska,Inc.,an Alaskan corporation.The Joint Venture was formed specifically to bid and contract for the Anchorage-Fairbanks 345KV Intertie projects. Newbery Alaska,Inc.is designated as the managing party of the Joint Venture and will have general charge and supervision over the timely and satisfactory performance of the contract. In general,all foundations and overhead construction will be performedbythisbidderwithtestprograms,helicopter service,clearing and camp accomodations to be subcontracted.: Attached is a list of this bidders previous experience in the last ten years in work of a similar nature and magnitude and a specific listing of all previous work prefommed in the State of Alaska. re?we &UNDERSROIT ';TRAST SSICN,DISTRISITION, ADOrDOximate ValueProveczOwnerinTnousands -Cnugach Electric Bssociation Distribution Facilities 196¢ Chugach Electric Association Distribution Facilities 1970 Chugach Electric Bssociation Substation Matanuska Electric Association Line Relocation Northern Lights Couplet Relocation Municipal Light &Power Project 1974-1 Denali Underground Cable Project 1975-5 115KV Transmission Line 5858 Alaska 1&4 Conver Valley Metanuska Electric tssociation Tesland to Anderson 115KV Conversion Teeland to Willow 115KV Trensmission 13@KV Line North Pole to Feirpanks 4/5 Alley-Vaults & Underground Dacts reconductor I3EKV O/H Transmission mY RIVeETRY ASRS "Association, Chugach Electric Bssociation,Inc. Chugach Electric Association,Inc. Chugach Electric Association,Inc. Matanuska Electric Association,Inc. Municipal Light & Power City of Anchorage Chugach Electric Association,Inc. Conver Valley Electric Association,Inc. Cavusach Electric Besociation,Inc. Matanuska Electric Association,Inc. Matanuska Electric Inc. Golden Valley Electric Bssociation,Inc. Manicipality of Anchorece ch ElectricUtaSeeoestion,Inc. 9-8 S$225 $1,200 $1,500 S 80 $44 $20 $335 $930 S 215 -$290 $1,600 $700 $520 $380 Type o: Contract Fimon Price Finn Price Firm Price Fin Price Unit Price Fim Price Unit Price Unit Price Unit Price *.Unit Price Unit Price Unit Price Fimn Price 'Fim Price ao'an PANSIESTON,DISTRIBUTION,&UNDFRGRDUND:{(cont.)| | ; hpproximate Value Type of Frovecy Owner In Thousands Contract 1980 Distribution Copper Valley Electric improvements Association,Inc.$2,131 Unit Pric Cable Temninals -Chugach Electric 'O/H to Submarine Association,Inc.S$1,885 Fionn Pric 230KV Transmission Chugach Electric , Line -6 MI/Fossil Creek Association,Inc.$2,265 .Unir Pric Sub 6-11 Municipality of Underground Tie Anchorage $210 Firm Pric Chugach Electric Chugach Electric 1981 Distribution Association,Inc.$600 Finn Fric Facilities Chugach Electric Chugach Electric °1982 Distribution Association,inc.$550 .Firm Pric Facilities Anchorage Municipal Municipal Light $3,000 Firm Pric Light &Power &Power 1982 Trenmsmission &Distribution Chugach Electric Chugach Electric $800 Fimm Pric Besociation Pt.MacKenzie ssociation,Inc. 230KV Substation Matanvske Electri Matanuska Electric S 100 .Unit Pric Zssociation Knik Resociation,inc. Subdivision Chusach Electric Chugach Electric $-"100 Firm Pric 2ssociation -Association,Inc.:- . Indian Line Relocate : Chugach Electric Chugach Electric 7 $7 110 Unit Pric Resociation Association,Inc.. 13EKV Line 9 omy KEWErRY 7 9-9 Project BP North Gathering Center 1 and 2 Phase 1 Auggeis Airfield Nav-Aids Phase2 1974 gas injection facilities ADD.S.F.-52-PRO Camp Construction at Glennallen/Tonsina Beluga Gas unit turbine #6 Marathon 0i1 Trading Bay RCA backbone cammunication system North Pole Refinery Gathering Centers 1,2&3 Pres ll BROO Crude oil oDing plant 11 BP Flare lines heat tracking . Kavik River nmmay lighting,snow strip Union O11 Co.Kenonod waterflood &rmeintenence fmocO Production Co. Esker,Dillion &cnshore platfomm continuing meintenance Snell O11 Cacpeny Platfomn A weter Fiood toe -°- TNOUSTRIAL/PETRO CHEMICAL Owner British Petroleut Cammany Amoco Production Caommany Standard Oil Co. of California Alveska Pipeline Service Company Chugach Electric Bssociation,Inc. Marathon O11 Co. Energy Co.of Alaska B.P.Alaska ARCO B.P.Aléeska Amoco Production Co. Union Oil Co.”- Bioco Production Co. Snell O11 Co. ADvroximate Value In Tnousands Type of Contract Cost Percentage Cost Percentage Finn Cost t Percentage Finn Cost Percentage os 7 Percentage Firm Cest Percentage Cost Dp Percentage : Fim Cost Percentage Cost Fercentece plus fee plus fee Pric DNOUSTRIAL/PETRO CHEMMICAL (cont.) Project Kavik River runway lighting,pemmanent strip Tesoro Alaskan Refinery Gas detection system, Platromn A Industrial Air Products plant Cathodic protection Phillips dock/Tesoro loading facilities Cathodic protection Phase II Shell platform A Light diesel stripper Tesoro Alaskan rerinery Diesel fuel vour point additive.Tesoro Zlaska refinery Tesoro Alaska Anchorage prosucts temninal Pipe coating - plants-Suricote Shell platform A fire © Getection and alamn Owner Amoco Production Co. Tesoro Alaska Petroleum Corp. Shell Oil Co. Industrial Air Productions Co. Shell Oil Co. Tesoro Alaska Petroleum Corp. Shell Oil Co. Tesoro Alaska Petroleum Corp. Tesoro Alaske Petroleum Corp. Tesoro Alaska Petroleum Corp. Surfcote «=° Shell Oil Co. RTOCO Production Co. Alyeska Pipeline Approximate Value in Tnousands S 225 S 750 s 60 "s 250 S$125 S 60 $80 S 63 $28 S$.34, .$-900 $130, $224 Type ¢ Contre Cost } Percentage Firm3 -gd Prowect Abbott Loop School site lighting Eaqle River School site lighting Gulkana Rirport Lighting Girdwood School site lighting Airport Heights School site lighting Government Hill Scnool site lighting Kodiak High School Instructional material centers Southeast Alaska District highway caomlex Chugiak High School Bethel School Noorvik Ares Hign Scnool Kiana Area High School Mountain.Village School Blakanuk School ) Eniék School eC op ce .:S # INSTTTUTIONAL/STATE/FEDERAL >State of Alaska -, Owner State of Alaske State of Alaska State of Alaska State of Alaska State of Alaska State of Alaska State of Alaska Anchorage School District State of Alaska Anchorage School District State of Alaska State of Aleska State of Alaska State of Blaska State of Alaska State of Alaska tate of Bleska tate of Aleska Aporoximate Value In 'Tnousands uvunYeYHDHHYDHHNHHHeoed$150 $124 $138 $50 $128 $160 $295 $140 $230 380 Type of Contrac ;q5"FryPr. Pr. Firm Pr. Fr Pr Fion Fr ntFinn TISTITUTIOSL/STATE/EEDERAL (cont.)7" FrovectSSeed Japan Airlines Operations Potter to Dowling Road Project F-031-2 (13) Transportation Facilities Greater Anchorage Area Homer High Scnool Stevedore Facility Terminal #2 excansion Wesleyan Hosoital for Chronic Diseases Petersburg Airport Lighting Susitna Valley High School Kenai Mmicipal Airport Highway Lighting topics project Northwood School site ligntins woodland Park School site lighting,- West Ranig School site lighting . Owner Japan Airlines State of Alaska Greater Anchorage Area Borough State of Alaska City of Anchorage Weslevan State of Alaska State of Alaska City of Kenai State of Alaska Anchorege Scnool District Anchorege School District Anchorege School District ; Medical-Dental Arts Building _ 'Gulkana Airport . Bethel Courthouse Complex Cordova Civic Center Cy WKEYEERY ow tate of Alaska Approximate Value 'In Thousands $20 $60 $140 $300 $30 $80 $130 $280 S$94 $162 $143 $118 $174 $320 $65 $80 $90 $26 Type of Contract woneerss Fion Price Finn Price Finn Price Firm Price Firm Price Finom Price Finn Price Firm Price Firm Price Firm Price Firm Price Fim Price Fionn Price INSTITUTIGAL/STATE/FEDERAL (cont.) Approximate Value Type of Proiect Owner In Tnousands Contract barrow Office North Slope $240 Cost Plu Building Native Assoc.Percentage fe Deadnorse Airport State of Alaska $§1,100 Finn Pri lighting system : . Ridgeview Womens Facility State of Alaska $45 Fimm Pric Anchorage Convention Municipality of $1,700 Fimn Pric Center Ancnorage HEWEERY sw 9-14---we Project Atlantic Richfielé Buildine ttstein Warehouse 3880 C Street Office building ASHA 98 unit aparoment building Captain Cook Hotel tower Insurance Building First Federal Savings &loan Low income housing 80 units City Center Plaza Universal Motors Building PCA Generators Mosvles ”* i pncnorege Pioneers SKW Office Building rrinz Brau €7%wee . Co MERICAL Owner Atlantic Richfielé J.B.Gottstein @. Ben J.McComas Riley Piez Walter J.Hickel Hickel Investment Sth &K Campany First Federal Savings &Loan Alaska State Housing Authority R.L.Silberer ROA Alaska State of Alaska SKY,inc. Prinz Brau Teamsters Union - Johnson &Morgan Clinkerds Bickersta Fetts Approximate Value In Tnousands $960 $160 $65 $210 $416 $150 $195 $224 $238 $52 $182 S$463 5 7 10° $637 s 493 $32 Type Of Contrac Finn Pr Fion Fr Cost pl Fercentas Firm Fr Firm Fr Finn Fr Firm Pr Froiecz Jeamstrers Office Buildains Teamsters Recreation Facility-Fairbanks Auggies Restaurant National Electrical Contractors building 20 unit townhouse orm: KEWELEY Nery -"---= Owner Teamsters Union Teamsters Union Auggies National Electrical Contractors Assoc. Bethel Native Assoc. 9-16 Approximate Value In Tnousands S 560 S 430 S 130 S 38 $s 35 Type of Contract Firm Pr: Fion Pr: Fion Pr: Fimm Pr: Finn Fr: Proiect Fairbanks Traveler's Inn addition Cordova Civic Center S.A.Packers Cannery Peengineer and redo motor Service ang gear Owner Hickel Investment City of Cordova S.A.Packers Pacific Pearl Seafood Co.,inc. 9-17 Approximate Value Type of "In Tnousands Contract S 250 Finn Price s 90 Firm Price S 26 Cost plus f S 25 Firm Price HARRISON WESTERN CORPORATION CIVIL -MECHANICAL/ELECTRICAL PROJECTS Project Tyee Lake Hydroelectric Powernouse,Generator Installation Wrangell,AK Tyee Lake Hydroelectric Hvdroelectric Plant Wrangell,AK Approximate Values Owner In Tnousamdis Alaska Power Authority $17,000 Anchorage,AK Alaska Fower Authority $45,000 Anchorage,Ak . 9-18 Type of Contract Firm Price Firm Frice ee ee eS 9.5 LICENSES (ATTACHED) "YeeENT OF REVEL IL NBUSINESS LICENSE APPLICATION AHIER IAT SAR Or bee we oeTIONSLICENSEFEECANNOTPEFRE"Sa ath BL ASa O07)Wawel Lape hireeay DUCDATE-SANLIARY 3*tt - " .™ Smt APPROPRIATE BOD __ Tree T °BUSINESS IS im Om teenytemery ad ' RENT WA,.we lone | LAST VEAR'S BUSINESS LIC © 2/4/83 ae BA ae etdBle UCI NSE IS ty"Ow BUSINESS LI gansFERSAoL Ey Ua NE Ses7D (CHECK ONL:ALASKA ROSIDE NI NON-RCSIDENT Py Tee Sale BUSINESS IS O ws (CHECK ONE)INDIVIDUAL PARTNERSHIP CORPORATION LE FARE COMMISSIONER OF REVENUE MUST Bt NOTIFICD } wilrire (10)TEN DAYS WHEN A ] CHANGE IN BUSINESS OH Own.{DaTL OF MEMCmMeO CE RSHIP VANES PLACL 75>WILL bE ISSULD tw waMmet OF FEKSUN OF CORPORATION SHOWN IF PAPPMINILE,ANY NECESSAaNY COAAECTIONS TF bt ANS SHUIW waMtiSi OF PERSONS Wiin AwClALINTERLSTINTeteBUSINESSSHOWCOMPLETEFimmNamtANDMAILINGAD- if SvaAMIeCo ewkEWwW OWNER S.C.CODE (SEE LIST) 1730 CALENDAR YEAR 1983 Cems CU FFE Or wer sO EQ 061794 RALEMPLOYERS!.D NO.OR SOCIAL SECURITY NO CotSolaapr\ied y FAS)NAME(S)Harrison-westemm Corporation,Kewoer Aleska.Inc..a Joint Venture NSOSS WAME CURRENT CONTRACTION OR PROF.BOARD LICENSE NUMBEH (Anacn Copy)1}YOU ARL A PIS BUYER CONTRACTOR,AAO7S9U Const.Cont. OF ARE LICENSED BY A PAOFESSIONAL AA0S60 Elect.Adm.BOARD SEt INSTAUCTIONS ON BACY TDAYI IME FHUNE NO.OF OWNER OR CoNiactDESCRIBEYOURBUSINESS ACTIVITIES.PLEASE BE SPECIFIC.907-349-663] Electrical Construction Susitna Constructors iwG ADDRESS 6800 Arctic Boulevard unoer penaily of penury that this appucaiion is uve and completeRepresentati'ame Managing ParSiAtTzEZIPCODE Anchorage.Alaska 99502 Amounl Enclosed$25 -00Dare2/9/85 TION OF BUSINESS IF DIFFERENT FROM MAILING ADORESS Otuce Use Oniy SAME FEE $25.00 PENALTY &INTEREST S toTar $ tev 6°31) a ee a ae ed SS re aEPE EEO a pe ee eee ee ee. x =,en,ee ent fe ee beeen <=on ae x Ke =>aon TATE OF ALASKA DEPARTMENT OF COMMIACE AND ECONOMIZ DEVELDPUEKT Vite Sy loa ;DIVIZO®OF OCCUPATIONAL Lite he POUCKD AmEAU aAlanrd POOH , ' Se)!,CONSTKUCTYON CONTRACTORS.QE THIS CEATIFIEZ THAT AS PROVIDED BY LAW THE HEREON NAMED IS A LUICERSES IK CRAL COXTRACTOP.Llcensa Na.AA 9890 . £-.VV . ----=".NAKRISGH VESTERN COMPORATIOX. ,,120E QUAIL STREET -> --=LAKEWOOD»CO 80215 6 :. a ett te we |es .e .rr td ,:|. -ae es Cee Co genet me Day e. §30 83/07 2k BJ ;ye . ' : .O8 3407atvtoeereeeee>=--- -St mere nee ee me eee ene ee ee tee ee, ww we 7 =e -=--_c _o ee SO eT a Ty Ts TS A Bes MilaDEPARTHE'OF RE ENUE-STATE OF AL 3KA 1952==)ALASKA BUSINESS LICENSEBaciresTare3},TRE?(43 43.79) -ocr ng . 'FEE $25.09 Thr lo cartity that Sie Lcanees raed bets hea rade appiicaslon and paid the ee lo an Austha Bitiness UsersoowenngUwcereyeeJanuary3,tiet?,&Sereno:31,$e02,oF Eaotcn mec,by engage in Sunes. NIZZ OLEZEN :cs eA SRSEvies51_eo RSeHAmRKISCNKSIcokeCtesgwisM&F RISCN WSIN CORP : 12.B CudIt 31 geo "Thig Dress phat not ba taken aa pacrnistion to doDENVERcoEt22S7.bedinoss inthe Sru without iid cette atin the.Chat regslsctacin of (Ne Lies of De Burs of Anak oF.:oi the Grr Piet. pam Tre Lanag Roa be oot rat onc Sot ft Pt mtn,.-CORESSSIONEZR OF RZVE HUE-h_eee-.Oe ee ee eS PP pe aes ey oo.-------Py we ee ee wa ee 3 ee ca ease==SSeS"KEES DEPARTMENT OF REVENUE-STATE OF ALASKA...aOALASKABUSINESSEICENSEerwesate”€ypives December31,1822(A$£3.70)en .:oe oeFEE..$25.00.Doeee 7elowhesmece-azplice!ion end pei thefee tor:an Alaske Evsiness License,ion there},1o ereage in beSines,* Thi5 is to cerity ¢1 the Ticensee named bcoveringtheceengaryearwenuery1,1EE2,10 December 31,1S£2,or tect oe SL €21422 SIC 1730 "IG39°.NEKSERY ZK OIKC . ..Se -NEF SELEY AK INC ere oo.-| . 6E9G APCTIC StLVO ee 7 Toa This license shell not be tz.en zs permission to do-)ANCHORAGE ak 2 $9502 -.a ,°-business in the Stele without having complied with the-°op ;ciee requirements of the laws ct ine Sta te of Alesha or-oe”-the United Stztes.COMMISSIONER OF "REVENUE 5 ST SS OSS =+,sac acu Sasi DIVISIONOF OCCUPA HOWAL LICENSING,TOUCH Ds JUNEAU,ALASKA OSE(Awe.wy:}'r °°”. : ee BOARD OF ELECTRICAL EXAMINE | THIS CERTIFIES THAT AS PROVIDED BY LAW THE HEREON NAMEDis A LICENSED | IW,OL™,I License No.IM,L Cc,O nA 0560 rernuyscener ME COLLIN W.CLARK WEWEERRY ALASKA,INC. RR-TE-4974wareofBING PO Box 4-16 02 5 415 24 Anchorage,Al.99509 nom ¢veeiont |Sea f eves|mai-=|y90lm LpyleyaUNeHONwaleUnrepenairasveLaie >32 B2 12 13 81 . :08-7407 REV wr i Soa -==-lak rx ve a ite STs eo --SSS SS!SS a Sa SS(EES STATE OF.ALASKA =DEPARTMENT OF COMMERCE AND ECONOMIC DEVELOPMENT ,aeanal"2 DIVISION OF OCCUPATIONAL LICENSING,POUCH D -JUNEAU,ALASKA 29811 oat =.":. CORSTRUCTION CCHTRACTORS.--oeTHISCERTIFIESTHATASPROVIDEDBYLAWTHEHEREONNAMEDISALICENSED' :a ,:"License Na.AR 0790 -:_oo | =<.-.-te ; - . cmheavonwe | -HEWBERY ALASKA,Inc.ae - 4 ae ™oe :.: 71 :6800 ARCTIC BLY =,ads .. nT 7 _a _"s -a 'eto -"ANCBOCRAGE -AR.99502....<2>_. -be Eo ” 7 See "ae *yy ween |Sea.f Eves|Hoe .-"7 . ; .3 [oo a :-. ee ee -a anon Care Copal psve Dare <* ."ee ied toe _. >=165 8 .: .The .ao cz 18 52 vO.ne,-05-2807 REV? aa er SS eee meee lee meccpeceewete + «.-_. ; .a ee I ES (SUAS IMT VU SO fy)PATE A Tee ed hem CC oatapar ply ",oe Ny Va uv :Tre ITY us WU)li Ur tet in\f=! DEPARTMENT OF COMMERCE & ECONO AIC DEVELOPMENT POUCHD'JUNEAU.ALASKA 99811DIVISIONOFOCCUPATIONALLICEASING;PHONE:(907)465-2504 To:'AA 0560 G-CLARK,COLLIN k. PO BOX 4-1602 ANCHORAGE AK 99509 EXTENSION OF ELECTRICAL ADMINISTRATOR'S LICENSE Pursuant 10 12 AAC 32.280{a)a license to practice as an Electrical Administrator must be renewed on June 30 of odd number years commencing with June 30,1983. Your license presently indicates an expiration date of December 31,1982.This notice here- by extends your Electrical Administrator's license to June 30,1983. Please notify the board of your acdress chance 2s soon as possible.You are encouraaed toveaitforreceiptoftherenewalnoticeapplicationprior10sendingtherenewal!fee;however, failure to receive a renewal notice does nat relieve you of the responsibility to renew your license prior 10 the expiration Gate. *soot Lo .Wanda Fleming,Licensing Examiner:card of Clactrical Examiners eee ae ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 10.0 GEOTECHNICAL INVESTIGATION (Under Separate Cover) ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR _ ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 11.0 VEGETATION COVER MAPS (For Information Only) 2 MEY IWAVie"a i:4 anealeatsPee and:+"Ts*poreoyad' ..Willow Substanon Legend:3-JuJFaawetMaa!;Low Brush,Muskeg-Bog |">_ w '' : ail Wet Tundra fi Ra a } r :Moist Tundra OR , mas Alpine Tundra ive how mo,Bottomland Spruce- Poplar Forest Lowland Spruce- Hardwood Forest Upland Spruce- Hardwood Forest Shrubland Line Route Alternative Segment Sources: -Joint Federal-State Land Use Planning Commission For Alaska,July 1973 Major Ecosystems of Alaska 1°=3000'Color Infrared NASA U-2 Photography,1977 '; -CAI Field Investigations,1981 a ' °|Base Map Source:. oT LS ay --U.S.G.S.1:250,000 Topographic Maps . abe fee be ye {Mot oat ee LeaneOeonecP|CO /oF 5 'a®A 4 bed 4 .".:ave,a K an :A.3E. ye _ (-]_FIGUREC C Alaska Power Authority]ANCHORAGE FAIRBANKS TRANSMISSION INTERTIE 0 5 10 Mies Vegetation Cover Types ()5 10 Kilometers G Gilbert/Commonwealth North eSeK Aout é te ibeSF\aoeh (Blo.Likes oO Healy Substation a Willow Substation Legend: Low Brush,Muskeg-Bog Wet Tundra Moist Tundra Alpine Tundra Bottomiand Spruce- Poplar Forest Lowland Spruce- Hardwood Forest Upland Spruce- Hardwood Forest Shrubland Line Route iUOOBUOGAlternative Segment Sources: -Joint Federal-State Land Use Planning Commission For Alaska,July 1973. Major Ecosystems of Alaska -17”=3000 'Color infrared NASA U-2 Photography,1977 -CAI Field Investigations,1981 Base Map Source: -U.S.G.S.1:250,000 Topographic Maps C ]FIGUREd (Alaska Power Authority]ANCHORAGE FAIRBANKS TRANSMISSION INTERTIE _:10 Mies |Vegetation Cover Types fe)5 10 Kilometers @ Gilbert/Commonwealth North ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSHISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR . ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 12.0 ACCESS PLAN AND STAGING AREA PLATS ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE ACCESS PLAN The access roads and staging areas described herein will be available to the Contractor according to the following: Status ]-Available on or before April 1,-1983 Status 2 -Available on or before May 1,1983 Status 3 -Available on or before June 1,1983 PART A -ACCESS RCADS Note:Access roads numbered 1-16 are in Contract No.1 (Reference Drawing No.2000,Sheets 1-6) 17.PROPOSED SHU-FLY -UNNAMED CREEK (Status 1) A proposed shufly across the stream.This provides access along the Transmission Line.A stream crossing is required.The area is covered with light trees.Construction shali be accordingto therequirementsoftheSpecialProvisionsoftheContract. 18.ANTINONY CREEK ROAD (Status 1) This is an existing road,one lane,passable by pickup truck.The road surface is dirt.Improvements will be according to the Special Provisions of the Contract. 19.IGLCO ACCESS -PROPOSED (Status 2) This iS a proposed access road.The area appears to be a wet,tundra soil condition with thin tree cover.Construction shall be according to the requirements of the Contract. 20.BROAD PASS TRAIL (Status 3) This is an existing bulldozer trail for approximately 1/8 mile from Parks Highway to the railroad communication towers.The existing trail is very soft and will require improvement before any extensive use can be made of it.Improvements shall be in accordance with the. Special Provisions of the Contract. 21.MIDDLE FORK CHULITNA RIVER ROAD (Status 3)- An existing road,suitable for two wheel drive vehicles.Improvementsforheavytrafficwillberequired.The present road skirts around agravelpitandcrossesasmallstream.The basic material is analluvialstreamdepositwithatopsoiloverlay.Road improvement shall be according to the Special Provisions of the Contract. 12-1] 22. 23. 24. 25. 26. 27. 28. 29. 30. MIDOLE FORK CHULITNA RIVER NORTH -PROPOSED (Status 3) A new access.Will require a railroad grade crossing and stream crossing.Construction will be according to the Special Provisions of the Contract.Both stream crossing and RR crossing shall be removed at completion of construction.The soil condition consists of several feet of tundra,with possible permafrost conditions present. SUMMIT TRAIL (Status 3) An existing track vehicle trail that crosses the line.Can be used as is for winter construction.Summer construction will require improve- ment according to the Special Provisions of the Contract. JACK_RIVER ACCESS (Status 3)This 1s approximately 3/4 miles of hard surface road,no borough or state maintenance;and 1/2 mile of private road,suitable for pickup truck traffic.Improvements will be according to the Special Provi- sions of the Contract. RAINDEER HILLS TRAIL (Status 3) This is a track vehicle trail from Cantwell,used for the communica- tion equipment.-A thin tundra covers the hills,with some rockoutcropsvisibleinthearea.Construction will be in accordance with the Special Provisions of the Contract. NENANA RIVER SOUTH -PROPOSED (Status 3) This is a proposed access along the river plain.This is across the Nenana River valley.A soft silt covers the valley.The area is wooded.Construction would be according to the Special Provisions of the Contract. PANORAMA MOUNTAINS TRAIL (Status 3) Four wheel drive trails from slide and quarry areas extend to the Transmission Line.Construction will be in accordance with the Special Provisions of the Contract. SLIME CREEK -PROPOSED ACCESS (Status 3) This is an existing road used for a gravel pit access.Can be ex- tended 1/3 mile to line along Slime Creek.Area is an alluvial fan of the creek.Construction will be in accordance with the Special Provisions of the Contract. P I 105 -PROPOSED ACCESS (Status 3) A new proposed access to the line.Construction would be according totheSpecialProvisionsoftheContract.The area is a wet,wooded area. CARLO CREEK PROPOSED ACCESS (Status 3) A new access along south property of McKinley View Lodge.This wouldbebuiltinaccordancetoSpecialProvisionsoftheContract.The area is wooded. 12-2 31.DENEKI LAKE ACCESS (Status 3) An existing trail,passable by two wheel drive vehicles to the R of W. Would require some clearing and alignment adjustment for long lcads. The trail originates in a gravel pit and extends through a lightly wooded area.Construction will be in accordance with the Special Provisions of the Contract. THE ABOVE DESCRIPTIONS OF THE ACCESS ROADS ARE PRIMARILY BASED ON VISUAL INSPECTIONS OF THE AREAS FROM AN AIRPLANE.CONTRACTORS ARE RESPONSIBLE FOR THEIR OWN INTERPRETATION OF THE SITE AND SOIL CONDITIONS.NO STEP BY STEP WALK OVER OF THE ALIGNMENTS HAVE BEEN DONE BY THE ENGINEER,CONSTRUCTION MANAGER OR APA. PROSPECTIVE CONTRACTORS ARE URGED TO VISIT THE PROJECT AREA AND MAKE THEIR OWN JUDGEMENT AND EVALUATION OF WHAT IMPROVEMENTS AND CONSTRUC- TION METHODS ARE REQUIRED FOR EACH ACCESS ROAD.THE CONTRACTORS HAVE THE OPTION TO EITHER USE ANY OR ALL OF THESE ACCESS ROUTES OR TO OBTAIN ALTERNATE ACCESS ROUTES SUITABLE TO THEIR CONSTRUCTION PLAN. PART B -STAGING AREAS "Note:Staging Areas designated A-G are in Contract No.1. Staging Areas These sites have been selected at locations along the corridor to be available to the construction contractor for the assembling of structures for a helicopter erection,material and equipment storage and possible construction camp activities.Consideration was given to the use of existing gravel pits where possible. H.Broad Pass (Status 2) There 1S approximately nine (9)acres of railroad property with good railroad sidings available.A camp could be located at thissite.This is lacated at Mile 193,Parks Highway.See Sketch, Sheet 4 of 7. Jack River (Status3)At Mile 209,Parks Highway,a state gravel pit contains approxima- tely eight (8)acres that is available for both a staging area andforacampsite.This location is one (1)mile south of Cantwell. See Sketch,Sheet 5 of 7. Deneki Lakes Pit (Status 3) The Mile 228,Parks Highway,gravel pit contains approximately nine (9)acres that can be used for a staging area.There is access totheright-of-way from this pit.A camp could be located at this site.See Sketch,Sheet 6 of 7. Healy Power Plant (Status 2)An area to the west of the Golden Valley Power Plant at Healy provides a staging area for equipment and material for helicopterconstructionfortheMoodyCreeksectionoftheTransmissionLine.This site is along the railroad siding across the Nenana River.Acampcouldbelocatedinthisarea.See Sketch,Sheet 7 of 7. (12-3 BROAD PASS 9.4 ACRES 2 , SLE a,oeYeSMEESa\s SECTION 28 Tiss)RSW FM. STAGING ARES =RAILROADPROPERTYLINERAILROADPRORLINE BROAD PASS STAGING AREA 9,36 ACRES+ SCALE:("=400'| DEC.16,1982 R.HOAR MORRISON-KNUDSEN CO. 12-4 a=Aes ”oy fxWYLe ov // ,%Yoo..7 'ooNG ff JACK RIVER STAGING AREA TBACRESS JACK RIVER STAGING AREA 7.8 ACRES + SCALE:I"=400' DEC.16,1982 R.HOAR MORRISON-KNUDSEN CO. 12-5 SECT,SECSTiss 'SEC IT i i 2 OW Sec18 =><sog= ¢a 440 APPROX.MILE 228 OF THE PARKS HWY, ar i nw | DENEKILAKES DENEKI LAKES STAGING AREA 859 ACRES + SCALE:[=400' DEC.16,1982 R.HOAR MORRISON-KNUDSEN CO, <{ xO td SOo at r2Car == n- 2 ows ¢ to¢ 'Bsuo2Qiwo > - _! woer<q2Goctu ow2 r no=diaisarya10( , 12-7 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA 83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 13.0 STANDARD SPECIFICATIONS FOR WORK ON RAILROAD PROPERTY (For Information Only)Te ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 13.0 STANDARD SPECIFICATIONS FOR WORK ON RAILROAD PROPERTY Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section Section 1.Definition of Terms 2.General Requirements 3.Insurance Requirements 4.Notice 5.Flag Protection and Protection of Railroad Traffic 6.Train Delays 7.Protection of Railroad Communication Lines 8.Road Crossings 9.Power and Communication Lines 10.Underground Utilities 11.Open Trenching 12.Excavations 13.Railroad Inspectors 14.Use of Explosives 15.Snow Removal 16.Clean-up 17.Payment Guarantee 13-1 SECTION 1.DEFINITION OF TERM Chief Communications Officer Chief Engineer Contracting Officer Centractor Facility Pernit Area Permittee Railroad Railroad Property 13-2 means the person exploved bv the Railroad as head of its Cozsunications Departzent or Branch,or his authorized Tepresentative, means the person exployed by the Railroad as head of its Engineering .Department or Branch,or his authorized representative. means the person authorized by the Railroad to execute contractural agreements on behalf of the Railroad. means any agent of the Pernictee, including Contractors or subcontractors exployed to construct,reconstruct, operate and/or caintain the Faciliry. The term "Contractor"shall be synonyzous with che tera "Perzictee”when the Permittee performs the construction, reconstruction,operation and/or cain- tenance of the faciliry with its own personnel. means any improvements owned by the Permittee which are to be placed on Railroad property in accordance with a written permic executed by the Railroad and Pernittee. means the space on Railroad property to be/or.is occupied by che Facility plus reasonable working area and reasonble ingress and egress to the Facility. means the person,conpany or Goverrmental agency to whom the right to enter upon Railrcad Property was given in the form of a written permit executed by the Railrcad and Permittee. means The Alaska Railroad,P.O.Box 7-2111,Anchorage,Alaska 99510 means all lands owned or withdrawn for che use of the Railroad,in and including the Railroad's track right-of-say and ccmmuni- cations pole line right-of-way. App 7/17/73 SECTION 2.GENERAL REQUIREMENTS 2.1 All construction,reconstruction,operation,caintenance on Railroad property shall be performed in compliance with these Standard Specifications for Work on Railroad Property,including all revisions thereto and in accordance with the permit executed by the Railroad for the construction of the Permittee's facility. 2.2 Failure to comply with these Standard Specifications for Work On Railroad Property shall result in the demand of the Railroad for the Permittee to suspend all work on Railroad property.The Permittee hereby agrees to coxzply with such dezand upon receipt of such notice in writing. 2.3 ALL negotiations between the Railroad and the Contractor shall be handled through the Permittee. 2.4 All work on or about the Railroad property shall be performed by experienced personnel in a safe and workmanlike canner in keeping with the approved Railroad practices,and as specified herein.Railroad traffic and property shall be protected at all tizes. 2.5 The safety and continuity of the creratica of the traffic of the Railroad shall be of first i=portance and shall be at all times protected and safeguarded.The Permittee and {ts contractors shall be required to perform and arrange their work accordingly.Wherever,in the judement of the Chief Engineer or his representatives,the work or its performance may affect or involve the safety of the Railroad's facilities and operation of its railroad,the method of doing such work shall first be submitted by the Permittee to the Chief Engineer for his approval,with- out which it shall not be comztenced or prosecuted.The approval of the Chief Engineer,when given,shall not be considered as a release from responsibility or liability for any damage which the Railroad may suffer, or for which it may be liable,as a result of the acts of the Permittee, its contractors or excployees.. 2.6 Whenever in the opinion of the Chief Engineer the construction ray cause a hazard to the safe operation of the Railroad,the Railroad may in its discretion place at the site of the work the required number of qualified employees to protect its operations.The providing of such eaployees and such other precautions as may be taken shall not relieve the Permittee and its contractors from liablility for the payment of damages caused by their operations.The Raiircad shall be the sole judge of necessity,as to the nunber and claasification of exployees required. All Railroad cost and expense for providing such erployees shall be collected from the Permittee. 2.7.The Permittee shall comply with all Federal,State and local govern- mental regulations applicable to the construction or installation of the facility. App 7/17/73 13-3 SECTION 3.INSURANCE REQUIREMENTS 3.1 The Permittee and its contractors shall procure and caintain at all crimes while performing work on Railroad property,and be covered by the ctype of insurance with the minimum linits es specified in Parte I and IL of Section 3.4;provided,however,the Permittee shall procure and maintain during the entire tine of its permit the type of insurance with the minisum licits as specified in Part I of Section 3.4. 3.2 Each policy shall be:(1)endorsed hereby the insurance company will notify the Railroad of any material change,cancellation,non-renewal or expirarion of the insurance policy in writing not less than thirty (30) days prior to the effective date,(2)endorsed with a waiver of subrogation tights in favor of The Alaska Railroad and (3)endorsed with the Alaskan Suite Endorsement. 3.3.Prior to commencement of work on Railroad property by the Permittee or its contractors,the Permittee on its own behalf and behalf of its contractors shall deliver to the Railroad certificate(s)of insurance showing evidence of the insurance required in Part I,original(s)Railroad Protective Liability Folicy required in Part II,end Statemenct(s)of Cexpliance,ARR Form 2186, Section 3.5,covering the Fernittee,its contractors.(ARR Form 2186 may be acquired fron the Railroad's Real Estate &Procurenent Office.) 3.4 ALASKA RAILROAD INSURANCE REQUIREMENTS PART I Tvve of Insurance Mininum Limits 4 a.Comprehensive General Liability Bodily Injury .Prezises Operations ) Independent Contracts )$300,000.00 Each Occurrence Products )(Aggregate Products emplered Operations )300,000.00 (Aggregate Comp.Opr. Property Demage Prenises Operations )-500,000.00 Each Occurrence Independent Contractors )500,000.00 Aggregate Operation Products )500,000.00 Aggregate Protective Completed Operations )(Aggregate Products Blanket Contractual )500,000.00 (Aggregate Comp.Opr.500,000.00 Aggregate Contractual b.Personal Injury Coverage 300,000.00 Each Person 300,000.00 General Aggregate c.Explosion,Collapse &Underground 500,000.00 Each Occurrence Damage Coverage 500,000.00 Aggregate App 7/17/73 13-4 SECTION 3.Continued Tvve of Insurance d.Comprehensive Automobile Liability (including all owned,hired and non-owned automobile) Bodily Injury Property Dacage e.Excess Umbrella Liability PART II Minisun Linits $100,000.00 300,000.00 100,000.00 $1,900,000.00 Each Person Each Occurrence Each Occurrence Each Occurrence Railroad Protective Liability (Alaska Railread as insured) Bodily Injury Property Damage 13-5 $1,000,000.00500,000.00 Each Occurrence Each Occurrence App 7/17/73 nn nem| THE ALASKA RAILROAD P.O.BOX 7-2111 ANCHORAGE,ALASKA 99510 SECTION 3.5 STATEMENT OF COMPLIANCE »herein referred to as "Insurance Company,”hereby certifies thac the insurance requirecents of The Alaska Railroad,Contract No.69-25-0003-»for work on Railroad Property bynaveheencomplied with in the following policies.The Insurance Company further certifies:that each policy has been (1)endorsed whereby the Insurance company will notify the Railroad of any material change,cancellation,non- Tenewal,or expiracion of the insurance policy in writing not less than thirty (30)days prior to the effective dare,(2)endorsed with a waiver of subrogation rights in favor of The Alaska Railroad,and (3)endorsed with the Alaskan SuitEndorsement. Corvany Policy Number Dated Signed: (Name and Title) NOTARY ACKNOWLEDGMENT On this day of »19 »personally appeared »who executed the above Statement of Cocpliance as representative of » as nened above,and who acknowledges that he/she was legally authorized by said Insurance Company to execute said statenent,and did so of his/her own free will. Signed: Notary My Comnission Expires: APR Fora 2186 4/13/73 13-6 SECTION 4.NOTICE 4.1 The Permittee shall give written notice to the Chief Engineer not less than ten (10)days in advance of the commencement of any construc- tion,reconstruction or major maintenance activity on Railroad Property,in order thac the necessary arrangesents tay be made for the protection of the Railroad's operation.This notice shall include the proposed work on Railroad Property,schedule or work,and the nates of the Pernittee's contraccor who may also be working on Railroad property. 4.2 A pre-construction meeting shall be held with the Railroad's Chief Engineer and representatives of the Permittee and contractors prior to che commencement of any work on Railroad Property by the Permittee or its contractors.. App 7/17/73 13-7 SECTION 5.FLAG PROTECTION AND PROTECTION OF RAILROAD TRAFFIC 5.1 Whenever Railroad flag protection is required in these specifica- tions,this flag protection shall be provided by person(s)authorized by the Railread.Each person so authorized shall have met the Railroad's qualifications for flagzten.Railroad flag proteccion is to insure the safe soverent of trains and other rail traffic and shall be done in strict accordance with the Railroad rules on flagging. 5.2 The Permittee shall,at its owm expense,during the progress of the work furnish as many qualified flagmen as,in the opinion of the Railroad, may be required for the adequate protection of the Railroad traffic.If Railroad exployees are used as flagmen,all Railroad cost and expense for providing such flagmen shall be collected from the Permittee. 5.3 Vehicles and other construction equipment shall not be parked or worked closer than twenty (20)feet frem center line of any track without Railread flag protection provided in accordance with Section 5.1. 5.4 The Permittee shall arrange with the Railrcad to keep himself informed of the time of arrival of all trains and shall entirely stop any of the Permittee''s or contractor's operatiens which night in any way be or cause a hazard to the safe passage of the train past the site of the work from ten (10)minutes before the expected arrival of the train until the train has past. "App 7/17/73 SECTION 6.TRAIN DELAYS 6.1 All work on Railroad property shall be conducred in such a manner as to prevent delays to trains or other Rail traffic operated by the Railroad. 6.2 Should any of the Permittee,or its contractor's actions or activities cause delays to trains or other rail or water traffic,the agreed amount of liquidated damage shall be at the following races and snall be collected from the Perxairtree: Passenger Trains -$5.00 per minute for each delay All other trains and ratl craffic --$5.00 per minute for each delay over five minutes Rail barges,trainships, or other connecting water carrier vessels -No charge for delays.of one hour or less,$500.00 per hour for each heur or any part of an hour there- after with a cinimum charge of $3,000.00. 6.3 Delay time will be taken from the train sheet in the Railroad . Dispatcher's Office,Anchorage,for all delays and such train sheet shall be the official hereby agreed to document by which the length of time a train is delayed will be determined.If such delay causes a water carrier to miss a sailing,the liquidatad dacage computation of time covering the period of : time to the next possible sailing time shall be in addition to the length of time determined by said train sheet. App 7/17/73 13-9 SECTION 7.PROTECTION OF RAILROAD COMMUNICATION LINES 7.1 ALL work on Railroad property shall be conducted in such a manner as to protect the Railroad's cormmnication facilities at all times from outages resulting directly or indirectly from the Persittee's or his contractor's operations. 7.2 Should any of the Permittee or his contractor's operations cause outages to said communications facilities,the agreed arount of liquidated cazages shall be at the following rates and shall be collected from the Permittee: Open wire communication circuits -$1.00 per minute per circuit Corzsunication cable -$5.00 per minute per cable 7.3.A minitmm charge of $250.00 will be made for each outage.(Note: A ten wire open wire communication line could have as many es 30 circuits.) The outage time shall be that as established by the Railroad's Test Board, Anchorage, -_ 7.4 There shall be no equipment worked or excavation made within fifteen (15)feet of any Railroad cormunication pole guy,anchor,or other communications apparatus unless authorized in advance by the Chief Comunica tions Officer. App 7/17/73 SECTION 8.ROAD CROSSINGS 8.1 Whenever automatic railroad crossing signals are in the permit area, these signals must rezain in operating condition at all times.If,as a Tesult of the Permitree's or its Contractor's activities on the facility, the signals become inoperable the cressing shall be continuously protected until the signals are again operable.See Section 5 for specifications. 8.2 When regular railroad crossings are used as haul routes inside or outside the permit area flagmen shall be provided by the Permittee for said crossings in all situations at the discretion of the Railroad. 8.3 Te=xporary road crossings may be installed providedthePeraitteehasacquiredfromtheRaflroadatemporaryroad crossing permit for said crossing. 8.4 The temporary road crossing shall be constructed to the length and the Failreed standard specified in the tezporary road crossing permit. All protective signs required by the Railread shall be provided and properly maintained by the contractor.The tezporary road crossing shall be in- stalled under Raftlrcad flag protection in accordance with Section 5 of these specifications. 8.5 The flange ways of all road crossings used by the Permittee or his contractor as haul routes or temporary road crossings shall be kept clean and free of gravel at all times and shall otherwise be maintained to the satisfaction of the Chief Engineer. 8.6 When the tezporary road eressing is in use,Railroad flagprotectionshallbeprovidedatalltines.See Section 5 for specifications. 8.7 Woen a texporary or private road crossing is not in use the Permittee shall provide sufttable barricades (gates with padlocks,postsdrivenintotheground,etc.)to prevent vehicular access to the crossing. 8.8 When not in use during the winter season,the temporary roadcrossingshallberemoved.Upon completion of the work or termination of the permit,the texporary crossing shall be removed and the area restored to its original condition. 8.9 The Permittee agrees that all others using the private road crossing,except the Railroad and its eaployees,shall be considered agents of the Permittee. App 7/17/73 SECTION 9.POWER AND COMMUNICATION LINES 9.1 All power and communication lines shall be designed and constructed in accordance with National Bureau of Standards "Safety Rules for the Install- ation and Maintenance of Electric Supply and Cosmunications Lines,"National Bureau of Standards Eandbook 81,or the latest revision thereof. 9.2 Underground power and communication lines shall be installed in accordance with Section 10 of these specifications.Whenever an underground power or ccmmunication line crosses underneath a track a casing pipe shall be installed for carrying such lines. 9.3.The minimum clearance above the top of rail of the Railroad track shall be in accordance with the handbook referenced in Section 9.1,plus six (6)inches to allcw for future grade raises. 9.4 The minimum clearance above the Railroad cocm=unication lines shall be in accordance with the handbook referenced in Section 9.1. 9.5 Additional lines cay not be added,or the characteristics of the line(s)changed without written approval of the Railroad's Contracting Officer. 9.6 Wires shall be strung across the Railroad tracks only when Railroad flag protection is provided in accordance with Section 5 of these specifications. 9.7 No wires shall be struns across the Railrcead's communication lines without first teceiving from the Railroad's Chief Communications Officer approval therefor,and such work must be acco=cplished énly at a time and in a tanner prescribed by said Chief Communications Officer. App 7/17/73 13-12...Hee ne eee met ee ee ee SECTION 10.UNDERGROUND UTILITIES 10.1 All underground utilities,including culverts,pipelines,and underground power and cc=mmunicacion lines,on Railroad property shall con- form to the current American Railway Engineering Assoctation Specifications. 10.2 Unless another method is authorized in advance and in writing by the Chief Engineer,all underground utilities shall be inscalled under tracks and roads by boring,jacking or tunneling. 10.3.Boring,jacking or tunneling shall be done under Railroad tracks only when Pailread flag protection is provided in accordance with Section 5 of these specifications. 10.4 The proposed plan for boring,jacking or tunneling shall be approved by the Chief Engineer prior to camencing the operation. 10.5 All boring,jacking or tunneling headings shall be continuously protected against any loss of ground catertal by shoring and cribbing as pecessary. App 7/17/73 13-13 SECTION 11.OPEN TRENCHING 11.1 Only when auchorized in advance and in writing by the Railroad shall any portion of the track be removed to allow trenching for installation of the Facility. 11.2 If allowed cto open trench the track may be removed from service only at the time auchorized by the Chief Engineer and shall be restored co service within the time period specified by the Chief Engineer.Should the track not be restored to service within the time period specified,the agreed amount of liquidated darages shall be at the rate specified in the written authorization allowing che open trenching or the liquidated danages in accordance with Section 6 of these Specifications,whichever is greater, and shall be collected from the Permittee. 11.3.ALL track work shall be accomplished by qualified trachkmen. 11.4 Only chat portion of the track structure necessary to excavate, scockpile and install the facility shall be removed.All track aaterial removed shall be handled,stockpiled and relaid in a zanner to avoid damage. any material which may be dzaraged shall be replaced by the Contractor atitsownexpense. 11.5 The backfill of che trench under the track and in the roadbed prism shall be of the same type of material as taken our,except the top 2 feet shall be clean pit run gravel.Backfilling shall be in one foot lifts with a compaction of 932 of maximum density in the area affectingtheroadbedprisn. 11.6 The ballasce used in replacing che track shall be equal in depth and quality as that which was removed.The track shall be relaid and brought to original grade in accordance with standard Railroad practices.The track shall be resurfaced as often as necessary for a period of 12 months after completion of construction to remove any settlemenc that may have occurred. App 7/17/73 SECTION 12.EXCAVATIONS 12.1 Unless authorized in advance and in writing by the Railroad, the top of any excavation shall not be within twenty (20)feec of centerlineofanytrack. 12.2 No water shall be allowed to stand in open excavations in thetrackarea. 12.3.Bridging and shoring shall be adequate ro safely carry Railroad traffic and che decision of the Railroad pertaining to same shall be final. 12.4 All open excavations shall be centinuously protected by flags, flares,barricades or watchmen,as directed by the Railroad. 12.5 No excavation shall be left open more than three days,unlessauthorizedbytheChiefEngineer. 12.6 The Railroad embankzent,and cut slopes,shall not be disturbed any mote than necessary to accomodate the construction and shall be left in a stabilized condition. 12.7 Railroad ditches,culverts and roadways shall be kept clean and free of rock,gravel,construction debris and equipzenc at.all cimes. App 7/17/73 13-15 SECTION 13.RAILROAD INSPECTORS 13.1 The Railroad may furnish an inspector during the periods of construction on Railroad Property.The Railrcad inspector will inspect the renoval and replacement of tracks,excavation,backfill,necessary bridging for tracks,shoring,flagging,lighting,clearances,etc.,when necessary.The Railroad inspector will work directly with the representative of the Permictee and the decision of the Railroad inspector in matters pertaining.co Railroad operations and safety shall be final.In the event more than one shift is worked,a Railroad inspector will be required for each shift.Presence OF absence of a Railroad inspector shall not relieve the Permittee of liability for damage done to property of the Rail- road,Railroad lessees or permittees having installations on Railroad property. All Railroad cost and expense for furnishing such inspector(s)shall be collected from the Permittee. App 7/17/73 SECTION 14.USE OF EXPLOSIVES 14.1 The use of explosives shall be done in compliance with all applicable Federal,State and local Laws and ordinances regarding same. 14.2 No blasting of any kind will be permitted unless the Permittee thoroughly safesuards the novectent of trains and other rail traffic and personnel in the area where such blasting {ts beiag conducted.Before blasting,Railroad flag protection in accordance with Section 5 of these specifications,shall be provided on each side of the blast area by the Permittee.This flag protection shall not be rezoved until the track is inspected for cazage from the blast. App 7/17/73 13-17 SECTION 15.SNOW REMOVAL 15.1 Snow resoval operations shall be conducted in such a manner as to noc place snow (1)upon the tracks of che Railroad,(2)where it inter- fers with the normal operation of the automatic crossing signals (3)impairs the visability of either highway or rail craffie at the crossing. 15.2 Snow removal operaticns shall be conducted in accordance with Section 5 of these specificaricas., App 7/17/73 13-18 Ce eee SECTION 16.CLEAN-UP 16.1 At all times,all work and activities on the Fecility shall be accomplished in such a manner as to keep the Railroad zsroperty ina neat and orderly condition satisfactory to the Railroad. 16.2 Upon completion of work,all equipment and unused materials shall be removed and the Railroad property shall be left in a neat and clean con- dition satisfactory to the Railroad. 16.3.Should the Permittee or its ccentractor fail to comply with Section 16.1 and 16.2 above the Railroad cay perfora the required clean-up. All Railroad costs and expenses for performing this work shall be collected from the Permittee. App 7/17/73 13-19 SECTION 17.PAYMENT GUARANTEE 17.1 The Permittee agrees to withhold 10%of the coxctract price or $10,000.00,whichever is smaller,from the final payment cl each contract the Permittee hag with its contractor to apply against dactazges or other direct costs which may be assessed by the Railroad as a result of the Permittee or its contractor's operations.Monies withheld as specified above will be in addition to any other montfes the Permittee may be withholding. 17.2 The amount withheld above shall not be released until after the Permittee has received a written statement from the Ratlrcad''s contracting officer agreeing to release of the payment. App 7/17/73 13-20 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP - FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 14.0 APA SAFETY MANUAL (Under Separate Cover) ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 15.0 PREBID MEETING NOVEMBER 18,1982 QUESTIONS AND ANSWERS ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 15.0 -PRE-BID MEETING NOVEMBER 18,1982 QUESTIONS AND ANSWERS BISHOP CABLE CONTRACTORS (Contract No.1) 1.Q.Bid Form Item 23,(Paragraph 4.2.18)auto fuel. Is it the intent of APA to require manpower for fuel dispensing or will the APA dispense their own fuel?For accurate record keeping and bid item clarification,the item should read "dispensed"not "consumed". APA will not require manpower for dispensing fuel.However,fuel must be available in a convenient location and the Contractor must provide a dispensing system that is metered and he must establish a record keeping system with issue tickets or some similar method. The word "consumed"will be interpreted to mean "pumped"or "dispensed"into Owner's representative's vehicles. A copy of APA Safety Manual should be provided as referencedmaterialtoallprospectivebidders(Article 5.1.5 last paragraph). Copies of the APA Safety Manual will be issued to all prospective Bidders with the forthcoming addendums. What information is going to be required prior to the awarding of subcontracts?(5.2.7(2)) This information will be provided in the forthcoming addendum. What additional work is scheduled to be awarded in conjunction with this contract?(5.2.12) At this time,APA intends to award Contracts for the following work associated with the Intertie Project. A.Contract No.2 (From Station 5171 +47.61 to EOP) B.Contract for Substation Work at Teeland and Douglas C.Contract for Substation Work at Healy and Gold Hil] D.Contract for Microwave Communication System E.Contract for Static Var System 15-1 6.Q. 10. How is rejected owner furnished material to be handled?(5.2.17) Owner furnished material which is rejected due to defects in design or fabrication will be corrected or replaced at no cost to the Construction Contractor.However,any correction or replacement of rejected material required due to improper handling,storage or installation by the Contractor will be at the Contractor's expense. In general,if replacement is required,the Authority will undertake to procure the replacement materials and bill the Contractor. Define the extent of "Authority Cost"in 5.2.23 (F)1.A.The"Authority Costs"referenced in 5.2.23(F)1 are defined in 5.2.23(b)2 as "those costs to the Authority that result directly from developing and implementing the VECP and any net increases in the costs of testing,operations,maintenance,and logistic support.They do not include the normal administrative costs of processing the VECP." Where does the Contractor take possession of owner furnished material?a.Railcar/truck or b.on the ground at marshalling yard? The Contractor will take possession of owner-furnished materials from the storage location in APA's marshalling yard in Palmer,Alaska. How or who has the authority to schedule materials to the marshalling yard to meet contractors schedule? The scheduling of materials to the marshalling yard will be done by the Construction Manager to best meet the construction schedules of the Contractors for both Contracts 1 and 2.Each Contractor will have a chance to provide additional input,but the Construction Manager will make the final determination based on the approved schedules. Reel sizes -height,width empty weight and hub sizes are needed. The exact sizes of the reels will not be known until procurement contracts are awarded.We do expect that reels will be a standard size which can be determined based on the following criteria given to the vendors. 1.Maximum weight of any reel is 9000 lbs.(For shield wire and guywire.For conductor,the maximum weight is 9500 lbs.) 2.Conductor to be furnished in 7500'lengths on returnable metal reels., 3.Shield wire to be furnished in 7500'length on metal or export quality wooden reels. Drawing "pay-line"for concrete foundations,type R2,differs fromdescription(4.2.11).Does the Contractor get paid for each and everyunit(1.0")thick installed at the unit price? 15-2 For any particular type R2 footing,the number of blocks required may vary from 1 to 6.If one block only is required,the Contractor will be paid at the unit price for item 13 (or 15).If four blocks are required,for example,the Contractor would be paid the unit price for item 13 (or 15)and 3 times the unit price for item 16, additional precast concrete blocks.The first block is considered to be part of item 13 (or 15).The payline is of no particular Significance in this case. Will Armor Rod be required on "CJS"unit assembly on drawing 2007 No,Armor Rod will not be required on the "CJS"assembly. At what location(s)will stock bridge dampers be required?(7.4.11.6) In general,stockbridge dampers will be required one per conductor per span installed at every other tower as close to the tower as possible.Ina few of the longer spans,it will also be necessary to install dampers at the third points of the span.Exact numbers andlocationswillbeshownontheconstructionlist.| What spacing (horizontally)will bundling spacers be installed? Bundling spacers will be required at approximately 250'intervals. Exact locations will be provided later. AND JORDAN (Contract No.1 and No.2) A clear definition as to what constitutes a danger tree? Danger trees are those trees outside of the line-right-of-way which could encroach on the 20'minimum conductor clearance either by falling or by conductor blowout.Additionally,any trees which could fall into a structure or a structure guy are considered danger trees. The availability of Right-of-Way? Tl.Q. sheet 1? A. 12.Q. A. 13.Q. (7.4.11.2) A. PHILLIPS l=6Q. A. 2.Q. A.Right-of-way for both contracts is currently being obtained and it is expected that we will have right-of-entry to most lands in ContractNo.1 by February 15,1983 and March 1,1983 for Contract No.2.AnaddendumwillbeissuedbyDecember1,1982 providing the exact datesthatright-of-way will be available for Contract No.1.A similaraddendumwillbeissuedbyDecember15,1982,providing dates that right-of-way will be available for Contract No.2. L.£.MEYERS CO.(Contract No.1) 1.Q.Regarding Authority-furnished materials:Can the ConstructionContractormakearrangementswiththevendorstodelivermaterial tolocationsotherthantheMarshallingyardnearPalmer,Alaska? No,all materials will have to be delivered to the marshalling yard for receiving,inspection and allocation. 15-3 Reference page 5-7,paragraph 5.2.4:Does this paragraph apply,inasmuch as the specifications and drawings are incomplete?(i.e.,Structure Plan &Profile Dwg.2002 and Construction List,Dwg.2001). Yes,this paragraph does apply.Sufficient drawings have been issued for bidding purposes and each bidder should verify that he has all of the drawings which have been issued. Reference page 5-8,paragraph 5.2.7 a:Does the Alaska Power Authority have a list of approved subcontractors? No,APA does not have a list of approved subcontractors.Each will be evaluated on an individual basis. Is the establishment of camp facilities considered to be a subcontract item,subject to approval of Alaska Power Authority? Yes,APA will want to approve all subcontractors. Are the requirements of the Alaska Power Authority's Safety Manual for this project different than the requirements of AS 18.60.075 and pertinent provisions of the Construction Code Occupational Safety and Health Standards issued by the Alaska Department of Labor? In some cases,the requirements of APA's Safety Manual may differ from the requirements of the Alaska Department of Labor Construction Code Occupational Safety and Health Standards.In the event of conflict,the more stringent will govern. Reference page 5-30,paragraph 5.7.1.d.(i):(With regard to delays beyond the control of the contractor)What constitutes unusually severe weather,what are the parameters,and who will determine what extension of time will be granted for severe weather? The Contractor must expect severe weather conditions and must plan accordingly.However,should there be a prolonged period of severe weather beyond the known historical extremes such that the Contractor is delayed in completing his work for a significant period of time, then an extension in time for completion would be granted.Any such determination would be made by the Alaska Power Authority. Reference page 5-21,paragraph 5.3.1(c):What required insurance premiums will the Contractor be reimbursed for? The cost of premiums for insurance required by Subsection 5.8 of the General Provisions will be considered as legitimate mobilization costs and will be reimbursable to the extent that is consistent with provisions concerning payment for mobilization. 15-4 AIC,INC.(Contracts No.1 and No.2) Item 5.2.14 Should it be National Electrical Safety Codes? The National Electric Code as referenced is applicable. Item 5.8 Insurance:Why are insurance requirements not the same in Contract No.1 and Contract No.2? The forthcoming addendum will make Contract #1 the same as Contract #2. Item 6.1:Project Description &Physical Data:When will the missing Plan &Profile drawings be made available and any other missing drawing?: The missing Plan &Profile drawings for Contract #2 will be issued within the next week.Those for Contract #1 will be issued before the end of November.Some drawings as listed in subsection 6.7.3willnotbeissuedforconstructionuntilafterAwardofContract. If you are missing some drawings which you should have please Jet us know. 6.8.3.4 OQther Restrictions or Requirements:When will addenda be issued to bidders assuming present bid dates,remain as scheduled? An addendum will be issued by the end of November. Page 6.13.2.2 Erosion Control:Under what conditions (Soils Type,Grade &Sideslope)will Terracing &Seeding be required? As stated in the Provisions,terracing and seeding will be required as necessary to prevent induced or accelerated erosion resulting from construction activities.It is impossible to specify exactly where it will be required as it will depend in large part on the construction methods employed and the amount of care that is exercised.Eachbidderwillhavetostudytheconditionstobeencounteredandmake his own judgments. 6.13.3 River/Stream Crossing:Will addenda on stream crossing be issued before scheduled bid date? The forthcoming addendum will give additional information on general conditions and specific restrictions on stream crossings within theprojectarea.the actual permits will be applied for based on the construction plan submitted by the successful bidder.ReferenceParagraph6.17.3.1 for required information to be included in the construction plan. 6.13.4.4 Raptors:What are the locations that may be restricted? There are no known Raptor nests on the transmission lineright-of-way,but if any nests are detected either on or off theright-of-way,the Contractor must observe the proper distance and contact the appropriate authorities. 15-5 10. VW. 12. Q.DnPp2DYF©7.1.4.4 Sensitive Areas:How many are there and what are their locations?Will there be an access road down the right of way in these areas? Exact locations are not known at this time.In general,they will be limited to Contract #2.We anticipate a stretch of up to two (2)| miles in the Mt.Fellows area and several short sections totalling Tess than two (2)miles in the Windy Pass area.There may also be some short sections around private property all of which would totallessthanone(1)mile in either Contract #1 or #2.In general,it will be possible to clear an access road,except for those portions in the helicopter only area,but clearing the access strip will not be required. 7.1.5.2 Trees:Can the Contractor use the fallen trees for temporary blocking providing they remain in the project area? Yes,providing that after use the fallen trees are disposed of according to the Provisions. Item No.4,Section 7.2.2.Test Program: Will test sites be accessible by existing roads? The following locations have been tentatively selected as appearing to be suitable for the foundation test program.The Contractor may propose other sites subject to the approval of the Engineer concerning the suitability of the soil conditions. Contract No.1 Soil Boring Locations Numbers 9,19 and 25. Contract No.2 Soil Boring Locations Numbers 44,74 and 68.The Contractor will have to appraise the accessibility of these sites. How long will it take to determine pile hammer type after testing? Within one (1)week after completion of the foundation test program. How does load testing,supplies test equipment,etc.? Question not clear,please restate and we wil]try to answer. Bid Item No.20,Section 7.2.3 Foundation Test Hole:What type of drill is required to drill 2"round holes?Could Air-Trac be used? An Air-Trac cannot be used;the test hole must be made by an approved soil sampling device in order to properly ascertain the type and depths that different strata are encountered.Why are bid quantities for foundations greater than actual?Contract No.1 4.2.4.1 &drawings show 442 Bid Quantities for Foundations A.490 B.113 Total 603 15-6 13. 14. 15. 16. 17. 18. The difference is due to the fact that the bid items for the rock foundations for all structure types are for a single leg or polewhilethepilefoundationsareforthecompletestructure.Taking this into account,the total number of foundations should correspond to the number of structures. 7.2.6.4 Foundations,when installed in earth.Will there be a pay item for over excavation of unsuitable material and backfilling with selected borrow? Yes,there is presently a bid item for over excavation in Contract #2,a bid item will be added to Contract #1 by addendum.the bid item is for excavation as directed by the Engineer.This will be clarified in the forthcoming addendum. 7.2.6.10 Large stones,muck,frozen materials,etc:What are the locations of the disposal sites? The wording in Contract #1]will be changed to read the same as in Contract #2.All excavated material left over after backfilling has been completed,including unsuitable material,will be generally disposed of by spreading the material around the tower site.In some special cases,it may be necessary to use some other disposal method if spreading is not appropriate at that specific location. 7.2.6.11 Selected Earth Borrow:What are the locations of the material sources? No borrow sites have been approved in advance.The Contractor will have to select his own sites and get approval.In many cases,it may be possible to use excess material from another foundation.The need for importing material will be limited. 7.2.9.4 Field Test of Concrete:Can the Contractor send the test specimens out to an independent test lab? Yes,the Contractor can send concrete test specimens to an independent test lab. 7.3.1.4 Ladder Support:Will ladder support brackets be incorporated into all tower types? Yes,ladder support brackets will be provided with all tower types. 7.3.3.20 Reads in part "After the Tower is Completely erected"Should it read,"After the tower is completely assembled?" It is the intent of the Provisions that all bolts in the completely erected tower will have been inspected to insure proper installationandtorquing.The Contractor may submit a plan,for approval by theEngineer,demonstrating that he can insure proper installationwithoutacompleteinspectionoftheerectedstructure. 15-7 19. 20. 21. 22. 23. 24. 25. 7.3.5.2 Is the intent to have the towers plumb under full line tension regardless of the tension on guys? Yes,structures are to be plumb under full line tension and with the stabilization guys tensioned to the extent specified in paragraph 7.3.5.2.The tension of the other guys will then be as required to maintain plumbness.Note that the word "or”in the last sentence of this paragraph should read "of".This was a typographical error. 7.4.2.3 Hardware assemblies of Insulation Installation:What kind of container will be used?How will they be packed?How many per pallet or container will be shipped? Instructions given to the prospective vendors on packaging Qwner-supplied materials will be included in the forthcoming addendum. 7.4.6.4 Plumb Marks:Plumb-marks have been proven to be unnecessary except in the steepest of terrain.Will the cost justify the end results?, Piumb marks will only be required where offset clipping is required. 7.4.8 Joint &Splices:What make of splices and dead-ends will be supplied? Dead-ends will be of the compression type.The Provisions will be revised to require the Contractor to select and furnish all full tension splices subject to the approval of the Engineer.In general, either compression or implosive types will be acceptable. 7.4.11.8 Will armor rod be supplied and installed? Armor rod will be supplied by the Authority and will be installed by the Contractor as shown on Drawing 2007. 7.2.2.2.3 What is the size range.Min-max of the pile hammers to be used? The size of the pile hammer must be determined by the Contractor toachievepenetrationwithoutdamagingthepile.It is possible that more than one hammer type may be required. 7.4.4.3 Could some wire be made available in lengths over 7500 feet? Due to terrain considerations,could pulls be made over 15,000 feet as is often done? All conductor will be supplied in approximately 7500'lengths.Withthepossibleexceptionofsomeveryspecialcases,the length ofpullswillbelimitedto15,000 feet as stated in paragraph 7.4.4.33duetosaggingconsiderationsandtolimitthestrainonthe conductor. 15-8 AIC, Q Who furnishes the load testing apparatus,supplies and test equipment? A .The contractor must furnish all apparatus,supplies and equipment required for the foundation test program. J &J Enterprises,(Contract No.1) Q.Will there be any grubbing required on access roads? A.No,but trees must be cut 6"above ground,Contractor must decide if in the roadway prism he wants to cut trees flush. Fischbach &Moore (Contract No.1) Q.Clarify all insurance items both contracts? A.The bid documents include the requirements of the Alaska Statutes and will be the same provisions in Contract No.7 and No.2. Any questions concerning insurance should be addressed specifically and we will give explanation.The limits given were established by APA in conjunction with the Risk Management group for the State of Alaska. Limits are presently different for the two contracts,however the insurance requirements for Contract No.1 will be changed to be the same as Contract No.2. Q.Compression Splices will be furnished by the Contractor,what about Compression dead-ends;this applies to both contracts.- A.Only full tension splices are to be supplied by the Contractor. Compression dead-ends will be supplied by the Authority. Irby Construction Company (Contract No.1) Q.Bid Documents were taken out under the name of a single company.Would the bid be acceptable if presented under the name of a joint venture between this Company and an Alaskan Company? A.Yes. Q.Would the five percent (5%)Alaskan preference apply? A.Yes,if they meet the criteria for the Alaskan Company as spelled out in the provisions. Fischbach &Moore (Contract No.1 and No.2) Q.Will maximum ground pressure per inch restrictions for travel over theaccessroadsandright-of-way by ground traveling vehicles be addressed by the forthcoming addendum? 15-9 We have not seen any stipulations restricting maximum ground pressure. the stipulations do state that the Contractor must avoid damage to the protecting vegatative mat.The Contractor must decide on the type of equipment to be used to meet those stipulations. For travelled roadways,the basic criteria is that the Contractor must design the embankment to avoid any disturbance to the subgrade.That maybe6inches,a foot,or maybe none at all depending on the type of equipment being used.We do not anticipate any addendum limiting the maximum ground pressure.The criteria will be to avoid disturbance of the natural ground. Brice Inc.(Contract No.1 and No.2) Q. A. 7.1.5.2 Disposal of Trees:Could trees and clearing debris in access strip,helicopter pads and tower sites be placed in other areas of zone 1 in lieu of burning or chipping? Yes. 7.1.1.4 Clearing General:Would a dozer with a shearing blade be an acceptable method of felling trees? A definite clarification of this subject will be included in the forthcoming addendum.For a quick answer,we would say generally no,and if there are areas where it can be used it must be demonstrated that there will be no damage to the root system or the natural ground in accordance with the stipulations given us.' Alaska Drilling System (Contract No.1) Q. A. What will be-accepted drill types for sampling at boring locations? Most any type that will allow us to inspect the actual material removed from the hole. How do you plan to mark danger trees regarding to the clearing sequencing? The Construction Manager will work with the Contractor in getting thedangertreesmarkedexpeditiouslysoastominimizetheproblemofhaving to fall back to cut danger trees.However,it must be expected that there will be some danger trees that will show up at a later time.Wewillmakeeveryefforttokeepthemarkingsofdangertreesasclosely coordinated with Contractor as is practical. The Howard P.Foley Company Q. A. Section 7.4.5.2,Page 7-44 Conductor will not be used for snubbing, explain? The conductor is not to be tied directly toa snub point.Cables ofsufficientstrengthwillbeusedforconnectingtheconductortothe snub using appropriate grips. Section 7.4.4.27.Sub-conductors will not be allowed to contact each other,explain? 15-10 A.At times,the conductors in the bundle could slap together.This is not desirable as damage could result from one conductor slapping the other in severe winds.In other words,get the spacers in as soon as possible. Power City Construction Q.Construction of the road,the damage to the root system:On the sidehill(line-right-of-way)where you intend to construct roads,are you saying that if you damage the root system in the soil that those roads will not be allowed? A.For an access road where cut and fill is necessary,the cut and fill?must be performed in such a manner as to prevent erosion.The restriction on disturbing the root system is actually to limit the potential for erosion.In cases where the root system has been disturbed,as in road building,the Contractor will be required to take other measures as required to prevent erosion. Newbery,Alaska Q.Page 4-7,Paragraph 4.2.13 Rock Anchors:In going through the description of what it entails,it says the unit of measurement is "Each",consisting of one complete anchor.The quantity to be paid shall be the total number of units installed. Page 4-10,Item 17,Rock Anchors:Type R-3:Embedded and unembedded by the "Lineal Foot"also applies in 4-11,Item 18 and 19,as for price for lineal foot for the description. A.We will correct that. Q.Embedded or unembedded,explain:(Bidder does not understand that portion of the unit,you are asking for a complete anchor.How would a rockanchorbeembeddedorunembeddedifitisarockanchorembedded?) A.The item description will be corrected to be consistent with the "Lineal Feet"measurement.The reason for doing this is that there could be a considerable variation in the total length of the rock anchor required at any given location.The embedded length is considered to be that portion which is drilled into and grouted into sound rock.The unembedded lengthwouldbethatportionrequiredthroughtheoverburdentogettothesoundrock.It was broken up in that manner in that there will be considerablevariationintheoveralllengthofanygivenanchor.The variation will mostly be in the overburden.The embedded length will be fairly consistent. Q.Will you specify that out as 10',12'or 16'? A.Yes. Brice,Inc. Q.Could you address an estimated time for Notice to Proceed.It can make alotofdifferenceintheplanningonourpartonhowsoonwecanactually City get on the line.We would like to know if we might possibly get on the line before March. Let me explain APA's procedure for those bidders who have not previously followed one of APA's projects.APA opens the bids,evaluates the bids and makes a recommendation to the APA Board of Directors that a contract be awarded for this project.We are requiring that bids be good for sixty days. As soon as we have authority from the APA Board of Directors,we will send out a Notice of (Intent to)Award.Sixty days will be the worst case as that is what the bids are good for.APA cannot guarantee that itwillbeanysoonerthanthatbuthopefullyitwillbe. After the Contractor gets the Notice of (Intent to)Award,there are certain things that the COntractor has to produce such as bonding, insurance,etc.It then depends on how fast the Contractor can get these things together.Our experience shows that the time between (Notice of Intent to)Award and Notice to Proceed may be one or two weeks and if the Contractor has all of the documents together there is no reason it could not all be done the same day. However,sixty days is in the Contract documents and Bidders will have to plan on sixty days as a worst case. Electric How sacred is January 6th date,being it comes three or four days after a holiday weekend.Request it be extended a few days,possibly the following week. Contract No.1 bid opening date is set for January 12,1983. Contract No.2 bid opening date is set for January 20,1983. Is there a Specification or design of the concrete pad that goes under the concrete blocks? No,all concrete will be 3,000 PSI concrete.No reinforcing is required and there is no maximum thickness. What about size with relationship to the block itself? The main thing we are concerned with is to have something to set the block on,it has to be at least that big.; There are statements concerning Parts 1 and 2 primarily regardinginsurance.Is it your intention that all of the applicable parts that go with each Contract will be same? A review of the insurance requirements will be made.It is our intentiontomaketheportionsthataresimilartobothContractstoreadthesame. There is a difference in those contracts. 15-12 What is the present status of funds available for the Project? Approximately 76 million dollars in funding has been appropriated to date for the total project.A portion of that will be made available for this Contract.That portion will be more than sufficient to fund the Contract well past the date of the legislative meeting.The intent of the legislature in the bill approving the Intertie was that the money to complete the project would be forthcoming if they decide to proceed.We have included in our budget request to the legislature a line item for 54 million dollars to complete the funding required for the Intertie.The limitation of funds clause in each Contract will show how much funding will be available this fiscal year. How will contractor be treated in the event this portion of the contract is shut down due to the lack of funds. We will look into that. What is criteria for approval of subcontractor? A clause will be included in the addendum further explaining the approval of subcontractors. What is the intention regarding added costs caused by disapproval? The only time we would consider disapproving a Sub-contractor is if the Subcontractor was completely unsatisfactory.I doubt in that case if there would be any money given back. 15-13 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 16.0 PRELIMINARY INFORMATION CONCERNING OWNER FURNISHED MATERIAL ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANICHORAGE-FAITRBANKS 345 kV TRANSMISSION LINE INTFRTIE Introduction 1. 2. 3. 4, 5. 6. APA-83-R-0004 APA-83-R-0005 APA- 83-R-0006 APA-83-R-0007 APA-83-R-0008 APA-83-R-0009 APA-83-R-0010 - APA-83-R-0011 TABLE of CONTENTS Tubular Steel Towers and Anchor Bolts Guy Hardware Assemblies Aluminum Clad Steel Guy Strand Insulators Shield Wire and Conductor Hardware Shield Wire Conductor Shield Wire and Conductor Accessories 16-1 ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 to EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE INTRODUCTION The specifications,drawings and catalog numbers contained in this attachment have been obtained from the apparent low bidder for each procurement contract for owner furnished material and is intended asinformationonly. It is expected that the material listed in this attachment will be the same which will be supplied by the Authority for Construction of the Intertie Project. 16-2 APA-83-R-0004 TUBULAR STEEL TOWERS AND ANCHOR BOLTS 16-3 The information shown below is the best available at this time following preliminary design.Estimated weights shown will]not increase by more than 5%as a result of final design,and weights may decrease substantially.Refer to Drawings 2005,Sheets 1,3,5,7,9,11,13,15,17,19,21 and 23fordetailreferencesandgeneralconfigurations.The vendor has not yet finalized the method to be used for guiding the upper body section onto the waist section during helicopter erection of the X-frame structures and it is anticipated that the successful bidder will have the opportunity to supplyinputtothisdesignfeatureifsuchinputcanbesuppliedinatimelymanner. A.TOWER TYPE A -X-FRAME Item Weight (Lbs.) 1.Upper body includes,|S.W.peakandcrossarms.10,600 2.Waist,Detail J 2,000 3.Legs:60'2,650 (per leg) 70'3,200 75'3,500 80'3,750 85'4,050 90'4,300 4.Mounting accessory for pile connection 725 (each) 5.Mounting accessory for rock anchor 475 (each) 6.Bolt Sizes Item Quantity Length Diameter (Per Leg)(Inches) Mounting accessory for rock anchor,Detail K 4 T2'=6"24" Pile Clamp,Detail M 6 Thru Bolts 1" Waist 16 (per waist)Thru Bolts -14" Conductor crossarm to legs 2 Thru Bolts 1" Shield Wire peak (each) to crossarm 2 Thru Bolts \" 16-4 TOWER TYPE B -X-FRAME Item Upper body includes S.W.peaks and crossarms Waist,Detail J Weight (Lbs.) 13,750 16-5 Legs:70'4,000 (per leg) 75!4,400 80'4,700 85'5,100 90'5,400 100'6,200 110'7,000 Mounting Accessory for pile connection 906 (each) Mounting Accessory for rock anchor 594 (each) Bolt Sizes Item Quantity Length Diameter (Per Leg)(Inches) Mounting accessory for rock anchor,Detail K 4 12'-6"23" Pile Clamp,Detail M 6 Thru Bolts j" Waist 16 Thru Bolts 14" Conductor crossarms to leg 2 Thru Bolts 1" Shield Wire peak (each) to crossarm 2 Thru Bolts y" TOWER TYPE HA -X-FRAME Item Weight (Lbs.) Upper body includes S.W.peaks and crossarms 14,500 Waist,Detail J 2,800 Legs:70'4,400 (per leg) 75'4,900 80'5,200 85'5,600 90'6,000 100'6,800 110!7,700 Mounting Accessory for pile connection 1,000 (each) Mounting Accessory for rock anchor 650 (each) Bolt Sizes Item Quantity Length Diameter ;(Per Leg)(Inches) Mounting accessory for rock anchor,Detail K 4 15'-6"23" Pile Clamp,Detail M 8 Thru Bolts 1" Waist 16 (per waist)Thru Bolts 14" Conductor crossarms to leg 2 Thru Bolts \" Shield Wire peak (each) to crossarm 2 Thru Bolts \" 16-6 THREE POLE GUYED STRUCTURES Height Structure Type Total Structure C D E Weights (Including Mounting Assembly 60'28 ,300 29,300 26 ,300 27 ,300 and ccnductor arm)70'30,700 31,700 28,700 29,700 75'31,900 32 ,900 29 ,900 30 ,900 80'33,100 34,100 31,100 32,200 85'34,300 35 ,300 32 ,300 33 ,300 90'35,500 36,500 33,500 34,500 100'37,900 --35 ,900 36 ,900 Weight of conductor jumper arm 700 350 350 300 Weight of mounting 500 500 500 500 assembly Details Anchor Bolts Number 4 4 4 4 Size 24"Dia.24"Dia.24"Dia.23"Dia. Pole Joints (Flange Type) Number per pole ]]]] Number of bolts 8 12 8 10 1"Dia.Size of bolts 1"Dia.1"Dia.1"Dia. SINGLE POLE SELF-SUPPORTING STRUCTURES Height Structure Type Total Structure SA SB Sc Weights (Including Base Plate,and 60'24,900 35 ,600 45,700 Conductor and Shield)65'26 ,400 42 ,800 49,200 Wire Arms)in Pounds 70'28 ,000 44,800 52,600 75'29 ,f00 46 ,500 56,200 80'31],600 49 ,500 59,600 85'33 ,400 53,400 -- 90'35,200 56 ,800 -- Pole Joints -Slip Joint Type Pole Cross-Section =Tapered Dodecahedron 16-7 THREE POLE SELF-SUPPORTING STRUCTURES Height Total Structure Weights (Including Base Plate,and 60' Conductor Arms)65' 70' 75' 80' 85' Pole Joints -Slip Joint Type 16-8 Structure Type SD 47 ,300 52,500 57,700 63 ,000 68,400 SE APA-83-R-0005 GUY HARDWARE ASSEMBLIES 16-9 ALASKA POWER AUTHORITY Structure Guy Hardware Assemblies Anchorage-Fairbanks Transmission Line Intertie Bid #APA-83-R-0005 1.Proposed Items 1.1 The following items are offered: ITEM 3A. 3B. 3C. 3D. QUANTITY DESCRIPTION Type "Gl1''Guy Hardware Assemblies,each assembly consisting of: 2 pieces -Continental Electric #CT-88H Clevis Thimble 2 pieces -Slacan Guy Deadend Grips for #6 -7 strands Alumoweld Guy Strand Type "G2"Guy Hardware Assemblies,each assembly consisting of: 1 piece -Joslyn Non-Adjustable Guy Deadend Assembly for #8 -19 strands Alumoweld Guy Strand 1 piece Joslyn Adjustable (18"take- up)Guy Deadend Assembly for #8 -19 strands Alumoweld Guy Strand Type "G3"Guy Hardware Assemblies,each assembly consisting of: 2 pieces -Joslyn BT3312BNK ChainShackle,minimum ultimate strength 150,000 lbs. 2 pieces --Joslyn Non-Adjustable Guy Deadend Assembly for #8 - 37 strands Alumoweld Guy Strand Type "G4"Guy Hardware Assemblies,each assembly consisting of: 2 pieces -Joslyn BT3312BNK Chain Shackle, minimum ultimate strength 150,000 lbs. 1 piece -Joslyn Triangular Yoke PlateperAPADrawing#2006,Guy Yoke Plate "G4" 4 pieces -Joslyn Non-Adjustable GuyDeadendAssemblyfor#8 - 19 strands guy strand 16-10 1.Proposed Items (continued) ITEM QUANTITY 3E. 3F. 3G 3H DESCRIPTION Type "G5"Guy Hardware Assemblies,each assembly consisting of: l piece -Joslyn Non-Adjustable Guy Deadend Assembly for #8 - 37.strands Alumoweld Guy Strand 1 piece -Joslyn Adjustable (18"take- up)Guy Deadend Assembly for 78 -37 strands Alumoweld Guy Strand Type "G6"Guy Hardware Assemblies,each assembly consisting of: 2 pieces -Joslyn BT3312BNK Chain Shackle, minimum ultimate strength150,0004 1 piece -Joslyn Triangular Yoke Plate, per APA Drawing 72006,Guy Yoke Plate "G6" 4 pieces -Joslyn Non-Adjustable Guy Deadend Assembly for #8 - 37 strands Alumoweld Guy Strand Type "G7"Guy Hardware Assemblies,each assembly consisting af: 1 piece -Joslyn Non-Adjustable Guy Deadend Assembly for #5 - 37 strands Alumoweld Guy Strand 1 piece -Joslyn Adjustable (138"take- up)Guy Deadend Assembly for #5 -37 Strands Alumoweld Guy Strand Type "G8&''Guy Hardware Assemblies,each assembly consisting of: 2 pieces -Joslyn Non-Adjustable Deadend Assembly for #8 -19 strands Alumoweld Guy Strand 16-11 CONE TYPE GUYING HARDWARE ASSEMBLY FOR 7/8"DIAMETRE GUY STRAND JOSLYN INDUSTRIES (CANADA)LTD CAT/PART/NO DESCRIPTION .MATERTAL | QUANITY C7111-11 1 1/4 ANCHOR SHACKLE ASSY STL.,FORGING,1038 MOD.H.T.1 C7349-1 1 BUNC-2A,U TOWER END STL.,AISI-1541,H.T.H.D.G.1 J18005-IM CONE TYPE BRIDGE YOKE STL.,CAST,ASTMA-1465,GR-105-85 2 P10211 H.T.1:SUNC-2B,HEAVY HEX NUT STL.,SAE GR-5,H.D.G.TAPO31 0.5 4 P10035 S.S. $.S.COTTER KEY STAINLESS STEEL AISI-302 2 B7361-11 LOCKWASHER STL.,AISI-1020,H.D.6.2 =¢7350-1 1 BUNC-2A,U BOLT GROUND END STL.,AISI-1541,H.T.H.D.G.1 =P10921-10 1 BUNC-2B,REG HEX JAM NUT STL.,SAE GR-2,H.D.G.TAP-031 0.S.2 B7346-0 SPACER BAR STL.,AISI-1015,H.D.G.l C7267-M -1 3/8 DIA.BOLT EYE STL.,FORG,AISI 1541 H.T.H.D.G.1 FILLER KORLOY 2570 22 lbs. CONE TYPE GUYING HARDWARE ASSEMBLY FOR 1"DIAMETRE GUY STRAND JOSLYN INDUSTRIES (CANADA)LTD CAT/PART/NO DESCRIPTION MATERIAL QUANITY C7111-12 1 1/4 ANCHOR SHACKLE ASSY STL.,FORGING,1038 MOD,H.T.1 C7364-11 1 1/8 7UNC-2A BOLT TOWER END STL.,AISI-1541,H.T.H.D.G.1 J18005-2A CONE TYPE BRIDGE YOKE STL.,CAST,ASTMA-148-65,GR-105-85 2 P10222 H.T.1 1/8 7UNC-2B,HEAVY HEX NUT STL.,SAE GR-5,H.0.G.TAPO31 0.5 4 P10035 S.S.S.S.COTTER KEY STAINLESS STEEL AISI-302 2 B7361-10 LOCKWASHER STL.,AISI-1020 H.D.G.2 _,7369-11 1 1/8 7UNC-2A,U BOLT GROUND END STL.,AISI-1541,H.T.H.D.G.1 e P10921-11 1 1/8 7UNC-2B,RES HEX JAM NUT STL.,SAE GR-2 H.D.G.TAPO31-05 2 B7346-1 SPACER BAR STL.,AISI-1015,H.D.G.1 C7267-M 1 3/8 DIA BOLT EYE STL.,FORG AISI 1541 H.T.H.D.G.1 FILLER KORLOY 2570 16 lbs. CONE TYPE GUYING HARDWARE ASSEMBLY FOR 1 1/8"DIAMETRE GUY STRAND JOSLYN INDUSTRIES (CANADA)LTD CAT/PART/NO DESCRIPTION MATERIALS QUANITITY ©(7111-13 1 1/4 ANCHOR SHACKLE ASSY STL.,FORGING,1038 MOD,H.T.1 C7365-11 1 1/4 7UNC-2A,U BOLT TOWER END STL.,AISI-1541 H.T.H.D.G.1 J18005-3A CONE TYPE BRIDGE YOKE STL.,CAST ASTMA 14365,GR-105-85 2 P10228 H.T.1 1/4 7UNC-2B,HEAVY HEX NUT STL.,SAE GR-5,H.D.G.TAPO31-0.5 4 P10035 S.S.S.S.COTTER KEY STAINLESS STEEL AISI-302 2 B7361-9 LOCKWASHER STL.,AISI-1020,H.D.G.2 ?€7370-11 1 1/4 7UNC-2A,U BOLT GROUND END STL.,AISI-1541 H.T.H.D.G.1 *P10921-12 1 1/4 7UNC-2B,REG HEX JAM NUT STL.,SAE GR-2 H.D.G.TAPO31-0S 2 B7346-2 SPACER BAR STL.,AISI-1015,H.D.G.| C7267-M 1 3/8 DIA.BOLT EYE STL.,FORG AISI 1541 H.T.H.0.G.1 FILLER KORLOY 2570 42 lbs CONE TYPE GUYING HARDWARE ASSEMBLY FOR 1 1/4"DIAMETRE GUY STRAND JOSLYN INDUSTRIES (CANADA)LTD CAT/PART/NO DESCRIPTION MATERIALS QUANTITY (5279-21 1 1/2"ANCHOR SHACKLE ASSY STL.,FORGING,1038 MOD H.T 1 C7366-11 1 3/8 6UNC-2A,U BOLT TOWER END STL.,AIST-1541 H.T.H.D.G.1 18005-4A CONE TYPE BRIDGE YOKE STL.,ASTMA 148-68 GR-105-85 2 P10230 H.T.1 3/8 6UNC-2B,HEAVY HEX NUT STL.,SAE GR-5 H.D.G.TARO31-05 4 P10037 S.S.S.S.COTTER KEY STAINLESS STEEL AISI-302 2 B7361-8 LOCKWASHER STL.,AIST-1020 H.D.G.2 >€7371-11 1 3/8 6UNC-2A,U BOLT GROUND END STL.,AISI atrq H.T.H.D.G.1 5 P10921-13 1 3/8 6UNC-2B,REG HEX JAM NUT STL.,SAE GR-2 H.D.G.TAPO31-05 2 B7347 SPACER BAR STL.,AISI-1015,H.D.G.1 €7256-1M 1 1/2 DIAMETRE BOLT EYE STL.,FORG AISI 1541 H.T.H.D.G.1 FILLER KORLOY 2570 5 Ibs APA-83-R-0006 ALUMINUM CLAD STEEL GUY STRAND 16-16 Oo ai ITAGHI No.SP 82-80-1044 Hitachi Cable,Ltd.Date Dec.27,1982 7-16.MARUNOUCHI CHIYOO4-KU,TOKYO.JAPAN SPECIFICATION (SP 82-80-1044) FOR CONCENTRIC-LAY-STRANDED ALUMINIUM-CLAD STEEL .WIRE Your Ref.No. Our Ref.No.WE -7061 CC CAheSimedbyanLiane OKTETRO OSalMa Manager,Engineering Sec., Aluminium Wire &Cable Department l.Scope This specification covers concentric-lay-stranded aluminum-clad steel wire (AS wire)for use as guy wire in transmission lines. 2.Specification Standard Specification ..In accordance with your specification and ASTM B 415-69,B 416-69. Component Wire Hard-drawn aluminum-clad steel wire (ASTH B 415-69 :AS wire) Stranding The component wire shall be performed in strending process,and the direction of ley of the outside layer shall be left-hand (S-Stranding). Construction Fig.1,Table l Properties of stranded conductor Table 1 Properties of component wire Table 2 3.Tests and Inspections All tests and inspections shall be made in accordance with{ your specification and ASTM Designation B 415-69 and B 416-69.|- 16-18 Packing and Marking Packing ©Conductor shall be packed on wooden reel,shown in Fig.ED 474588 Leng th Standardlength:Table 1. Reel Reels shall be non-returnable strong wooden reels equipped with wooden lagging,withstand against ordinary handling during shipment and transporting. Marking Marking shall be stencilled on a side of reels, as follows. 1)Name or symbol manufacturer 2)flame of purchaser 3)Purchase order No. 4)Year ov manufacture 5)Size,type of conductor 6)Net weight 7)Gross-weight 8)Conductor length 9)Serial number of reels 10)Any other necessary information . it 16-19 Table 1.Concentric-lay-stranded aluminum-clad steel wire (AS)02-91'Unit Characteristic Size designation Nos./AWG 7/6 19/8 37/8 37/5 Stranding number Nos.1 19 37 37 Nominal diameter of individual wires in.0.1620 0.1285 0.1285 0.1819 Nominal diameter of atranded conductor in.0.486 0.642 0.899 1.27 Breaking strength (Min.)1b 22,730 43,240 84,200 142,800 *Nominal weight lb/1000f t 416.3 713.5 1,398 2,802 *Calculated D.C.resistance at 20°C n/1000f t 0.2803 0.1649 0.08516 0.04247 *Calculated cross sectional area in?0.1443 0.2464 0.4798 0.9619 Min.10 10 ” 10 10Layratiotonominaloutsidediameter Max.16 16 16 16 *Modulua of elastioity pai 2.3 x lo!.2.3 x lo?2.3 x lol 2.3 x 107 *Coefficient of linear expansion 1/'F 7.2 x 1076 7.2 x 1076 7.2 x 1076 7.2 x 1076 Standard length on one reel ft 6,000.7,000 3,000 2,000 Tolerance of length %t5 #5 £5 +5 *Reference Value (for information only) Le-9LTable 2 Hard-Drawn Aluminum-Clad Steel Wires (AS wire) Item Unit Characteristio Nominal diameter in,0.1620 0.1285 0.1819 Size AWG 6 AWG 8 AWG 5 AWG Ultimate tenaile-strength (Min.)"pat 175 000 195000 165,000 Resistivity at 20°0 (Min.)n-omi1/f£+t 51.01 -'51.01 51.01 *Caloulated breaking eatrength 1b 3,608 2,529 4,290 *Nominal weight ;1b/1000ft 58.88 37.03 «14.25 *Caloulated D.C.resistance at 200 n/1000£t 1.943 3.089 1.541 *Calculated oross seotional area in.@ 0.02061 0.01297 0.02599 Permissible variations in speoified diameter an £145 £1.45 £145 Minimum thickness of aluminum in.0.0081 0.0064 0.0091 Number of twist (Min.)Noa,20 20 20 Minimum elongation in 250 mm of 1.5 1.5 1.5 v *Reference Value (for information only) ee te ee ene ee emcees ee ED te Tee Benen eran @ mete,tte ee ee eee ee momen ee Standard Dimension of Wooden Drom (For Information Only) we 7 we?a t i SS )ALUMINUM PAINT [y >_>>SOSefIt loraWA SPINDLE PLATE-Wh R meaBYZ| Dd &£.--t 3 <7 aie 14 i=f q 7 M.a ...,\a-Veal a 7 .'Dimension of Drum (Unit:MM) 'I Le +i ee ”seConductorft).?-a 4 Wo |a h t Weight Wolent(xg)|(xz) EAS 7/6 AWG 6,000 |1,150!600|600 |500 |50]75 |35 |1,233 |1,237 "19/8 AWG 7,000 1,400}800 |900 |750 75 $110 |35 [-2,266 |2,507 "37/8 AWG 3,000 1,400}800 |900 |750 75 {110 35 |1,901 |2,142 "37/5 AWG 2,000 1,600}1,000 900 |750 75 $110 35 2,544 2,851 **Information Only 16-22 APA-83-R-0007 INSULATORS 16-23 -«ad,. .7 FS . .flgst Sear ges V-95047 DIMENSIONS /__RATING ARCING DISTANCE,IN.(mm)_I5 (3.8)LEAKAGE DISTANCE,IN.(mm)15 (3.8) NET WEIGHT,LB_(kg)4.0 (1.8) MECHANICAL VALUES oo : | COMBINED M&E STRENGTH,LB (kN)-15000.(7)MECHANICAL IMPACT STRENGTH,IN-LB (Nm)-TENSION PROOF,LB (kN)7500 (33.5)\TIME.LOAD,LB (kN)|IO COO 4.5) ELECTRICAL VALUES . | LOW-FREQUENCYDRY FLASHOVER,kV .-25 LOW-FREQUENCY WET FLASHOVER,kV 10 CRITICAL-IMPULSE FLASHOVER,POSITIVE,kV A5 CRITICAL-IMPULSE FLASHOVER,NEGATIVE,kV 40 LOW-FREQUENCY PUNCTURE,kV RADIO-INFLUENCE-VOLTAGE DATA.LOW-FREQUENCY TEST VOLTAGE,|. RMS TO GROUND,kV 1OMAXIMUMRIVAT1,000 kHz,MICROVOLTS 50° NOTES:1.THE CONNECTING LENGTH OF A STRING OF 6 INSULATORSSELECTEDATRANDOMSHALLBEEQUALTO6TIMESTHENOMINALSPACINGOFTHEINSULATORS+3/4.' 2.ALL TESTS AND INSPECTION ON INSULATORS WILL BE PERFORMEDIN ACCORDANCE WITH THE LATEST REVISION OF ANSI STANDARD C29.1 AND C29.2.3.METRIC EQUIVALENTS SHOWN IN (). INSULATOR,SUSPENSION.-I-7-/OVERHEAD GROUND WIRE CLEVIS TYPE TENGCat.No.15S066 PRINTS TO maceey RB {LOCKE INSULATORS,INC. Arrnovars hy):"BALTIMORE,MARYLAND 21230 V-B47 16-24 REVISIONS (0 |R-390 12-188! "JAN.5 EZ .wtC)4 PRINTED IW UB A. Lu.Le GPUS 95624()JIMENSIONS RATING ARCING DISTANCE,IN.(mm)7 3/4.(197)LEAKAGE DISTANCE,IN.(mm)|12 (305) NET WEIGHT,LB (kg)11.5 (5.2) AECHANICAL VALUES . COMBINED M&E STRENGTH,LB (kN)20000189) MECHANICAL IMPACT STRENGTH,IN-LB(Nm)9O(I1O)|TENSION PROOF,LB (kN)10 000(44.5) TIME LOAD,LB (kN)12 000(53.3) ZLECTRICAL VALUES LOW-FREQUENCY DRY FLASHOVER,kV -80 LOW-FREQUENCY WET FLASHOVER,kV 50. CRITICAL-IMPULSE FLASHOVER,POSITIVE,kV 125 -CRITICAL-IMPULSE FLASHOVER,NEGATIVE,kV 130 LOW-FREQUENCY PUNCTURE,kV 110. RADIO-INFLUENCE-VOLTAGE DATA LOW-FREQUENCY TEST VOLTAGE,RMS TO GROUND,kV 10 MAXIMUM RIV AT 1,000 kHz,MICROVOLTS .50 NOTES: 1.THE CONNECTING LENGTH OF A STRING OF 6 INSULATORS SELECTED AT RANDOM SHALL BE EQUAL TO 6 TIMES THENOMINALSPACINGOFTHEINSULATORS+3/4” 2.ALL TESTS AND INSPECTION ON INSULATORS WILL BE PERFORMED IN ACCORDANCE WITH THE LATEST REVISION OF ANSI STANDARD C29.1 AND C29.2. 3.METRIC EQUIVALENTS SHOWN IN (}. I-7-2 INSULATOR,SUSPENSION ENG|Cat.No.20S580 ANS!Class 52-4 PRINTS TO mace'EHW |LOCKE INSULATORS,INC.|\/-DH G24.APPROVALS |)|BALTIMORE,MARYLAND 21230 16-26 AEVISIONS O1R-80 4-19-78 APR.24,1978 vecte PRINTED IN U.S.A.1 6-27 WGK meesese[="Sw DIMENSIONS RATING ARCING DISTANCE,IN.(mm)|7 3/4.(197)LEAKAGE DISTANCE,IN.(mm)12 (305) NET WEIGHT,LB (kg)12.5 (5,7) MECHANICAL VALUES || COMBINED M&E STRENGTH,LB (kN)30 000(/33) MECHANICAL IMPACT STRENGTH,IN-LB (Nm)90 (10) TENSION PROOF,LB (kN)15 000 (67)TIME LOAD,LB (kN)|18000 (80) ELECTRICAL VALUES : LOW-FREQUENCY DRY FLASHOVER,kV -80 LOW-FREQUENCY WET FLASHOVER,KV 50 CRITICAL-IMPULSE FLASHOVER,POSITIVE,kV 125 CRITICAL-IMPULSE FLASHOVER,NEGATIVE,kV ©/30 LOW-FREQUENCY PUNCTURE,kV 110 RADIO-INFLUENCE-VOLTAGE DATA LOW-FREQUENCY TEST VOLTAGE,RMS TO GROUND,kV 10 MAXIMUM RIV AT 1,000 kHz,MICROVOLTS 50 - NOTES: 1.THE CONNECTING LENGTH OF A STRING OF 6 INSULATORS SELECTED AT RANDOM SHALL BE EQUAL TO6 TIMES THENOMINALSPACINGOFTHEINSULATORS=3/47 2.ALL TESTS AND INSPECTION ON INSULATORS WILL BE PERFORMED IN ACCORDANCE WITH THE LATEST REVISION OF ANSI STANDARD C29.1 AND C29.2. 3.METRIC EQUIVALENTS SHOWN IN (). [-7-2 INSULATOR,SUSPENSION ENG Cat.No.308257 ANSI Class 52-6.PRINTSTO 16-28 REVISIONS OlR-B4____4-25-78 MAY E1978 V9C74 PRINTEO IM U.S.A. :16-29 -IMENSIONSARCINGDISTANCE,IN.(mm)LEAKAGE DISTANCE,IN.(mm)NET WEIGHT,LB (kg) MECHANICAL VALUES:|, : COMBINED M&E STRENGTH,LB -(kN) RATING | 8.0 (203) 12.5 (318)|.(7.7)|:17.0 492 000 (/78) MECHANICAL IMPACT STRENGTH,IN-=LB.(N'm)90. TENSION PROOF,LB (kN)TIME LOAD,LB (kN) ELECTRICAL VALUES 29000 (33324000(107 LOW-FREQUENCY DRY FLASHOVER,kV BO LOW-FREQUENCY WET FLASHOVER,kV 50CRITICAL-IMPULSE FLASHOVER,POSITIVE,kV.425 CRITICAL-IMPULSE FLASHOVER,NEGATIVE,kV (130 _LOW-FREQUENCY PUNCTURE,kV 110 :ADIO-INFLUENCE-VOLTAGE DATA LOW-FREQUENCY TEST VOLTAGE, |RMS TO GROUND,kvV 10 MAXIMUM RIV Ai 1,000 kHz,MICROVOLTS 50 NOTES:1.THE CONNECTING LENGTH OF A STRING OF 6 INSULATORSSELECTEDATRANDOMSHALLBEEQUALTO6TIMESTHE©NOMINAL SPACING OF THE INSULATORS=3/42' 2.ALL TESTS AND INSPECTION ON INSULATORS WILL BE PERFORMED IN ACCORDANCE WITH THE LATEST REVISION OF ANSI STANDARD €29.1 AND C29.2.3.METRIC EQUIVALENTS SHOWN IN () V-95 734. C10)| I[-7-2 INSULATOR,SUSPENSION ENG PRINTS TOCat.No.408290 ANSI Class52-10 REVISIONS O}R-/09 G-/-8/ JUNE 11,1981 jofte ft 4 4.D/A.UE -o0" VECTA PRINTEO IN U.S.A. REVISIONS Er CPN|insur ATORS =Qs”Ve TY c? TITLEPALLETIZATION OF4 La Dia.SUSPENSIONINSULATORS-6 Y4"SPACI/G-12 PER CARTON WITH W/REBOUNO OVER WRAP U-2K //-24-G1 RY INSULATORS CONTAINERS PER CRATE |PER PALLET |\PER LAYER |\p2R PALLET /2 288 6 ed PRINTS TO MAOE BY RA Y APPROVALS LOCKE INSULATORS,INC. BALTIMORE,MARYLAND 21230 USK/1-24-81.RY VICIN4 PRINTED INU.S.A,K&L 107193 1-77 MCSESEO 16-32 REVISIONS AUG.6197S TITLaPALLETIZATION OF 10°O/A.SUSPENSIONINSULATORS -SV4"SFA CIV G*6 PER CRATE INSU2ATORS CONTAINE eS PER CRATE |PEFR F4LLET |OER LAYER PER PALLET 6 90 =)15 4)2x.020 STEEL(4)4 STRAPS MTEG SCE PRINTS TO maoe®YRA Y_|LOCKE INSULATORS,INC. APPROVALS W-534 9/-B/JitBALTIMORE,MARYLAND 21230 V3¥C74 PRINTED IN U.S.A.KG&E 10 7188 6-74 MC 28550 16-33 APA-83-R-0008 SHIELD WIRE AND CONDUCTOR HARDWARE 16-34 SE-9Lv1 fos :=-STOF COMPONENTS4i t zat PCRALSY UWS ©:oGilers-seis.ce sates Sas bre COSCRIPTION were 2 Zi yt 3 tot 2 ASM 45 SsaosetPe:et 27 $85 @ 17 €eee alee Reena a fS 4aN : So IT st war SER te Fs -TY)-_-._SI SSA zoos xt So eS LS ASM C3431 13000 TsturajtT.1 -t-1 tu stcol rs Fs} ' .HBOAPUAl !aq io-}BN o-heTell SHICLO UIRE SUSPENSION INSULATED (INTCRERUPTID) ASSEMALY CAT NO.CGA25-SUST/TE st.La 2 2 er .nit BETMEA/TUTIOML ComPoesnoe tee formeny-SHILLO UIRE,OFL.40-TNO INSULATED EQ NTERRUPTED)ASSCMBEALY CAT NO.C-CA25-SUOLL &¢-<2825-suoct/t -aos al wa -=|= . 7 .iJournWweLoarinain ©Fares o-4]a @ ;@ iy ir oe |ny7].LJ .siohz2HRSet ,Cane Manet:{_|4 3h SHITLO UIRE SUSPTNSION SHIELO UIRE SUSPENSION:INSULATED ASSCMBLY CATHO C¢6825-SUS ASSCUBLY CAT NOC ¢6B25 SUSE Rota.ei 7 Jour '\ LL L_ oSi' 2b ej- SHIELD UIRE CCAD ENO ASSEMGLY CAT NO.C CBA75 SUOE Pa 3) SH(Ev.5 «RE *4SSYS 243 NV Tee sists Il 24 STA SE ALASKA POHTR AUTHORITY O12 32 [eae cee =Se<T_™=30™Oc GatS are 9E-9L(e) ASSEMBLY CAT NO C CB23.LAVS 47 UTE rmeadeTe]ccsceiption |tea Z2EZ1 +Mancwoe Fen Ke iss -|27?32 2-43 ite 2Tzla z> tT:t3s 3 272s 74 2 2 7 30 Ps BN?a a te Cc ey | A SL . ;te: ASSCMALY CAT.NO CCAS:TVS SCC SHECT ONT FOR MATERIAL NOTES PCE APA OUG NO 2007 VEE:STRING SUSPENSIONS 245 WN TOAST m4 eT nARS ALASKA POUTR AUTHORITY worn Az PORstoped eeses I 'an a areons- sy -) ra w 1 rc am 3 -n Meh ” z5 .2 ne ateecghgenmn"iO si 1°L --iaunitse5-105wvr.ASSCMALY CAT HOA CCB2S.TSS LASS ST OF CCrPCNOENTS |fodeedSGPC SiC LAT [=SEC CATCER FANCuKLT $27 weunetses]s0s{-LiedASSEMBLY TAT NO CCHR265CIS TUAMPING @ANGE-103-184 crig4 -HOTES:-1 MATCRIAL- A NCOULAR [2ON OTM PONENTS NL)RCOURAR LRON PCR ASTM ATSB ATT SOOURIED BY BLTHEA Sece S306HOTDIPGALVANIZEDPERASTIAISSBasessinunmotMOoTSALY)CASTINGSSPETFURTEDACOANUTACLLYASCTeSWICLD.ALUMINUM ALOY Gon THCSTEELYCONPONENTS(STL)STEEL HOTDLPGALVANLZCDPEARASTMALSS. 2 HARDUARE-A Z.OvlS PINSU COLTS BOUTS NUTSANOLASerCHSSTCELHOTOPGALVANIZEDPLRASTH-AISS&COTTICR PINS -ASL 302 STAINLESSSTcc... REF APM UTE mu i. Birmea /Manoms Coeroumon ame Jermrecserey SINGLE 6 JUMPER SUSPENSIONS 245 VV TEAS SMISSION OME 7425 ARE ALASKA POULR AUTHORITY areinaee wT ae Wey O¢-cats BE-9LSom i "ST OF TOMPCNENTS {ZOLA Pin -|reNeen IQUMITS@ GPT --é--ASSEMBLY CAT NO CSEZS-COEL COE-2.COER1 ECoER-2-- 166 }- SCE SHEET 1 FOR MATERIAL NOTES RET'APA OWG NO.2007 v1 ->a L .PTS TCR RE SY,re -7 CATA PAT =oteeee|WP OUR FOE See Re CHUTE cesce:picn =!Pe "zie are Ms x](OSS tT tl?22 2.)1ANCO@ SeACKLOl 455 OS ata TS te'Y ont tT .t-.2 Tm Ul:(Ova cYC SD ALLYO -os ©6215 Tan 50)"5 2s:ae NE Se 1saeis4 152200 Sve ws47,.447 8 =]61 6 4 ANCHOR SascrLO TASH GSA Tetscs)sy i id -T =i 1 3 |vone i=sees 5 1229.Se wot =yt 1 2 [coRONA SHIGLD [4a5.-a2 eeyoAy-=f i et ft enactve calerc[cco 6a 2230071 FS 24+4 "a 'fe .Tl--),-la froxc -525 5 Suassuy aan in eens 'Ui [1-|-1 -3 (CCRENA SHICLO TASe 5S.3 OnE):|Pp Coy vw [i [An cr Sncc ve TASH CT es ST "eb we were em . 1 . . |NOTE.FOR ASSEMBLIES CCER ERTCOCR BEOVERST1)INSULATORS ANO ANCHOR SHACKLESRQ..ibm4?'Ss 3 eunirsecfa-b af L ye agate ya fos mn 134f ASSEMBLY CAT NO CSA25-RTCOL &RTCOER BS FOR ASSEMBLIES COE2 §COER-2 a Ss eaSI 7 ;=Lf]tt .-«<«<¢re ldBe4 Ly Berera /Manos Coepoarmos a | TOAD END ASSCPEaLIES 345 CV Toss SSE LH Pet BARE ALASKA POULR AUTHORITY ZU ar heen SUE ©iStcoedees |feos APA-83-R-0009 SHIELD WIRE 16-39 eeLee DATA SHEET FOR SHIELD WIRE 1.PHYSICAL CHARACTERISTICS 1.Nominal Diameter of Strand (Inches)3/8 Inches Humber of Nires in Strand 7 Wires2. 3 Niemeter of wires in Strand (Inches).120 Inches 4.weight (Founes/1,000 Feet)273 lbs.per 1,000 Ft. 5.Rated Sreexing Strength (Pounds)15,400 lbs. 6.Minisun Sending Radius (Inches) 1.X22}Desiscation Non-returnabel wooden reel--< 2.Langen o*Ssieid Mire on Reel (Feet)7,500 Ft. 3.Pretectics Material Water proof paper/Polypropylyne -sheet. 3 J4.Gross we mnt of Reel,Shield Wire and Protection Material(Founds)2,097.5 lbs. >.Description of Method used to clean the Shield Wire in 'Normal froduction Pikeling of wire rod. 6.Minimum Aticwable Bending and Handling Radius (Inches) 3.PLANT 1.Location of Stranding Plant Seoul,Korea (Young Heung Iron &Steel. 2.Source of Steel Kobe Steel Company -Kobe Japan 16-40 APA-83-R-0010 CONDUCTOR 16-41 DATA SHEET OVERALL CONDUCTOR 1.Rated tensile strength of conductor pounds 25,900 . 2.Weight of conductor,pounds per foot 1.076 . 3.Place where conductor sill be stranded Alcoa/Vancouver,WA. 4,Place where tests for corona extrication voltage gradient canbemadeifrequiredOhioBrass:Co.; 5.Date when testing equipment was last calibrated 3/9/82 by whom Alcoa Research Laboratory . 6.Will a statistically based sampling plan be used Yes . ALUMINUM 1.Minimum average aluminum conductivity at 20 degrees Celsius, percent IACS 62.0 _° 2.Mean aluminum stranding increment,percent (1.025 ° 3.Total aluminum area,kcmils 954 | : 4.Number and diameter of aluminum wires 45 xX 0.1456 . 5.Type of aluminum (hot rolled or continuously cast)Hot Rolled 6.Primary source of redraw aluminum rod Alcoa/Vancouver,WA 7.Place where tests on redraw aluminum rod will be madeVancouver,WA 8.Place where tests on aluminum wire will be made Vancouver,WA. STEEL 1.Mean steel stranding increment,percent 1.004 . 2.Number and diameter of steel wires 7 X 0.0971 . 3.Type of steel (hot rolled or continuously cast).. -:Will individual wires be welded See ASTM B458 . 4.Method of galvanizing of the steel]Per ASTM B498 . 5.Grade of zinc (Prime Western,etc.)poy acon ne . 6.Place where tests on steel wires will be made: a.Steel wire producer tests =wot vet Known . b.©Conductor manufacturer tests Vancouver,WA .° 16-42 Size of reel RMT 84.45 . Nominal length of conductor on each reel,feet 75099 . The manner in which the conductor is to be packaged,including drawings showing reel dimensions,reel construction and typeandsizeoflaggingSeeAttached . Method of shipment It is anticipated that shipment willbebytruck,barge then truck or rail. 16-43 aoe ,.'en s1.Dimensions of RMT.84.45 reel shown |on Attached Sheet |"Ro-4 aReelstobewoodlaggedutilizingfir.or hemlock 2 x -4°s,:46 1/2"long.Gross weight approximately 9400 1bs.3°.Reels to be prepared and:marked per Section 5.1 Special Provisions,Paragraph 5,Packing &Shipping on.Rages 5.1.2and5.1.3 of the invitation to 'bid. 16-44 APA-83-R-0011 SHIELD WIRE AND CONDUCTOR ACCESSORIES 16-45 SHIELD WIRE 1. DESCRIPTION MANUFACTURER 1].Tubular compression deadend Alcoa 2.Tubular compression deadend with 15°tongue Alcoa, 3.Jumper Terminal Alcoa 4.Vibration damper Preformed Line Products CONDUCTOR Tubular compression deadend assembly,complete with jumper terminals,bolts,nuts,and washers Alcoa .Repair sleeves,compression type Alcoa .18''Spacer-tow bundle Alcoa .Vibration damper .Alcoa .Armor Rod Preformed line products 16-46 CATALOG NUMBER 4620.12 4620.12T 5171.39) SVD-0104 HES-133 RS-13 3312 1706-16 AR 0506 a ALASKA POWER AUTHORITY CONSTRUCTION CONTRACT NO.APA-83-C-0016 TRANSMISSION LINE CONSTRUCTION FROM STATION 5171 +47.61 TO EOP FOR ANCHORAGE-FAIRBANKS 345 kV TRANSMISSION LINE INTERTIE SECTION 17.0 BIDDERS QUESTIONS AND CORRESPONDING ANSWERS Questions Received and Answers Given Subsequent to the Issuing of Addendum 1. 1.Q.Is it a requirement that the tower sites be cleared to the size portrayed in the construction manual if the prime contractor does not require it for their purposes.In other words,when the towers are to be constructed elsewhere and flown to the site. A.We have investigated this matter and have determined that complete clearing of the structure and guy clearance envelopes,as shown in the bid documents,will be required regardless of the method of structure erection to be employed.Clearing is required to provide clearance for the structure guys and no significant reduction in the area to be cleared can be made. 2.Q.Can the railroad right-of-way be used for vehicular access;i.e., can the contractor travel up and down the railroad right-of-way. Do we need any special permits to do so? A.Permits are being obtained for vehicular travel along the railroad right-of-way only in those specific areas so indicated in the Access Plan.It will not be possible to travel on the railroad right-of-way in other areas. 3.Q.On the Ketichican Transmission Line Project bid in December,1981, there was a special wage rate determination made by the Alaska State Government applying to tree clearing and timber harvesting.Is there the possibility that such a determination (lowering set rates)will be or can be made for these projects? A.The project referenced was a special case involving the harvesting of commercial]timber which is not applicable on the Intertie Project.Title 36 of the Alaska Statutes concerning Prevailing Wage Rates will apply. 4.Q.Paragraph 6.13.2.3 describes seeding and fertilizer applications. The application rates per acre are large and in unaccessible areas and must be done by helicopter.Do you have an estimate of areas required.If not,can this item be given a unit price or a maximumquantity(area)? A.The application rates have been established in consultation with various agencies and are not believed to be excessive.It is not possible to estimate a required quantity and to establish a unitpriceinthattheamountofseedingrequiredisdependentdirectlyonthecarethatisexercisedbytheContractorandthemethodof construction employed.Seeding is only required where necessary topreventinducedoracceleratederosionresultingfromContractor's activities. 17-1 Paragraph 6.10.2 requires the Contractor to furnis™a Network Analysis from which a time scaled progress chart sall be developed.This progress chart must be updated anz submitted monthly. Is it safe to assume that since the progress chart is made from the Network,the the Network Analysis must also be updzted at least monthly? The Network Analysis need only be updated when there are signifi- cant changes made to the Contractor's schedule. What percentage of the X-frame structures will have legs of unequal length? Approximately 25 percent in Contract No.2. 17-2