Request for bids charlotte county, florida



Yüklə 2,75 Mb.
səhifə3/45
tarix11.09.2018
ölçüsü2,75 Mb.
#80708
növüRequest
1   2   3   4   5   6   7   8   9   ...   45

SPECIAL PROVISIONS

EDGEWATER DRIVE WIDENING – PHASE 2 CONSTRUCTION

BID NO. 2014000340

SP-01 INTENT: It is the intent of Charlotte County to widen and improve to a new four-lane roadway, Edgewater Drive from Harbor Boulevard to Midway Boulevard. The work specified herein shall consist of furnishing all supervision, labor, equipment, material, and any incidentals required for the successful completion of all work specified on the Construction Plans and Specifications as specified herein. The Contractor shall be responsible for Maintenance of Traffic and the restoration of the construction area to its pre-construction condition; including, but not limited to, fences, street signs, traffic control signs, mailboxes, property corners, existing utilities, sodding or any other items disturbed during the construction.
SP-02 DESCRIPTION OF THE WORK: The construction shall include widening Edgewater Drive from Harbor Boulevard to Midway Boulevard to a residential four-lane roadway. The roadway improvements will included replacement of bridge structures on Edgewater Drive over West Spring Lake, East Spring Lake and Sunrise Waterway; construction of retaining walls; replace the existing traffic signal at the Edgewater Drive and Harbor Boulevard intersection with a traffic signal mounted on mast arms; embankment and grading required for the proposed four-lane roadway and sidewalk; construction of four (4) round-about intersections; improve and replace Charlotte County utilities within the Edgewater right-of-way; construct two (2) proposed Lift Stations; drainage improvements, which will include stormwater detention ponds, decorative roadway lighting and irrigated landscaping within the right-of-way. The Contractor shall be responsible Maintenance of Traffic as required to complete the proposed construction. The Contractor shall be required to coordinate with Utilities located within County maintained right-of-ways. This coordination may include resolving conflicts with the proposed construction.
SP-03 DEFINITIONS: Throughout these Specifications and Provisions, reference is made to certain sections of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2010. References to abbreviations shall be those defined in FDOT Specifications Section 1-2. Any reference to the FDOT Design Standards or FDOT Index shall refer to the Florida Department of Transportation Design Standards for Design, Construction, Maintenance, and Utility Operations on the State Highway System dated 2010, English Units.


  1. Department - Any reference in FDOT Specifications to the Department shall mean Charlotte County.

  2. CCU – Charlotte County Utilities.

  3. County – Charlotte County

  4. County Inspector - An authorized representative of the County/CCU, assigned to make any or all necessary inspection of the work performed and materials furnished by the Contractor. The Contractor shall be responsible to reimburse the County for overtime wages when they exceed 10 hours a workday and/or holidays.

  5. County Project Manager – An authorized representative of the County, assigned as the Project Manager for this project and point of contact for all construction and administrative communication.

  6. CEI – The Construction Engineering Inspection Consultant retained by the County for this project to perform construction inspection and administration for all construction components of the project.

  7. Substantial Completion - Notice of Substantial Completion shall be issued upon the completion of all Contracted work. The County shall determine the date of Notice of Substantial Completion.

  8. Work Day - A regular work day shall be considered to be a maximum often (10) hours duration, starting no later than 8:00 am. Contractor to reimburse the County for County Inspector’s overtime wages for any work performed over 10 hours a day and holidays. The CEI shall be the sole judge when the Contractor has completed his work day. Night work must be approved by the County. Contractor shall notify the County a minimum of 5 days prior to intended night work for County consideration.

  9. Suspension of Work - All work shall be suspended whenever the Board of County Commissioners suspends normal working hours for Charlotte County Engineering employees, for occurrences, such as natural (hurricane) emergencies. The Contractor will not be entitled to any additional compensation for such suspension of work.

  10. Completed and Accepted- The CEI shall be the sole judge of when the work associated with a Pay Item is Completed and Accepted. When all activities described in the Technical Specifications for a Pay Item are satisfactorily completed, the County will judge if the work is completed and accepted and submit to the County for final approval.

  11. Work Zone- An area established by the County where all of the Contractor's work shall take place. The limits of the Work Zone shall be specified by the County. The Contractor shall have a County Inspector and/or a CEI on-site whenever he has personnel within the Work Zone.

  12. Traffic Technician. Any person holding a Florida Department of Transportation Certificate in Work Zone Traffic Control and Maintenance of Traffic (Intermediate Level).

  13. Flagger: Any person who has successfully completed the FDOT Basic Training Course for Work Zone Traffic Control and Maintenance of Traffic.

  14. Qualified Products List- FDOT Qualified Products List and CCU Qualified Products List.

  15. State Materials Office - Charlotte County

  16. Private Utilities – Any privately owned utility provided that has facilities within the work zone of this project such as electric, phone and cable TV.


SP-04 EQUIPMENT: The Contractor shall only use equipment, machines, or combination of machines that are in good and safe working condition. The equipment shall produce results that meet or exceed the Technical Specifications stated herein. Special attention is directed to paver capable of achieving desired application rates, specified cross slope, and necessary joint matching through the use of the latest electronic technology available. Equipment incapable of providing this will not be acceptable for use on this Project. Work completed with equipment which is not properly functioning shall be deemed unacceptable.
Unless restricted to a specific type by the Contract Documents, the Contractor may perform the work using equipment, tools, machinery, etc., of his own choosing. Note that the facilities to be constructed under the Contract are adequate only to support their design loads in their completed construction stage. If the Contractor’s equipment or procedures during construction damage any part of the facility, the Contractor shall replace or repair it as directed by the County at no expense to the County.
The Contractor shall provide all equipment to be used in construction of the project on the site in due time prior to its need, in working condition, subject to approval or disapproval by the County. Only factory recommended exhaust mufflers, in good condition, shall be used on internal combustion engines. The Contractor shall not use equipment which is unsafe or in need of repair. Any such deficient equipment, in the sole opinion of the County, shall be removed from the project by the Contractor until necessary repairs are made. The Contractor shall ensure that the numbers of units, the sizes, etc., of the equipment on hand are adequate to complete the work within the Contract Time.
Consistent with public interest, safety, and good practice, the Contractor shall maintain all equipment, tools and machinery used in a satisfactory working condition throughout the period they are on the job site. The Contractor shall take all necessary measures to prevent discharge of any pollutants onto the ground at any time. Should such discharge occur, The Contractor shall immediately take all required steps to clean up the contamination. Should the Contractor fail to remediate the contamination, The County reserves the right to shut down all the Contractor operations until such time as the contamination is removed. There will be no additional compensation paid to the Contractor for such a shut down.
All stationary equipment such as pumps, compressors, generators, etc., shall be screened from noise sensitive receivers; including residences.
SP-05 CONTROL OF MATERIALS: All workmanship and materials shall be in accordance with Contract Specifications. Only materials conforming to the requirements of the Specifications and approved by the County shall be used for the work. Any materials proposed for use may be inspected or tested at any time during their preparation and use. No material, which, after approval, has in any way become unfit for use shall be used in the work.
The Contractor shall give sufficient notification of placement of orders for materials and shall order materials sufficiently in advance of their incorporation in the work to allow time for sampling and testing. The Contractor shall ensure all material complies with Specifications. No payment will be made for materials ordered and/or delivered to the job site that have not been permanently incorporated into the work.
SP-06 CONTRACT TIME: The Contract Time for the completion of this project shall be 760 calendar days from the date specified in the Notice to Proceed and stops with Substantial Completion. The Contract Time includes up to fourteen (14) calendar days for Charlotte County's review of each submittal or re-submittal. The Contract Time shall be extended by one calendar day for each calendar day over fourteen (14) that is used by Charlotte County for the review of each submittal. There shall be no extension of time provided for modification and corrections or re-submittals to address deficiencies therein identified during the review by Charlotte County.
SP-07 PERIODIC PROGRESS MEETING: The Contractor shall designate a representative to attend weekly Progress Meetings held at 410 Taylor Street or a mutually agreed upon location. At each meeting, the Contractor shall review the current progress as it relates to the project schedule, work completed during the last work period, projected progress for the next work period, written claims for additional compensation, written claims for Rain days, and Value Engineer Proposals. The Contractor shall provide weekly MOT plan and/or schedule updates to the CEI and County. At least once per month the Contractor shall submit a revised project schedule. Failure to comply with the approved Construction Schedule shall result in the Contractor being considered in default and subject to suspension of this Contract.
SP-08 VALUE ENGINEERING PROPOSAL: The Contractor may offer Value Engineering Proposals (VEP) for completing the work using different means, methods, and/or equipment than specified in the contract. The CEI will review and provide written comments to the County for each VEP provided by the Contractor. The County reserves the sole right to reject or accept any such VEP. Should the VEP be accepted by the County, the Contractor receives a 50% share of actual cost savings. The Contractor shall not be compensated for the preparation of a VEP.

SP-09 PROJECT SIGNS: The contractor shall provide two (2) four (4) foot by eight (8) foot post mounted Project Information signs. The location and sign content shall be coordinated with the County and CEI. The signs shall be maintained in good condition for the duration of the project. The cost of the signs shall be incidental to the overall project cost.
SP-10 COOPERATION WITH UTILITIES: The Contractor shall notify and work out any necessary relocation/protection schedule with all utility owner(s) affected by the construction prior to beginning work. Any expense of utility repair or other damage due to the Contractor's operations shall be borne by the Contractor. Protection of utilities, and the like, shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service.
NOTE: The Contractor is to include within his line item bid prices, the costs to protect, and/or support, all underground utilities, which may be in conflict with the construction of this proposed project.
Attention is called to the Florida Underground Facility Damage Prevention and Safety Act defined in Florida Statue 240. This act provides for a “Sunshine State One Call” telephone number (811) to be sued by all parties doing excavation, demolition or other underground construction.


  1. Charlotte County Utilities (CCU)

  1. Contractor shall coordinate all field work with the CCU inspector assigned to the project.

  2. All utility work being constructed shall conform to CCU standards

  3. Contractor shall disconnect the existing CCU facilities and reconnect the new facilities to the existing CCU customers (residents). This cost shall be incidental to the contract and be at no cost to the customers (residents). The costs to connect and all fees for new utility connections to CCU facilities are the responsibility of the customers (residents), not the Contractor.

  4. Contractor shall develop a written procedure for all CCU testing, shutdowns, placing temporary and newly constructed facilities into service for the CEI’s and CCU’s review and approval. NO work will proceed until the CEI and CCU have issued their written approval.

  5. Watermain at bridges, County will make every effort to redistribute the water supply, which will allow the existing waterway crossings to be taken out of service. The Contractor shall coordinate with CCU to determine if when and for what duration the watermain crossing can be taken out of service.

  6. Forcemain at bridges, County will make every effort to reconfigure the existing forcemain pumping pathways to allow the waterway crossings to be taken out of service; The Contractor shall coordinate with CCU to determine if when and for what duration the forcemain crossing can be taken out of service. Contractor shall run locator wire through all existing forcemain subaqueous crossings at bridge locations to determine actual location of main. If existing main location is acceptable to CCU. Contractor may burst existing forcemain in order to construct proposed new forcemain. All work under this requirement shall be coordinated with CCU inspector. Any and all work associated with this requirement will be included in the Contractor’s bid price.

  7. Lift Stations- The Contractor shall provide necessary personnel and equipment to monitor and remove if necessary, sewage from ALL Lift Stations, including private facilities affected by the Contractor’s work. CCU will provide dump site for within two (2) miles of the project limits where the Contractor will be able to dump sewage collected as part of this work at no charge to the Contractor.




  1. Public Works – Contractor shall coordinate all lighting and signalization field work and inspections with CEI and the County Lighting District.

  2. CenturyLink (CTL) - Contractor shall coordinate with CTL on all CTL conflicts in particular the following:

  1. CTL will be responsible for providing adjustments for manhole but Contractor will be responsible for keeping manhole in service throughout construction and may have to adjust curb and/or sidewalk to accommodate manholes.

    1. Manhole at Intersection of Midway and Edgewater. (STA. 100+50 RT45.00)

    2. Manhole at Intersection of Harbor and Edgewater. (STA. 199+53 RT51.00)

  2. At ALL Bridge crossings the Contractor shall install conduit and appurtenance which will be provided by CTL. The Contractor installation cost shall be incidental to the bid.

  3. The Contractor is responsible for maintaining service and protecting CTL conduit crossing at STA. 198+78

  1. Florida Power & Light (FPL) - Contractor shall coordinate with FPL on all FPL conflicts in particular the following:

  1. Contractor shall coordinate with FPL the installation of Electrical Services for the proposed Lift Stations (Altoona LS139 480 volt 3 phase and Sunrise LS130 230 volt 3 phase), Irrigation Controls and Lighting Load Centers. Each Electrical Service shall have a separate meter account. The Contractor shall pay all fees and charges assessed by FPL for the proposed Electrical Services. The Contractor will be reimbursed for FPL charges assessed for installing the proposed Electrical Services. Power consumed prior to Substantial Completion shall be paid by the Contractor.

  2. Contractor shall coordinate with FPL to avoid existing power lines; contractor may have to adjust curb and/or sidewalk to accommodate exiting power poles.

  3. At the Sunrise Bridge crossing the Contractor shall install conduit and appurtenance which will be provided by FPL. The Contractor installation cost shall be incidental to the bid.

  1. Comcast - Contractor will coordinate with Comcast on all Comcast conflicts within the project area.


SP-11 PROTECTION OF EXISTING IMPROVEMENTS: Protection of personal property, utilities, structures, mailboxes, sprinkler systems, conduits, trees, shrubs, and the like, shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service. The Contractor shall make prompt repairs to any such improvements damaged by the Contractor's actions.
Mailboxes shall be kept in service at all times. If during certain times during the construction activities, the Contractor may, with the approval of the County and the United States Post Office relocate mailboxes for a limited time. All mailboxes shall be restored to their new locations per USPS regulations upon the completion of that phase of work.
Any property monuments, property corners, or other property line designations are to be protected. Should the designator be disturbed, the Contractor shall cause a licensed surveyor in the State of Florida to accurately re-set the designator to the satisfaction of the County Surveyor. Copies of the survey notes shall be submitted to the County and reviewed by the County Surveyor.
SP-12 CONSTRUCTION MATERIALS TESTING: Construction materials testing for the roadway and bridge structures will be performed by the County at no expense to the Contractor, except the Contractor shall provide daily extraction tests for each day asphalt pavement is placed on the project. The Contractor shall give twenty-four (24) hour notice to the County Representative of the need for an inspection. The County Representative will coordinate for the test to be performed by a licensed testing firm. However, any testing that fails, expenses incurred as a direct result of the Contractor's actions, or delays charged to County as a result of the Contractor not being ready for the test which the County was notified that would be needed in twenty-four (24) hours will in turn be back charged to that Contractor.
ALL testing utility installation testing shall conform to CCU standards.
SP-13 MONTHLY ESTIMATES: As the construction work progresses, each month the Contractor will be paid the total value of the work completed and accepted during the preceding month, less ten percent (10%) retainage. Each month the Contractor shall submit to the County’s Representative in a format acceptable to the County a draft of the quantity of work completed and accepted. Once the County Representative agrees with the quantity of work completed the will submit the Pay Request for processing and payment. In accordance with Section 218.735, Florida Statutes and for those construction contracts in excess of $200,000, the County, after fifty percent (50%) of the contracted construction work is completed, shall reduce the amount of the retainage withheld to five percent (5%) on all subsequent monthly estimates. Also, after such time the Contractor may request and submit as part of his monthly estimate a release of up to one-half of the retainage being withheld by the County, unless the County has grounds for withholding the payment of retainage pursuant to Section 255.05, Florida Statutes. For the purpose of preparing a monthly Pay Request, the County's computations and records will be used to determine the value of all work completed and accepted as of the 25th day of each calendar month That estimate, less retainage, less previous charges, will be paid to the Contractor. Payment will be rendered in conformance with the Florida Prompt Payment Act, Section 218.74, Florida Statutes. Such payment shall include compensation for all labor, materials, equipment and all other incidental items necessary to perform the work.
The Contractor is required to pay all money due subcontractors and material dealers promptly. The Contractor shall submit releases of liens, satisfactory to the County, certifying that all payrolls, material bills, and other indebtedness incurred by the Contractor in connection with this project have been paid in full.
SP-14 CONTINUOUS PROSECUTION OF WORK: Once commencing the project, the operation must be continuously prosecuted during normal hours to its completion. At no time shall the Contractor suspended work, for any reason for more than seven (7) calendar days, excluding delays granted for inclement weather. Should the Contractor fail to perform any work on the project for three (3) or more work days, the Contractor shall submit a written request to the County, no less than twenty­ four (24) hours in advance of the re-start of work, to allow the County to schedule the required inspection manpower. No work may restart, prior to the expiration of the twenty-four (24) hour notice without the County's approval.
SP-15 PRIVATE PROPERTY: Prior to any occupation and/or work on any private property, the Contractor shall obtain a Temporary Right of Entry from property owner. Temporary Right of Entry form will be provided to Contractor by County. Any and all work associated with this requirement will be included in the Contractor’s bid price.
Any areas, outside of the rights-of-way or easements that are impacted or damaged by the Contractor's activities shall be repaired at the Contractor's expense to the property owner's satisfaction. Restoration of impacted areas shall be equal to or better than original condition and to the satisfaction of the property owner. The Contractor shall be responsible to secure written approval of the restoration of the property from the property owner and submitting a copy to the County prior to requesting Substantial Completion. The County shall not release retainage to the Contractor until such time as the approvals are submitted by the Contractor.
SP-16 PROJECT PERMITS: The Contractor shall adhere to all conditions and requirements of the regulatory agency permits issued for this project, copies attached in the Appendix of this document. Any violations of these permits will be the responsibility of the Contractor. Should any agency find the project in violation of any of the permits, it will be the responsibility of the contractor to remedy the violation and pay any fines or penalties at no cost to the County. The only exception to this requirement is if the violation is clearly outside the scope of work of this contract and the Contractor had no control over the actions of others in creating the violation. This exception shall not pertain to weather events in which the contractor did not take adequate steps to protect the work.
SP-17 LIQUIDATED DAMAGES: The work shall be completed within the time specified in SP-06 CONTRACT TIME. Charlotte County shall issue a Notice of Substantial Completion to the Contractor when it has determined that the work identified in the Contract has been substantially completed and that the facility is operating satisfactorily. Charlotte County shall provide the Contractor with a punch list within seven (7) calendar days after the Notice of Substantial Completion is issued. The punch list will identify the remaining items that must be addressed to the satisfaction of Charlotte County by the Contractor to meet his obligations under the Contract. The Contractor shall complete the items on the punch list to the satisfaction of Charlotte County within fourteen (14) additional calendar days of the issuance of the Final Punch List or Notice of Substantial Completion whichever is later and prior to submittal of the application for final payment. Any costs incurred by the County (i.e. inspection time) after the fourteen (14) calendar day period shall be charged to the Contractor.
The County and the Contractor hereby agree that time is of the essence on this Contract and the County will suffer damages if the work is not substantially completed within the Contract Time, plus any extensions thereof allowed by Change Order. It is further recognized and agreed by the County and the Contractor that the determination of the exact value of the damages the County would suffer due to a delay in the Substantial Completion of the work would be a difficult, time consuming and costly process. It is therefore, hereby agreed by the County and the Contractor, that it is in their mutual interest to establish Liquidated Damages (but not as a penalty).
The amount of the Liquidated Damages is $8,064.00 for each calendar day beyond the date the Contract Time expires.
The County has the right to apply, as payment on such liquidated damages, to withhold any money the County owes the Contractor. Also the County does not waive its right to liquidated damages due under the Contract by allowing the Contractor to continue and to finish the work, or any part of it, after the expiration of the Contract Time including granted time extensions.
It is mutually agreed by the County and the Contractor that neither shall make any claim to increase or reduce the amount to be paid under Liquidated Damages as the result of any calculation of actual damages suffered by County.
SP-18 FIELD OFFICE: The Contractor shall furnished, a secured field office for the County and CEI within two (2) miles of the project site. The field office shall have a minimum of 1,000 square feet (SF). The field office shall be complete with electric, air conditioning, bottled water, sanitary services and a WiFi internet service that is password protected. The County or CEI office shall have adequate parking and conference space available for the weekly progress meetings. Contractor is responsible for securing all required permits, utility connections, fees and deposits. The field office shall be available two (2) weeks prior to the start of construction through two (2) weeks after final acceptance.
SP-19 TEMPORARY ROADWAY: Contractor shall not restrict access to private or County property. As part of the Contractor’s MOT Plan, he shall submit all temporary roadway layout/design to the County representative a minimum of one week prior to beginning construction. NO temporary roadway work shall commence without County Representative’s approval. The Contractor shall at all times provide a 20 foot wide minimum paved temporary roadway to provide access for all local residents, emergency vehicles, waste management, mail delivery, school buses, Sunrise Park patrons and Spring Lake Boat Ramp users. For short durations the Contractor may request utilizing temporary unpaved roadway which is stabilized with adequate dust control to provide access. Unpaved temporary roadway will be sole at the discretion of the County. Temporary roadway constructed with milling shall be considered unpaved. The temporary roadway material, maintenance and dust control measures are incidental to the Contract and shall be submitted to the CEI and County for approval. The Contractor shall maintain positive drainage within the construction zone at all times and shall not allow stormwater to drain or pond onto private property. The Contractor shall have a designee available 24 hours a day 7 days a week to correct temporary roadway or drainage problems. The will be NO payment for Emergency temporary roadway or drainage repairs.
SP-20 ADDITIONAL WORK: The Contractor may be asked by the County to provide additional roadway, drainage and utility work adjacent to the proposed project. The Contractor shall prepare a Change Order extending the bid unit prices for materials used in the Change Order for County approval.
SP-21 CONSTRUCTION SCHEDULE: Contractor shall submit a revised Construction Schedule per SP-07 Periodic Progress Meeting requirements. Construction schedule must include important milestones which will include, but not be limited to the following.


  1. Sanitary Sewer

  • Start/Complete Sanitary Sewer installation including the Lift Station at Altoona Street from Midway Boulevard (STA 96+54) to Lakeview Boulevard (STA 126+43)

  • Start/Complete Sanitary Sewer Installation from Springlake Boulevard (STA 139+64) to West Tarpon Boulevard (STA 145+98)

  • Start/Complete Sanitary Sewer Installation including the Lift Station at STA 174+80, from South Waterway Drive (STA 162+10) to Carlisle Avenue (STA 181+74)

  • Start/Complete Sanitary Sewer installation from Sunrise Waterway (STA 185+17) to Harbor Boulevard (STA 200+24)

  • Start/Complete Sanitary Sewer installation on Midway Boulevard from STA 301+05 to STA 306+30

  1. Watermain

  • Start/Complete Watermain installation from Midway Boulevard (STA 98+20) to West Springlake Bridge (STA 134+60)

  • Start/Complete Watermain installation from West Spring Lake Bridge (STA 139+10) to East Spring Lake Bridge (STA 146+80)

  • Start/Complete Watermain installation from East Spring Lake Bridge (STA 151+20) to Sunrise Bridge (STA 181+60)

  • Start/Complete Watermain installation from Sunrise Bridge (STA 186+00) to Harbor Boulevard (STA 200+20)

  • Start/Complete Watermain Directional Drill installation at West Spring Lake Bridge from STA 134+60 to STA 139+10

  • Start/Complete Watermain Directional Drill installation at East Spring Lake Bridge from STA 146+80 to STA 151+20

  • Start/Complete Watermain Directional Drill installation at Sunrise Bridge from STA 181+60 to STA 186+00

  1. Roadway

    • Start/Complete West Spring Lake Bridge

    • Start/Complete East Spring Lake Bridge

    • Start/Complete Sunrise Bridge

    • Start/Complete installation of Traffic Signal at Harbor Boulevard and Edgewater Drive

CHARLOTTE COUNTY UTILITIES SPECIAL PROVISIONS
SPU-01 COOPERATION WITH UTLITIES: The Contractor shall notify all utility owner(s) affected by the construction prior to beginning work. Any expense of utility repair or other damage due to Contractor’s operations shall be borne by the Contractor. Protection of utilities shall be the responsibility of the Contractor who shall provide adequate protection to maintain proper service.
Attention is call to the Florida Underground Facility Damage Prevention and Safety Act defined in Florida Statue 240. This act provides for a “Sunshine State One Call” telephone number (811) to be sued by all parties doing excavation, demolition or other underground construction.
SPU-02 HOMEOWNER NOTIFICATION: The Contractor shall inform all residents and/or homeowners seven (7) calendar days and again at 48 hours prior to the commencement of work in the form of written notification in the area where construction will take place to the nearest cross street or in the area where the existing water and/or sewer services may be affected due to isolation of the utilities in the construction area. At both notifications, a Homeowner Notification form maybe hung on doorknobs if the homeowner does not respond to knocking or a doorbell. Notifications informs the residents of the time frame of construction and the name and phone number of the contractor’s designated 24 hours 7 days a week contact. If the homeowner’s driveway is affected due to construction, the Contractor’s notification shall inform the homeowner of the temporary driveway replacement sequence and the for final/permanent driveway restoration. The Contractor shall make the CCU construction coordinator and CEI aware of the homeowner notification process. The construction limits at each work zone area shall be agreed to by Contractor and CCU prior to any work progressing. Any damage outside this agreed to work zone shall be the responsibility of the Contractor at no cost to the County.
SPU-03 UTILITY COMPLIANCE TESTING: Any and all compliance testing requirement born out of, but not limited to contract requirements and permits, for the installation of the utility piping will be included in the Contractor’s bid price. CCU and CEI requests to be notified 48 hours (2 work days) in advance of any test in order to have a CEI representative and the Engineer of Record, if required present.
SPU-04 SOURCE OF WATER FOR TESTING AND CLEANING: All water mains, reclaimed water mains, wastewater mains and gravity mains testing and existing mains flushing shall be done with potable water. It is the Contractor’s responsibility to obtain the temporary water meter(s) from CCU and to pay all applicable meter fees/deposits. Upon submittal of the application for a temporary water meter the Contractor shall inform CCU Customer Service that the temporary meter is required for work on a Capital Improvement Project. Failure to properly notify Customer Service at the time the meter application is submitted could delay return of any monies that are due upon project completion. The actual potable water used will be provided at no cost to the Contactor by CCU. Any fees/deposits due back to the Contractor will be returned after the project is completed and the temporary meter is removed. Additional temporary meters for roadway construction, irrigation, field office, etc. shall also be coordinated with CCU Customer Service for applicable meter fees and deposits. Water usage fees will be applied for these meters.
SPU-05 SALVAGABLE MATERIAL: All equipment, piping, fittings, valves and appurtenances to be removed or abandoned shall be inspected by the CEI immediately prior to removal or abandonment. CCU’s decision as to the salvability shall be final. Such material which is, in the opinion of CCU its representative, salvable shall be removed and transported by the Contractor to a desired storage location. If the equipment is not wanted by CCU, the Contractor shall become the owner of the equipment and shall dispose of same at an approved disposal site. Under no circumstances may existing structures, piping, or equipment be removed or demolished without obtaining approval from the CEI.
SPU-06 COMPLIANCE: The requirements of the CCU Design Compliance Standards dated November 1, 2011, shall govern all utility and related work. Where a conflict exists in the requirements of a reference material or installation standard, the requirements of CCU shall prevail. Where the requirements of a state or local agency having jurisdiction are more stringent, those requirements shall prevail. CCU Design Compliance Standards, dated November 1, 2011, are available on the Charlotte County Web Site

http://charlottecountyfl.com/CCU/Engineering/Design Compliance.asp
SPU-07 PUBLIC UTILITY CERTIFICATION PROCESS: The Certification of all the public utilities shall be accomplished and finalized prior to submittal of the application for final payment by the Contractor. Segments of the public utilities can be Certified and placed in service prior to completion of the overall project. The County shall determine the date of completion for the project when at the minimum the following are met as well as all other conditions defined in the Contract Documents:


  • All punch list items have been addressed to the satisfaction of the County,

  • All testing has been completed and results are satisfactory (including but not limited to Pipe Pressure Test, Bacteriological and Compaction Tests),

  • Record Drawing requirements have been accepted and approved by the County and all other governmental agencies, if applicable,

  • All associated equipment and facilities necessary for the reliable operation of the project are complete in accordance with contract requirements and,

  • All release of liens have been submitted and are satisfactory to the County, certifying that all payrolls, material bills, and other indebtedness incurred by the Contractor in connection with this project have been paid in full.


SPU-08 ASBESTOS CEMENT PIPE REMOVAL: The existing asbestos cement pipe shall be removed and disposed as noted on the Contract Drawings. The pipe removal and disposal shall be in accordance with CCU Standard Specifications Section 002310 – Pipe Removal, Disposal, Alteration, Modifications or Pipe Abandonment. Removal must be performed by an Asbestos Abatement Licensed Contractor. The Asbestos Abatement Licensed Contractor shall file the Notice of Demolition or Asbestos Renovation with the FDEP and is responsible for all notifications requirements in advance of starting the work. The fee, once calculated, shall be the responsibility of the Contractor to pay. Proof of payment of the required fee shall accompany the partial payment request for the asbestos-cement pipe removal.
SPU-09 PROJECT SIGN - BURIED MAIN SIGN AT SUBAQUIOUS CROSSINGS: The Bid Item includes all labor, equipment, materials and associated appurtenances to install the buried main sign including the galvanized aluminum sign, galvanized steel “U-channel”, concrete base support and any other appurtenances in accordance with the Buried Main Sign detail in the CCU Design Compliance Standards dated November 1, 2011. The permanent warning sign shall be installed in compliance with the Florida Department of Environmental Protection (FEDP) requirements for Stream Crossings. Buried Main Signs shall be installed at each bank of the water ways where the subaqueous crossing occurs. The location of each sign shall be coordinated with the CEI.
SPU-10 TEMPORARY MAIN END BLOW-OFF ASSEMBLY: The Bid Item includes all labor, equipment, materials and associated appurtenances to install temporary main end blow-off assemblies as shown on the Contract Engineering Plans. Temporary main end blow-off assemblies shall be in conformance with Standard Detail PW-12 shown in the CCU Design Compliance Standards dated November 1, 2011.
SPU-11 WATER SERVICE CONNECTION - CONNECTION TO EXISTING PLUMBING: The unit price bid shall be per each residential water service irrespective of size and shall include any and all items required to connect the plumbing for all existing water services to the newly installed water services as shown on the Contract Engineering Plans for a complete and operation connection.
SPU-12 GRAVITY SEWER SERVICE - CONNECTION TO EXISTING PLUMBING: The unit price bid shall be per each residential gravity sewer service irrespective of size and shall include any and all items required to connect the plumbing for all gravity sewer services to the newly installed gravity sewer services as shown on the Contract Engineering Plans for a complete and operation connection.
SPU-13 SUBAQUEOUS CROSSING TESTING POINT: This Bid Item includes all labor, equipment, materials and associated appurtenances to install the subaqueous crossing test point including all pipe, service saddle, fittings, two (2”) inch brass ball valve, brass plug, meter box, restraints and any other appurtenances in accordance with the Subaqueous Crossing Testing Point detail in the CCU Design Compliance Standards dated November 1, 2011. Two (2) testing points shall be provided, one (1) on each side of the upstream valve. Testing shall be included in the piping test and location shall be coordinated with CEI.
SPU-14 PIPE REMOVAL AND DISPOSAL - GRAVITY SEWER MAIN: This Bid Item includes all labor, equipment, materials and associated appurtenances to remove and dispose of the existing gravity sewer main located between the Harbor Boulevard intersection and Sunrise Bridge. Maintenance of flow is considered incidental to the work and shall be done at no additional cost to the County. This bid item includes removal and disposal of the existing eight (8”) inch gravity sewer main, gravity sewer services and manholes.
SPU-15 TEMPORARY SERVICE FOR EXISTING GRAVITY SERVICE CONNECTIONS: All existing residential gravity service connections shall remain in service throughout the duration of construction activity. For temporary service, Contractor shall provide a 350 gallon primary tank and a redundant 350 gallon secondary tank for each residential unit for wastewater collection. Residential units may be combined (maximum of three (3) residential units) into one primary tank and one secondary tank. However, the required 350 gallon volume per unit for the primary tank and the secondary tank shall be provided for this scenario. The secondary tank shall be readily accessible for daily inspection by Contractor and CCU inspector. If any liquid is seen within the secondary tank, the contractor shall pump out the primary tank and the secondary tank to recover capacity to the tanks within 24 hours. Pumping truck dumping sites will be provided by CCU within two (2) miles of the project limits. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-16 TEMPORARY SERVICE FOR EXISTING WATER SERVICE CONNECTIONS: All existing water services shall remain in service throughout the duration of construction activity. Temporary water services must be buried under ground with a minimum cover of one (1) foot. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-17 TEMPORARY FORCEMAIN SHUT DOWN: If any forcemains are proposed to be shut down prior to the construction of the proposed Altoona Lift Station, the Contractor shall monitor the following CCU lift stations:
Lift Station #20 – Lake Worth Blvd. & Joseph St.

Lift Station #23 – Midway Blvd. & O’Hara Dr.

Lift Station #55 – Lakeview Blvd. & Essex St. (Meadow Park School)

Lift Station #60 – McGrath Circle

Lift Station #77 – Edgewater Dr. & West Tarpon (Lea Marie Island)

Lift Station #131 – Edgewater Dr. & Lakeview Blvd. (Spring Lake Boat Ramp)


and Private Lift Stations:
19048 Edgewater Dr., Full Gospel of God Church

4050 Rock Creek Dr., Ian Vincent. (Privately Owned E1 Station) (LPS)


All private stations that are connected to the forcemain within its service area. (See Appendix) The Contractor shall maintain a liquid level below the alarm float elevation at all times in all of the above listed lift stations. Pumping truck dumping sites will be provided by CCU within two (2) miles of the project limits. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-18: MAIN TIE IN PLAN (WATER MAIN AND FORCEMAIN): Contractor shall provide a proposed Main Tie In Plan for both the water and forcemain systems prior to construction. Main Tie In Plans shall be submitted to CCU for review and approval. The Main Tie In Plans shall include at a minimum proposed construction sequencing, testing procedures and services outages. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-19: WATER MAIN CONSTRUCTION AT BRIDGE LOCATIONS: Due to flow redistribution by CCU, Contractor may eliminate existing water main crossings at bridge locations in order to facilitate construction at these locations. If this is proposed, Contractor shall include this on proposed Main Tie In Plans and must be approved by CCU. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-20: AUTOMATIC AIR RELEASE VALVE (ARV) INSTALLATIONS: Upon completion of water main, reuse main and forcemain construction, CCU will provide Contractor with final location of all proposed ARV’s. Any and all work associated with this requirement will be included in the Contractor’s bid price.
SPU-21: SUBMITTALS, MATERIALS, SERVICES AND FACILITIES: All materials, products, or devices incorporated in this project shall be new and unused, unless indicated otherwise in the Contract Documents, and shall be manufactured by reliable manufacturers which are, unless otherwise specified, regularly engaged in the manufacture of such material or devices.
SPU-22: PRE-INSTALLATION VIDEO: No construction shall take place prior to the County’s acceptance of the Pre-Installation Video. Contractor shall submit to the County one (1) copy of a high grade color video – DVD, capable of being played on any DVD Player. The video shall thoroughly capture the intended work area as outlined in the Contract Documents. The Pre-Installation Video will be used to protect all parties involved in the project. All DVD recording shall be submitted to the CEI and will become the property of the County


TECHNICAL SPECIFICATIONS AND CONDITIONS

EDGEWATER DRIVE WIDENING – PHASE 2 CONSTRUCTION

BID NO. 2014000340

TS-01 05 SURVEYING AND RECORD DRAWINGS:

GENERAL: All work under this section shall conform to the provisions of the FDOT Specifications Section 5-7 and the Contract Plans, except as modified herein. The contractor shall furnish all labor, materials, equipment, and incidentals required and perform all Engineering and Layout operations required for this Project; as well as providing the required Record Drawings.




  1. The Contractor shall provide field engineering, services, which includes, but is not limited to: establishing elevations, lines, and levels utilizing recognized engineering and surveying practices.  The work shall include furnishing, placing and maintaining construction stakes necessary for the successful completion of the work in accordance with FDOT Specifications, Section 5-7.

  2. All survey work shall be accomplished in accordance with Minimum Technical Standards for Land Surveyors Rule 5J-17 F.A.C. pursuant to Florida Statues 472.027 and special instructions.

  3. It is emphasized that the Contractor shall be responsible for the engineering layout of the Work, and that the cost of performing such work shall be included in the bid prices for the various bid items or considered incidental to those items. 

  4. The Contractor shall verify locations of survey control and reference points prior to starting work, and promptly notify the County of any discrepancies discovered.

  5. During the course of the rehabilitation, any property corners (i.e. iron rods, concrete monuments, PRMs and section corners) disturbed as a result of the Contractor’s work shall, at the Contractor’s expense, be reset by a Florida Professional Surveyor and Mapper licensed in the state of Florida.  The Contractor shall make no changes without prior written notice to the County.

  6. The CONTRACTOR shall obtain the services of a State of Florida licensed Professional Surveyor and Mapper (PSM) in good standing with the State to certify all project AS-BUILT DATA. The CONTRACTOR will submit to the PSM a copy of their project Record Drawings for the PSM to use in developing the project AS-BUILT DATA. The AS-BUILT DATA shall be the result of field located survey work that is verified and accurately represented in electronic or digital format by the PSM using sound and accepted land surveying methods and procedures. The project AS-BUILT DATA shall result in a signed and sealed Record Drawing by the PSM. The Contractor shall be responsible for transmitting the project AS-BUILT DATA and copies of the Record Drawings and the Contractor’s Record Drawings to Charlotte County. The Contractor shall submit three (3) sets of Record Drawing’s, signed and sealed by a Florida Professional Surveyor and Mapper licensed in the State of Florida, prior to Notice of Substantial Completion.  In addition to the three (3) sets, an electronic copy of the Record Drawings must be provided to the Public Works Administrative Services Department. Acceptable media includes CD or DVD and must be provided in both DXF or DWG and PDF Format (Note: If Micro Station is used for the design, DGN, PDF and DXF Formats must be provided). As an alternate to providing the media an e-mail of both DXF and PDF (For Micro Station Users: also provide the DGN) formats will be acceptable however, the files must be less than 2 megs and can be e-mailed to Publicworksadminservices@charlottefl.com. In the event the County does not approve the Record Drawings, the Contractor shall be responsible to remedy any deviations.

  7. At a minimum, the Record Drawings shall include the following information, recorded on County-provided construction drawings:

  1. Stormwater System- Show all culverts, pipes, weirs, and inlets.  Elevations and lengths shall be recorded for all culverts, pipe runs, tops, grates and inverts as detailed on the plans.

  2. Discharge Structures – Locations, dimensions and elevations of all, including weirs, orifices, gates, pumps, pipes, and oil and grease skimmers.

  3. Storage areas for treatment and attenuation (ponds) – dimensions, elevations, contours or cross-sections of all, sufficient to determine stage-storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems.

  4. System Grading – dimensions, elevations, contours, final grades or cross-sections to determine contributing drainage areas, flow directions and conveyance of runoff to the system discharge point(s).

  5. Conveyance – dimensions, elevations, contours, final grades or cross-sections of systems utilized to divert offsite runoff around or through the new system.

  6. Water levels – existing water elevation(s) and the date determined.

  7. Benchmark(s) – location and description (minimum of one per major water control structure).

  8. Roadway – Information shall be recorded for beginning and end stations, and 50’ stations.  Elevations and distances shall be recorded for centerline for roadway, edge of pavement, edge of shoulder, top of swale, and flow line of swale as detailed on the plans.

  9. Utilities – Record Drawings shall for ALL Charlotte County Utilities shall comply with the requirements set forth in CCU Specification 001760 Surveying and Record Drawings.

H. In compliance with the Southwest Florida Water Management District Permit(s) “Record Drawings and Information Checklist”, the Contractor shall place a permanent benchmark within 50 feet of each control structure for each the pond sites identified in the plans.

  1. The Contractor shall maintain a complete and accurate log of control and survey work as it progresses.  A Record Drawing, based on field survey as-built data shall be prepared and signed and sealed by a Florida Professional Surveyor and Mapper, licensed in the state of Florida. The Record Drawing and a copy of the field notes signed and sealed by a Professional Land Surveyor shall be submitted with the Record Drawings. As a final deliverable the right of way will be monumented on the ground and the Record Drawings will reflect the monumentation either recovered or set by the Florida Professional Surveyor and Mapper responsible for the Drawings.

BASIS OF PAYMENT – ALL surveying required to layout the project and collect date for Record Drawings shall be incidental to the project or included in the bid price for the various bid items. The costs to produce Record Drawings shall include all labor, materials and equipment necessary to produce an approved product. NO payment shall be made until the Record Drawing is completed and accepted by the County. Layout and Record Drawings for ALL CCU utility installations shall conform to CCU specification Section 001760. Payment shall be made under:


Bid Item Description Units

RD Record Drawing Lump Sum (LS)

RD-U Record Drawing Utilities Lump Sum (LS)


Yüklə 2,75 Mb.

Dostları ilə paylaş:
1   2   3   4   5   6   7   8   9   ...   45




Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©muhaz.org 2024
rəhbərliyinə müraciət

gir | qeydiyyatdan keç
    Ana səhifə


yükləyin