My WebLink
|
Help
|
About
|
Sign Out
Home
Browse
Search
2005-290a
CBCC
>
Official Documents
>
2000's
>
2005
>
2005-290a
Metadata
Thumbnails
Annotations
Entry Properties
Last modified
8/1/2016 2:13:57 PM
Creation date
9/30/2015 9:03:57 PM
Metadata
Fields
Template:
Official Documents
Official Document Type
Contract
Approved Date
08/23/2005
Control Number
2005-290A
Agenda Item Number
11.I.1
Entity Name
Ceres Environmental Services
Subject
Secondary Debris Removal Contract
Bid Number
7076
Supplemental fields
SmeadsoftID
5142
There are no annotations on this page.
Document management portal powered by Laserfiche WebLink 9 © 1998-2015
Laserfiche.
All rights reserved.
/
62
PDF
Print
Pages to print
Enter page numbers and/or page ranges separated by commas. For example, 1,3,5-12.
After downloading, print the document using a PDF reader (e.g. Adobe Reader).
View images
View plain text
H . The maintenance of traffic for this contract shall be in accordance with the applicable FDOT Standard <br /> Index numbers (600 Series) and the U . S . Department of Transportation, Federal Highway <br /> Administration, Manual on Uniform Traffic Control Devices and shall be followed in application, <br /> installation, maintenance and removal of all traffic control devices , warning signs , devices , and <br /> barriers necessary to protect the public and workmen on roads, and rights-of-way in Indian River <br /> County. Pedestrian and vehicular traffic shall be maintained and protected at all times . <br /> I. The Contractor shall insure that all vehicles , trucks, equipment, and trailers operating on Indian River <br /> County roadways and rights-of-way are in compliance with all Federal , State, and local rules , laws , <br /> and regulations . All vehicles , equipment, trucks, and trailers shall be properly licensed, insured, and <br /> equipped with lights, back-up alarms, horns , and any other safety equipment mandated by Federal, <br /> State, and local rules, laws, and regulations . Vehicles without proper safety equipment shall not work <br /> in the County. <br /> 1 <br /> J . The Contractor shall supply pre-numbered 5 part Debris Load Tickets to the County for the entire <br /> project . Each ticket will contain the following information : <br /> i <br /> • Ticket Number <br /> • Contractor Name <br /> • Truck Number <br /> • Loading Location <br /> • Field Inspector <br /> • Measured Truck Capacity <br /> • Date <br /> • Site Departure Time <br /> • Dump Site Location <br /> • Dump Site Arrival Time <br /> • Debris Classification (Vegetative, C&D , Mixed) <br /> • Estimated % Full and Debris Quantity <br /> K. The Contractor shall notify the County at least 3 days in advance of any unusual "ramping up" of <br /> work forces . <br /> L . No home made trailers with plywood extensions will be permitted . Trailers towed behind trucks must <br /> be able to mechanically dump on their own with no assistance from equipment at the dumping site . <br /> M . The Contractor shall only utilize mechanical loading equipment with grapple or clamshell type <br /> devices for loading debris . Hand loading will be prohibited. <br /> N. All transport hauling equipment shall be single axle, tandem wheel, or semi-trailer trucks that are <br /> designed by the manufacturer for the intended purpose . No plywood extended sides will be permitted. <br /> ! <br /> Steel side extensions that have steel reinforced vertical supports are allowed . <br /> i <br /> Page 28 of 28 <br /> i <br /> F. IPublic Worksl Capital ProjectsWurricane ContractslHurricane Debris Removal Bid Document - Final. doc <br />
The URL can be used to link to this page
Your browser does not support the video tag.