20
ABBIE JONES CONSULTING 1022 Fontaine Rd, Lexington, KY 40502 859.559.3443 www.abbie-jones.com FERGUSON KY NIXON – NEWTON STREET AREA STORM SEWER DRAINAGE IMPROVEMENTS SITE PACKAGE FEBRUARY 21, 2018 LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTS Page 1 of 20

1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

FERGUSON KY

NIXON – NEWTON STREET AREA

STORM SEWER DRAINAGE IMPROVEMENTS

SITE PACKAGE

FEBRUARY 21, 2018

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 1 of 15

Page 2: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

1.1 BID SUBMISSION 2

1.2 DEFINITIONS 3

1.3 CONTRACT DOCUMENTS IDENTIFICATION 3

1.4 AVAILABILITY OF DOCUMENTS 3

1.5 EXAMINATION OF DOCUMENTS 3

1.6 INQUIRIES AND ADDENDA 4

1.7 PRODUCT SUBSTITUTIONS 4

1.8 SITE EXAMINATION 4

1.9 BIDDER QUALIFICATIONS 4

1.10 SUBMISSION PROCEDURE 5

1.11 BID INELIGIBILITY 5

1.12 BID SECURITY 5

1.13 INSURANCE 5

1.14 BID FORM REQUIREMENTS 5

1.15 CHANGES IN THE WORK 5

1.16 BID FORM SIGNATURE 6

1.17 ADDITIONAL BID INFORMATION 6

1.18 Bid Form 6

Project:_Nixon-Newton Street Stormwater Improvements 7

1.19 Substitution Bid Form 8

1.20 PROJECT DESCRIPTION 9

1.21 Best Management Practices (BMP PLAN) 12

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 2 of 15

Page 3: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

 1.1 BID SUBMISSION A. Bids signed and sealed, executed, and dated will be received by City of Ferguson, located at 414 Murphy Av-enue, Ferguson Kentucky, 42533, until 11:30 AM local time until 4:00 p.m. the 8th day of March, 2018. 

B. Bids submitted after the above time will be returned to Bidder unopened. 

C. Amendments to submitted Bids will be permitted when received in writing prior to Bid closing and when en-dorsed by the same party or parties who signed and sealed the Bid. 

D. Bidders may withdraw their Bid by written request before the above time. 

E. Bid values will be valid for a period of not less than 90 days prior to contract award.

WORK IDENTIFIED IN CONTRACT DOCUMENTS 

A. Work of this proposed Contract comprises site civil, storm water piping, Installation of storm manholes, curb, removal and replacement of paving, installing concrete ditch and cleaning and adding crushed stone to ditches.

B. Description

Location: Project is located in the City of Ferguson and begins on Catron Street, running down Nixon Street to the intersection of Nixon Street and Newton Street, down Newton Street to existing catch basins on Jacksboro Street. C. Land and Access: 1. All construction is to be within the existing right-of-way of all aforementioned streets. 2. Contractor must obtain additional land and access as required for staging of materials and equipment or for temporary facilities, at no increase in cost to Owner. 

CONTRACT TIME 

A. Description: 1. Perform Work in 75 calendar days from the Contract signing date. 2. Bidders may suggest revisions to the Contract Time with a specific adjustment to Bid Price, as a contractor sug-gested alternate. The base bid must be for the 75 days. 

B. Time is of Essence: 1. Owner requires Work of this Contract to be completed as soon as possible. 2. Consideration will be given to time of completion when reviewing submitted Bids. 

1.2 DEFINITIONS C. Bid: Executed Bid Form and required attachments submitted according to Instructions to Bidders. D. Bid Price : Monetary sum identified by Bidder in Bid Form. 

1.3 CONTRACT DOCUMENTS IDENTIFICATION A. Contract Documents are identified as Construction Bid #2018-01 Nixon-Newton Street Area Drainage Im-

provements, and as identified in Table of Contents.

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 3 of 15

Page 4: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

1.4 AVAILABILITY OF DOCUMENTS A. Bidding Documents may be obtained as indicated in Invitation to Bid.B. Bidding Documents may be obtained, at cost of reproduction, from the City of Ferguson, City Hall located at 414 Murphy Avenue, Ferguson, KY 42533. Partial sets of Bidding Documents will not be issued. 1. Bidding Documents are made available only for the purpose of obtaining offers for the Project. 2. Their use does not grant a license for other purposes. 

1.5 EXAMINATION OF DOCUMENTS A. Bidding Documents may be viewed at the office of City of Ferguson, City Hall located at 414 Murphy Avenue, Ferguson, KY 42533

C. Bidding Documents are pdf and are available via email: [email protected]

D. Completeness: 1. Upon receipt of Bidding Documents, verify that documents are complete. 2. Notify Architect/Engineer if documents are incomplete. 

E. Immediately notify Architect/Engineer upon finding discrepancies or omissions in Bidding Documents.

1.6 INQUIRIES AND ADDENDA A. Direct questions in writing via email to Tim Woodcock, at the office of Abbie Jones Consulting, [email protected], or Abbie Jones at [email protected]. B. Verbal answers are not binding on any party. C. Submit questions not less than 3 days before date set for receipt of Bids. 

D. Addenda: 1. Replies will be made by Addenda, which may be issued during Bidding period. 2. Addenda will be sent to known Bidders and Owner. 3. Addenda become part of Contract Documents. 

E. Include resultant costs in Bid Price per line item and Sum. 

1.7 PRODUCT SUBSTITUTIONS A. Where Bidding Documents stipulate particular products, substitution requests will be considered by Owner and Engineer only after Bids opening. All bids must use the exact products listed. Change orders to reduce the cost may be submitted as contractor suggested alternate on the Bid Form. All substitutions must be approved by the Engineer and will only be considered after the base bid cost to the apparent lowest bidder.

B. With each written substitution request, provide sufficient information for Engineer to determine acceptability of proposed products. 

C. Comply with substitution request submittal requirements in Section 016000 - Product Requirements, including use of “Substitution Bid Form”. 

D. Approvals: 

1. When a request to substitute a product is made, Engineer Abbie Jones/City of Ferguson may approve the sub-stitution. 

2. Approved substitutions will be identified by Addenda. 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 4 of 15

Page 5: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

3. Requests for information shall be submitted as numbered RFI’s via email to site contact. Response times shall be maximum 3 business days by engineer. It is strongly suggested that any questions be submitted at initial site/contract kickoff meeting in this manner.

1.8 SITE EXAMINATION A. Examine Project Site before submitting a Bid. B. Currently premises at Project Site are open for examination by Bidders at any time.

1.9 BIDDER QUALIFICATIONS A. To demonstrate qualification for performing the Work of this Contract, Bidders may be requested to submit

written evidence of previous experience, current commitments, license to perform work in State of Ken-tucky, license to perform work in County of Pulaski, license to perform work in City of Ferguson.

B. Owner and Engineer will notify Bidders of acceptance or rejection of Bidder's qualifications within 48 hours of Bidder's submittal.

1.10 SUBMISSION PROCEDURE A. Bidders shall be solely responsible for delivery of Bids in manner and time prescribed. B. Submit two copies of executed offer on provided Bid Forms, signed and sealed in a closed opaque envelope, and clearly identified with Bidder's name and address, Project name, contract number, and Owner's name on out-side. D. Improperly completed information, including irregularities may be cause not to open Bid Form envelope and to declare Bid invalid or informal. E. An abstract summary of submitted Bids will be made available to all Bidders following Bid opening.

1.11 BID INELIGIBILITY A. Bids that are unsigned, improperly signed or sealed, conditional, illegible, and obscure, or Bids that contain arithmetical errors, erasures, alterations, or irregularities, may be declared unacceptable at Owner's discretion. B. Bid Forms, Appendices, and enclosures that are improperly prepared may be declared unacceptable at Owner's discretion. C. Failure to provide security deposit, bonds, or insurance requirements will invalidate Bid at Owner's discretion. 

1.12 BID SECURITY 1. Bid bond in the amount of a sum no less than 10 percent of Bid

A. Bid securities will be returned after delivery to City of Ferguson of required performance and payment bonds by accepted Bidder.

B. If accepted Bidder fails to execute the Agreement and indicated bonds within 10 days after Notice of Award, Notice of Award may be annulled and Bidder's Bid security will be forfeited.

C. Include cost of Bid security in Bid Price. D. After Bid has been accepted, Bid security will be returned to respective Bidders. E. If no contract is awarded, Bid security will be returned.

1.13 INSURANCE 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 5 of 15

Page 6: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

A. Provide an executed "Undertaking of Insurance" on standard form provided by the insurance company, stating insurance company's intention to provide insurance to Bidder according to insurance requirements of Contract Documents. 

1.14 BID FORM REQUIREMENTS A. Complete requested information in Bid Form and Bid Form Supplements.

General Conditions require Contractor to pay government sales taxes, customs duties, and excise taxes.

1.15 CHANGES IN THE WORK Executing Change Order Forms: Change Orders shall be produced on a form that can be obtained from the City of Ferguson.

The Change Order document shall include the following information:Description of the change(s) in Work: either completely, or briefly with reference to a fully descriptive attachment and identifying proposal documentation. Statement of the change in Contract Sum and Contract time, both per item and total. The brief summary of changes at the bottom of the form does not take the place of the statement included in the body of the form. Reasons for each change. Reasons shall be concise and descriptive. If the Using Agency request is al-lowed it shall be described fully in the reason for the Change Order. The words “Agency Request” is not a legitimate standalone reason. Separate items for extensions of time unrelated to change in Work, such as delays or suspensions of the Work, beyond the control of the Contractor. Number of day’s extension of contract and new Substantial Completion Date located in the lower left corner of the Change Order form. Reference to supporting document attachments. All attachments to a Change Order shall be clearly refer-enced to the specific item and Change Order number. Attachment references should be adequately descrip-tive to provide the clear meaning of the attachment and its use in supporting the proposed change. Attach-ment contents should be limited to a complete description of the proposed change(s) in the Work. No issues or items shall be included which are not associated with the contents of the Change Order.

1.16 BID FORM SIGNATURE Sign Bid Form as follows: 

1. Sole Proprietorshipa. Signature of sole proprietor in presence of a witness who will also sign. b. Include words "Sole Proprietor" under signature. 

2. Partnership: a. Signature of each partner in presence of a witness who will also sign. b. Include word "Partner" under each signature. 

3. Corporation: a. Signature of at least one duly authorized signing officer. b. Include officer's capacity under each signature. c. Affix corporate seal. 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 6 of 15

Page 7: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

d. If Bid is signed by officials other than president, secretary, or treasurer of company, submit a copy of by-laws or a resolution of board of directors authorizing them to do so, included with Bid Form in Bid enve-lope. 

4. Joint Venture: a. Signature of each party of joint venture under their respective seals in a manner appropriate to such party as described above, similar to requirements for partnerships. 

1.17 ADDITIONAL BID INFORMATION Administrative information and cost information can be obtained from lowest or lowest two or three Bidders after Bids are received, so as not to complicate Bid submissions. 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 7 of 15

Page 8: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

1.18 BID FORM

Project:_Nixon-Newton Street Stormwater ImprovementsProject No. 2018-01Location: Ferguson Kentucky

CODE ITEM UNITSUNIT PRICE TOTAL

0210 MOBILIZATION 1LUMP SUM

0010 DGA BASE 88 TONS1790 STORM SEWER PIPE-15 IN RCP 567 LF1800 STORM SEWER PIPE-18 IN RCP 50 LF2250 SPRING BOX INLET TYPE A 1 EA0720 CURB BOX INLET TYPE A 3 EA0410 PAVED DITCH 45 LF0700 HEADWALL 1 EA0090 CURB 394 LF3940 FLOWABLE FILL 75 CY0060 CRUSHED STONE 200 Tons1300 HIGH SLUMP 3000 PSI GROUT 3 CY0410 VALLEY DITCH 16 LF0770 CHANNEL LINING TYPE II 60 TONS0750 CLEAN DITCH 300 LF4010 TRENCHING AND BACKFILL 600 LF0110 REMOVE PAVEMENT 266 SQ YDS1060  LOOP PIPE BOLLARD  1  EA0780 4’ SIDEWALK - 4” CONC 50 LF0800 TEMPORARY SILT FENCE 390 LF1470 18” CULVERT PIPE 46 LF

Proposed Bid = __________BIDDER:Date:_____________________

Company Name:__________________________________________________________________

Address:_________________________________________________________________________

Signature:______________________________________________ Title:__________________

Contact info: Phone ( )____________________ Email: _______________________________

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 8 of 15

Page 9: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

1.19 SUBSTITUTION BID FORM

Project:_Nixon-Newton Street Stormwater ImprovementsProject No. 2018-01Location: Ferguson Kentucky

CODE ITEM UNITSUNIT PRICE TOTAL

0210 MOBILIZATION 1LUMP SUM

0010 DGA BASE 88 TONS1790 STORM SEWER PIPE-15 IN RCP 567 LF1800 STORM SEWER PIPE-18 IN RCP 50 LF2250 SPRING BOX INLET TYPE A 1 EA0720 CURB BOX INLET TYPE A 3 EA0410 PAVED DITCH 45 LF0700 HEADWALL 1 EA0090 CURB 394 LF3940 FLOWABLE FILL 75 CY0060 CRUSHED STONE 200 Tons1300 HIGH SLUMP 3000 PSI GROUT 3 CY0410 VALLEY DITCH 16 LF0770 CHANNEL LINING TYPE II 60 TONS0750 CLEAN DITCH 300 LF4010 TRENCHING AND BACKFILL 600 LF0110 REMOVE PAVEMENT 266 SQ YDS1060  LOOP PIPE BOLLARD  1  EA0780 4’ SIDEWALK - 4” CONC 50 LF0800 TEMPORARY SILT FENCE 390 LF1470 18” CULVERT PIPE (CMP) 46 LF

Proposed Alternate Bid = __________BIDDER:Date:_____________________

Company Name:__________________________________________________________________

Address:_________________________________________________________________________

Signature:______________________________________________ Title:__________________

Contact info: Phone ( )____________________ Email: _______________________________

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 9 of 15

Page 10: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

1.20 PROJECT DESCRIPTIONFERGUSON KY STORM SEWER DRAINAGE IMPROVEMENTS

NIXON AND NEWTON STREET

This scope of Services provides a minimum set of guidelines, tasks, and activities for the design of improvements for the new drainage improvements beginning at the intersection of Nixon Street and Catron Street, running south to the intersection of Newton Street and Jacksboro Street, crossing Jacksboro and redefining ditch down Newton Street and terminating at an existing 18” RCP near the N/S Railroad.

General Project Description

The goal of the City of Ferguson is to determine the best and most cost-effective type and size of drainage structures, and pipes to relieve a flooding situation along Catron Street Near the Ferguson Baptist Church.

The project area is shown in the attached plans for bidding. A topographic and contour survey of the project has been completed and 3 alternatives presented to the Ferguson City Council and Option C was selected for design solution for the new storm drains. The bid set plans reflect Option C.

The project is to stay within the limits of the street right-of-way.

 Preliminary Design Services Included:

1. Conduct sufficient Deed Research for the identification of all property owners for all identified and immediately adjacent properties. 

2. Preliminary Design Scope of Work included: a) Determine the necessary type, size, slope and configuration of the drainage system to match the hydraulic

characteristics of the existing culvert at Jacksboro Street. b) Identify the existing storm pipes (size, location, and invert elevation) tying into the culvert. c) Topographic and contour survey of the project area as shown on attached Exhibit. The location all existing

utilities (overhead and underground) shall be field surveyed. Utilities that cross, parallel or conflict with the system shall be identified.

d) The location and elevation of the existing sanitary sewer in the project area is included in the survey. The existing sanitary sewer shall not be disturbed if possible.

e) Minimize area of disturbance to the maximum extent feasible with consideration of preserving existing trees/shrubs/landscaping and staying with the right-of-way. 

f) Provide a general plan map for use by City of Ferguson to implement the proposed improvements. Map shall denote location of all existing utilities. 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 10 of 15

Page 11: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

EXHIBIT

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 11 of 15

Page 12: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

Contractor:Contractor is responsible for the implementation of the bmp plan throughout the life of the project

A. Site description: ·site acreage = Approx 0.25 acres disturbed·currently site is streets with no storm drainage, residential city properties.

B. Project description:This project includes adding new storm manholes/drainage boxes, Catron, Nixon, and Newton street. Curb along Nixon street and Catron street, concrete ditch along Catron street adjacent to Baptist Church, clean out existing storm structures at Newton and Jacksboro Street, install new outlet pipe and outlet structure along Newton, clean out ditch down Newton street and install class iii channel lining along Newton street to outlet structure at the bottom of the hill on Newton street. Multiple utility crossings will be encountered.

C. Erosion control measures & sequencingNoi is not required for (<1.0 acre)

·Phase 1: Silt fence remains. Clean ditch and install class ii channel lining along Newton street south of Jacksboro street to existing 18" RCP.  Grout area 20 from new and existing structures. Silt fence remains.  Install new storm pipe line b and outlet structure from Jacksboro street drop box south, grade and install 4' wide sidewalk over top of pipe

·Phase 2: Clear and clean manhole lid/grate at south side of Jacksboro street (may need new grate), seed and landscape around new sidewalk.

·Phase 3: Install new "line a" 15" storm drain from existing storm drop box on north side of Jacksboro street and northwest side of Newton street to intersection of Newton street and Nixon street and install curb box type b. Install new line a 15" storm drain from intersection of Newton street and Nixon street to new curb inlet type a at station 0+00 in the ditch on south side of Ferguson Baptist church. Includes installing a new curb inlet type a on southwest side of Nixon street at station 2+27.39' and a lateral spring box installed opposite site of Nixon street to drain into new curb inlet at 2+27.39.

Phase 4: Remove Ashpalt ditch on north side of Catron street and install new concrete ditch with drain pipe to be installed into new curb inlet at station 0+00 line A. Remove pavement and construct a concrete valley ditch across paved entrance behind Baptist church to drain into new concrete paved ditch along Catron street.

Phase 5: Install new concrete integral lip curb along Catron street, Nixon street and grade to existing ground. Re-pave Nixon Street to Newton Street and Newton to Jacksboro street over trenched area.

·Changes to this plan shall be submitted to the designer and updated in the bmp inspection book maintained by the contractor.

D. Inspections Required·inspections are required at least every 7 days and within 24hrs of the end of a storm that is 0.5 inches or greater.·BMP Plan (site copy) shall be reviewed weekly for updates and must be updated at a minimum monthly. Site

rainfall measurements must be recorded. Handwritten notes on 8.5x11 copies of the erosion sheet in a binder plus inspection report sheets are acceptable. These records shall be kept for 3 years after construction ceases, this permit expires, or the last inspection is made (whichever is latest).

·The owner will not be responsible for fines based upon contractor's negligence. ·Contractor shall cleanout and remove sediment from bmp's when they become half full. All sediment material

shall be properly disposed of offsite.·Any sediment that is tracked onto the public roadway shall be swept clean.  Roadway sediment shall be cleaned

daily.·Contractor is responsible for maintaining waste materials that may cause adverse impacts to stream quality. Such

waste may include but not be limited to discarded building material, concrete truck washout, chemicals, litter, and sanitary waste. Contractor shall take care in placement of temporary toilet to not impact storm water.

·Contractor shall provide additional bmp's at their discretion or as directed by the engineer  to control erosion and sedimentation during construction.

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 12 of 15

Page 13: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

Certification Required of Contractor for Bmp Plan To Be In Full Effect:

I certify under penalty of law that i understand the terms and conditions of the general national pollutant discharge elimination system (NPDES) permit that authorizes the storm water discharges associated with activity from the construction site identified as part of this certification:

Name:   

Title:

Company: 

Address: 

Phone:   

Email:   ________________________________________________________Signed/Date _________________________________________________________

1.21 BEST MANAGEMENT PRACTICES (BMP PLAN)1.  The contractor shall be responsible for submitting a notice of intent letter to the Kentucky division of water (KYDOW) indicating his intent to disturb and for complying with the KYDOW storm water permit.  Additionally, the contractor shall secure a land disturbance permit from the city of Ferguson (if required), and have a pre-construction meeting with the city of Ferguson planning commission prior to construction.

2.  The approved erosion prevention and sediment control plan shall be implemented prior to any land-disturbing activity on the construction site. 

3.  Erosion and sediment control must comply with all local, state and federal governing authorities.  All BMP’S required by these agencies will be the responsibility of the contractor at no additional cost to the owner.

4.  The contractor must take necessary action to minimize the tracking of mud onto pave roadway(s) from construction areas and the generation of dust.  The contractor shall daily remove mud/soil from pavement, as may be required. 

5.  All potential erosion shall be controlled in such manner so as to prevent any displacement of silt to the adjacent property owners or right-of-way.  This control shall be implemented through proper installation of BMP’S during construction.  It is the contractor's responsibility to prevent erosion onto adjacent property.  Any remedial measures required to correct damage created by erosion shall be at the contractor's expense. 

6.  The contractor is solely responsible for the proper installation and maintenance of the erosion prevention and sediment control structures.  All BMP’S shall be inspected regularly and shall be repaired, cleaned, and/or reinstalled as necessary. 

7.  All erosion control devices shall be properly maintained during all phases of construction until the completion of all construction activities and all disturbed areas have been stabilized.  Additional control devices may be required during construction in order to control erosion and/or offsite sedimentation.  Contractor is solely responsible for the removal of erosion prevention and sedimentation control structures after construction is complete and the site is

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 13 of 15

Page 14: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

stabilized.  Remove temporary sediment control measures within 30 days after final stabilization is achieved and temporary best management practices (BMP’S) are no longer needed. 

8.  Litter, construction debris, oils, fuels, and building products with significant potential for impact (such as stockpiles of freshly treated lumber and construction chemicals that could be exposed to storm water) must be prevented from becoming a pollutant source in storm water discharges. 

9.  Mulch and seed all disturbed areas as soon as possible after final grading is complete, unless otherwise indicated. Contractor shall take whatever means necessary to establish permanent soil stabilization. 

10.  Remove sediment from all drainage structures before acceptance by local governing agency, or as directed by the owner's representative. 

11.  Clean silt barriers when they are approximately 50% filled with sediment or as directed by the owner's representative. Silt barriers shall be replaced as effectiveness is significantly reduced, or as directed by the owner's representative. 

12.  Remove the temporary erosion and water pollution control devices only after a solid stand of grass has been established on graded areas and when in the opinion of the owner's representative, they are no longer needed. 

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 14 of 15

Page 15: 1.1 BID SUBMISSION · Web viewSQ YDS 1060 LOOP PIPE BOLLARD 1 EA 0780 4’ SIDEWALK - 4” CONC 50 LF 0800 TEMPORARY SILT FENCE 390 LF 1470 18” CULVERT PIPE (CMP) 46 LF Proposed

ABBIE JONES CONSULTING1022 Fontaine Rd, Lexington, KY 40502

859.559.3443www.abbie-jones.com

CONTRACT BETWEEN CITY OF FERGUSON AND CONTRACTOR

Needs to address pay applications, amount of insurance ($1M) and bond of $300,000?

LAND SURVEYING – CIVIL ENGINEERING – TRAFFIC COUNTSPage 15 of 15