Pre Construction Conference

Download Report

Transcript Pre Construction Conference

Date:
Time:
Location:
November 16th, 2009
9:30 AM
Tequesta Village Hall
Project Description
 Contract Number…………………………………..
 Financial Project Number………………………
 Federal Project Number………………………….
 Bridge No ……..……………………………………….
 County/Section No…………………………………
 County…………………………………………………….
T4251
426480-1-52-01
ARRA028B
93022
93000114
Palm Beach
Project Description
 The proposed work under this contract consists of
replacing the Tequesta Dr. Bridge with a new 53’ 3” wide
bride crossing over the Loxahatchee River in Palm Beach
County. The proposed new bridge will be 5.25’ higher than
the existing bridge to allow for more marine traffic.
 The project work limits are from Pine Tree Drive to W
Riverside Drive and it will include replacing the existing
approaches to the bridge, drainage improvements,
landscape, lighting, signing and pavement markings
improvements.
Project Description
 - Construction Cost:








$2.38 M
- Incentives/Disincentives:
$180,000
- Allowable Contract Time:
231 calendar d + 30 SA Days
- Contract Award:
November 3, 2009
- Contract Execution by Contractor: November 12, 2009
- Contract Execution by FDOT:
November 13, 2009
- Notice to Proceed (NTP):
November 18, 2009
- Commencement of Construction: November 18, 2009
- Estimated Completion:
August, 2010
Delineation of Lines of Authority
 FDOT Construction Project Manager:
Mr. Roberto “Rob” Cables
Office: (561) 741-7828
Fax:
(561) 741-8675
Cell:
(561) 719-7799
E-mail: [email protected]
Delineation of Lines of Authority
 Project Primary Contact:
FDOT Project Administrator
Mohamed “Moe” Mabrouk, EI.
Office: (561) 432-1123
Cell:
(561) 459-0908
E-mail: [email protected]
Delineation of Lines of Authority
 AIM Senior Project Engineer
Pete McRae, PE.
Office: (561) 969-0404
Cell:
(561) 420-9213
E-mail: [email protected]
Delineation of Lines of Authority
 Contractor: Sheltra and Son Co. Inc.
Project Manager: Ron Larowe
Office: (772) 597-3180
Fax:
(772)597-4213
Cell863)634-0739
E-mail: [email protected]
Submittals
 Anticipated DBE Participation Statement
 CPM Work schedule with narrative
 Certified list of site clerical staff, supervisory




personnel and pro-rated time assigned to the contract
Name of qualified MOT Supervisor with Contact
phone number and a copy of the MOT certification
Storm Water Pollution Prevention Plan
Name of Storm water management inspector with
Contact phone number
Pre-construction vibration monitoring survey
Submittals
 Name of specialty engineer and equipment to be used for







Vibration monitoring
QC Plan Ensure inclusion of all applicable parts and
certifications for personnel requiring approval per Supp
Spec 105
A specific erosion control plan along with specific
construction schedule for implementation
Shop Drawings Schedule for shop drawings as described in
Spec 5-1.4.2
Emergency Telephone Numbers
Density Log Book
Post Tensioning shop drawings
Pre stressed Slab Units Shop Drawing
Submittals
 Grouting and Post Tensioning Plan
 Actual rate for: Medical insurance, holidays, sick, &





vacation benefits, retirement benefits, per diem, insurance
(general liability coverage only)
Experience Record for Bridge personnel
Fabrication schedule for all items requiring commercial
inspection
Certification of Sublet Work /Notice of Rental Agreement
detailed plans for false work
Company wide EEO Report
Utility Coordination
 All utility relocation was done prior to construction.
 Utility lines on the existing bridge are abandoned and will
be removed as part of the bridge demolition.
 Utility relocation As-Built Plans shall be provided to the
contractor by the Village. Contact Mr. Russell White @ 561575-6233.
 The Contractor shall notify sunshine state “one call” and all
affected utilities 48 hours prior to construction.
Maintenance of Traffic
 The Tequesta Drive Bridge will continue to be closed
throughout the duration of the project. The public shall
continue following the current set detours.
 All traffic control devices and schemes shall conform to the
FDOT Standard Specifications For Road and Bridge
Construction (2007), and the FDOT Design Standards (2008).
 Allowable on site construction work hours are from 7 AM to 6
PM Monday through Saturday.
 Submit MOT Daily Worksheet and MOT Certifications of
Quantities to the PA.
Maintenance of Traffic
 Access to adjacent properties shall be maintained during
all phases of construction.
 Mail delivery, garbage pickup and other municipal services
shall be maintained on all adjacent properties during all
phases of construction.
 The contractor shall provide all materials and equipments
needed to meet drop off requirements of FDOT Standard
Index No. 600.
 Excavations deeper than 18” and any other work which may
adversely affect the performance of any utility shall not be
done on Saturdays.
Marine Traffic
 The contractor is required to maintain existing
clearance and allow boat traffic through the center
span at all times, except when removing or installing
the center span deck units.
 Temporary lighting is required to warn marine traffic
of hazards during hours when construction is not on
going.
Contract Documents
 2007 Standard Specifications
 2008 Design Index
 Supplemental Specifications
 Special Provisions
 Plans
Dispute Review Board (DRB)
 A DRB will be available to assist in the resolution of
disputes and claims arising out of the work on the
contract. The contractor shall submit a selection.
Contingency Funds
 The contract includes an initial contingency fund
which may be utilized for coordinated extra work
items.
 No extra work shall be initiated prior to authorization
provided by the engineer.
Contractor Past Performance
Rating (CPPR)
 A monthly CPPR along with a letter will be provided to
the contractor throughout the duration of this project.
 The contractor will be updated weekly on CPPR issues
during the progress meetings.
Construction Progress
 Progress meeting location and time.
 Controlling items of work- Critical Path Activity, two
week look ahead.
 The contractor shall submit an updated CPM Schedule
every month including a narrative. The schedule will
be reviewed by the PA and the Senior Project Engineer.
The schedule shall be submitted on time to prevent
withholding any payments in accordance with 8-3.2.
Vibration Monitoring
 The contractor shall employ a qualified specialty
engineer to monitor and record vibration levels
produced by vibratory construction equipment used
on this project.
 The monitoring shall be taken at locations between
the right of way and 400 feet outside of the right of
way line.
 The settlement of structures and vibration levels shall
be monitored in accordance with FDOT Specifications
455-1.1.
Vibration Monitoring
 The contractor shall perform pre-construction survey
with the use of video and still photography on each
property located within 400 feet from the right of way.
 No construction operations will be allowed until the
pre-construction survey is completed and submitted
to the engineer.
Asbestos Survey Report
 The asbestos survey report generated by GLE
Associates, Inc. indicated that asbestos is present in
the grey particle board bearing pads at the end bents.
 The pads will be removed by AECOM, licensed
contractor specialized in this type of work. Coordinate
with Mr. Steve Starke ( Office: D 954.745.7216 ; Cell:
954.275.8306)during the bridge demolition phase.
Quality Control (QC) Plan
 Concrete
 Asphalt
 Earthwork
 Responsible QC Manager
 Reporting of testing data submittal of material reports
in LIMS.
 QC/FDOT kick off/pre operation meetings (Concrete,
Asphalt, Piles Driving, etc.)
 Density Log Book
Public Information Plan
 The Village of Tequesta will handle PIO on this job.
 If you have any questions/comments/concerns please
contact the Village of Tequesta.
Estimates and Partial Payments
 Requests for partial payments for stockpiled materials
must be submitted five days before the cut off date.
 All required forms must be complete with all backup
documentations and materials verifications.
 The certification of disbursement of previous periodic
payments shall be submitted no later than the Friday
before cut off date by noon.
 The contractor certified quantities shall be submitted
no later than the Friday before cut off date by noon.
Quality Assurance (QA)
 Pre- Activity Meetings
 Palm Beach Operations QA Team will perform
maintenance inspections at 30%, 60%, 90%, semi-final
and final.
Equal Employment Opportunity
 All Primes and subs with contracts of at least $10,000,
who are active on one or more FDOT Federal Aid or
State Funded construction contract are required to
conform with certain requirements that exhibits their
company’s permanent commitment to equal
employment opportunity and affirmative action.
 EEO will be discussed in details at the meeting
following the pre construction conference.
American Recovery and
Reinvestment Act (ARRA)
 A DUNS number must be obtained and employment
data must be entered online on the 10th of each month.
 “Know Your Rights Under the Recovery Act” flyer must
be posted on the bulletin board.
 An ARRA poster informing the public that this is an
ARRA project must be posted on the bulletin board.
 A special ARRA whistle blower’s poster must be posted
on the bulletin board.
Disadvantaged Business
Enterprises (DBE)
 The DBE Program is a voluntary, race and gender
neutral program for assisting small business concerns
owned and operated by socially and economically
disadvantaged individuals to participate in the
performance of department contracts.
 An anticipated DBE Participation Statement is due
today identifying certified DBE’s and their subcontract
amounts for this contract.
Disadvantaged Business
Enterprises (DBE)
 The prime is required to make monthly entry into the
department’s Internet Based Equal Opportunity
Reporting System the actual payments made to each
DBE subcontractor and DBE supplier each month.
 The contractor shall have an approved DBE
Affirmative Action Program Plan filed with the Equal
Opportunity Office.
On Job Training (OJT)
 As part of the Contractor’s equal employment
opportunity affirmative action program, on job
training shall be provided for two trainees.
 Further, if the Contractor or subcontractor requests to
utilize banked trainees, a Banking Certificate will be
validated at this meeting allowing credit to the
Contractor for previously banked trainees.
Standard Forms
 Notice of Rental Agreement (700-010-11)
 Request for Payment of Stockpiled Materials (700-010-42)
 Vehicle Registration Affidavit (700-010-52)
 Certification for Sublet Work (700-010-36)
 Contractor Quarterly Plant & Bed Inspection (700-011-10)
 Disbursement of Payment to Subcontractors (700-010-38)
 Contractor Monthly Plant Certification (700-011-12)
 Construction Compliance with Specifications and Plans
(700-020-02)
 Contractor’s Time Extension Request (700-010-56)
Standard Forms
 Contractor’s Asphalt & Bituminous Certification (700-050






66)
Asphalt Plant Daily Report QC-LIMS (675-030-18)
Asphalt Pavement Straightedge Report (675-060-10)
Asphalt Roadway Daily Report QC (675-030-20)
Cross-Slope Measurement Data Form (700-010-98)
Contractor’s Certification of Quantities (MOT) (700-05062&62A)
MOT Daily Worksheet (700-050-67) & (700-050-68)
Contractor’s QC Density Records (675-020-27)
Important Notes
 All mailboxes currently served from the roadway before
construction must be served in the same manner after
construction.
 All existing village signs within the limits of construction which
are to be relocated or removed shall be removed by the
contractor and stockpiled within the right of way for removal by
the Village forces.
 All vegetation, debris, pavement, concrete or other unsuitable
materials shall be legally disposed of off-site in an area provided
by the contractor.
 All existing inlet grates and manhole castings which are
removed within the limits of the Village right of way shall be
stockpiled within the right of way for removal by the Village
forces.
Important Notes
 The contractor shall completely remove existing asphalt
and base material from areas to be sodded. Backfill shall
consist of clean, granular fill material and sod shall be
suitable for planting.
 Contractor must monitor all work that may cause cracking
to any adjacent structures. The contractor shall be
responsible for any damage caused by these operations.
 Existing brick pavers in driveways shall be salvaged prior to
construction and stored until such time as the driveways
can be restored at the end of construction. Contractor shall
provide matching bricks that satisfy homeowner if more
are required to complete driveway restoration.
Important Notes
 48 hours prior to the removal of any signage or drainage
components the contractor shall notify the Village’s Public
Services Manager, Russell White, at (561)575-6233.
 Contractor shall allow asphalt to cure for 14 days prior to
applying thermoplastic pavement marking to roadway.
 Contractor shall provide a water truck for the purpose of
irrigating the new sod placed until final acceptance of the
project.
 Irrigation sleeves placed under sidewalk are for the
contractor to use in re-establishing irrigation service to
parcels along the project.
Important Notes
 All existing irrigation system components conflicting with
the proposed construction shall be removed and disposed
of by the contractor.
 The contractor shall clearly mark in the field all irrigation
system breaks in a manner acceptable to the engineer for
future reconnection or extension by others.
 The contractor shall notify the owner of each affected
irrigation system at least 2 weeks prior to its removal.
Important Notes
 All brick headers and curbs to be cast with colored
concrete shall match the brick pavers.
 The contractor shall submit color sample cubes for
approval by the Village.
Environmental Requirements
Open Discussion
Meeting Adjourn