Request for bids charlotte county, florida


TS-04 104 PREVENTION, CONTROL AND ABATEMENT



Yüklə 2,75 Mb.
səhifə5/45
tarix11.09.2018
ölçüsü2,75 Mb.
#80708
növüRequest
1   2   3   4   5   6   7   8   9   ...   45

TS-04 104 PREVENTION, CONTROL AND ABATEMENT:

GENERAL: The work under this section shall be in accordance with the plans, Florida Department of Transportation Standard Specifications for Road and Bridge Construction, dated 2010, Section 104, except as modified herein. The work under this section shall include all necessary work to comply with ALL Permits issued for this project, including but not limited to material and labor to install, maintain, and report compliance with the Environmental Resource Permit 44035372 issued by Southwest Florida Water Management District, US Army Corp of Engineers (USACOE) Permit SAJ-2011200960 and Contractor's NPDES Permit. The work under this section shall include, but not limited to the following:


TEMPORARY EROSION CONTROL: The work in this section consists of the placement of baled hay or straw barriers, silt screens, floating turbidity screens, dewatering and settling basins in accordance to FDOT Standard Specifications Section 104 and 125-3, except as modified herein, and the plans. The work specified shall consist of furnishing all materials, equipment, labor, and operations necessary to complete the Temporary Erosion Control.


  1. Turbidity Monitoring - The Contractor shall be required to monitor each site for turbidity twice a day during actual construction. The Contractor shall prepare a turbidity monitoring plan with locations upstream and downstream of the last erosion control devise at each bridge and outfall structure. The turbidity monitoring plans shall be submitted at the Preconstruction Conference for County approval.

  2. Turbidity readings shall be in Nephelometric Turbidity Units (NTU) as outlined in "Turbidity, Method 180.1", attached herein. Any time sampling results indicate that the background turbidity level is exceeded by 29 NTUs at the downstream sampling location, the Contractor shall stop the work activity that created the turbidity. The Contractor must notify the County and correct the violation of water quality standards prior to returning to the activity. Weekly sampling reports shall be submitted to the County. Failure to supply weekly reports will result in Pay Request Denial.

  3. Staked Silt Fences, Staked silt fences, shall be placed in the swales at a minimum of thirty feet upstream from the top of the bank of the canal, or as directed by the County. Staked silt fence shall remain in place until the project is completed and accepted by the County. The Contractor's work shall be in conformance with FDOT Standard Specification Section 104, and FDOT Index 102. The Contractor shall indicate on his bid form the material he intends to utilize.

  4. Floating Turbidity Barriers - Floating turbidity barriers shall be installed prior to any work and shall remain in place until all generated turbidity subsides to the approval of the County. Contractor shall install turbidity screens in conformance to FDOT Index 103 and FDOT Standard Specifications 104.

  5. NPDES testing shall be considered incidental to the project and shall be paid for under Temporary Erosion Control.

BAT EXCLUSION: Charlotte County has under a separate contract excluded bats from the bridge structures and has provided alternate roosting sites within the Project Limits. Florida regulations require bats roosting within the Project limits not be harmed in any way. The Contractor shall take care to not harm bats nor provide potential roosting site during construction.




  1. BAT OPENINGS - The Contractor shall carefully survey the underside of the bridges and report any areas where the bat exclusion measures have been disturbed, removed or damaged. Bats can enter any hole ¾ inch in diameter, or any crevice of ½ inch or more The Contractor shall monitor any opening, crevices, etc. here bats can enter.

  2. BAT-PROOF ALL OPENINGS - The Contractor shall bat-proof any opening created by the Contractor during construction, which includes demolition work. Failure to exclude bats will require the Contractor to retain a Bat Exclusion professional approved by the County to exclude bats who roost in opening created by the Contractor

WILDLIFE POTECTION: The Contractor shall comply with protection measures required by Permit for Eastern Indigo Snakes, Gopher Tortoise, Manatees, Sea Turtles, and Smalltooth Sawfish. All costs associated with these protection measures are incidental to this Contract.


METHOD OF MEASUREMENT: The quantity for Temporary Erosion Control shall be one lump sum amount and shall include all items, devices, materials, labor, operations, and all work as described herein. The Contractor shall remove all temporary erosion control devices prior to receiving payment.
BASIS OF PAYMENT: for work incurred in complying with this section shall be included under the following contract pay item:
Bid Item Description Units

104-1 NPDES Compliance Lump Sum (LS)



104-10-3 Sediment Barrier Lineal Feet (LF)

104-11 Floating Turbidity Barrier Lineal Feet (LF)

TS-05 110 CLEARING AND GRUBBING:

GENERAL: All clearing and grubbing shall be performed in accordance with the plans and FDOT Specifications Section 110, except as modified herein. The limits of clearing and grubbing are depicted on the plans. The Contractor shall NOT burn any material on the project site nor burn any material from the project site without the written consent of the County.


The Contractor shall maintain access to mail service at all times.
The Contractor shall cut and cap all irrigation lines within the right­of-way (ROW), whether shown or not shown on the plans. The Contractor shall be responsible for coordinating with the residences and businesses to shut off the water to all irrigation lines, prior to capping them.
All materials designated to be “salvaged” by the County representative shall be carefully removed by the Contractor. These items include, but are not limited to: guardrail, signs and sign posts. The Contractor shall ensure that damage does not occur and shall transport the material to a location specified by the County or to the Public Works Yard located 7000 Florida Street, Punta Gorda, Florida 33950 during normal business hours. The Contractor shall coordinate this work and perform ALL loading and unloading of the salvaged material. Any costs associated with abiding with this provision shall be incidental to the Contract.
Ownership of Clearing and Grubbing Material: Unless otherwise specified, all material removed in performing clearing and grubbing shall become the property of the Contractor at the time the material is changed from the pre-construction condition. Materials shall be disposed of in a legal manner.
METHOD OF MEASUREMENT: In accordance with FDOT Specifications Section 110-11 except as modified herein.
BASIS OF PAYMENT: Payment for Clearing and Grubbing shall include the furnishing of all equipment, hauling of material, disposal of unused material, labor and incidentals necessary to complete the work. In accordance with FDOT Specifications Section 110-12 except as modified herein; payment shall be included under the following contract pay items:
Bid Item Description Units

110-1-1 Standard Clearing and Grubbing Lump Sum (LS)



110-3 Removal of Existing Structure Square Foot (SF)

110-7-1 Mailbox, Furnish and Install Each (EA)


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