2013 WASTEWATER PROJECTS

Size: px
Start display at page:

Download "2013 WASTEWATER PROJECTS"

Transcription

1 WASTEWATER PROJECTS 1

2 PROJECT NAME TABLE 1b - Wastewater Projects PROJECT STATUS SUMMARY UP PROJECT NUMBER PROJECT PHASE April 2013 PERCENT COMPLETION Ocean Outfall Rule Change (Pilot) Design 50% Building A Roof Replacement (Construction) Bidding 0% Building A Roof Replacement (Design) Design 0% Headworks Rehabilitation and Replacement (Design) Design 99% Headworks Rehabilitation and Replacement (Structural Repairs) A Pre-Construction 40% Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Pre-Construction) Pre-Construction 40% Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (CMS) CMS 10% Effluent Pump Station - Gravity Disposal (Construction) Construction 100% Injection Well Mechanical Integrity Test (Construction) Construction 100% Injection Well Mechanical Integrity Test (Design/CMS) Design/CMS 51% PROJECT NAME TABLE 2b - WASTEWATER PROJECTS SUMMARY OF COSTS ACCRUED TO PROJECT FUNDING SOURCE AUTHORIZATION COST-TO- Ocean Outfall Rule Change (Pilot) TBD $2,980, $783, Building A Roof Replacement (Construction) RRI $205, $0.00 Building A Roof Replacement (Design) RRI $3, $3, Headworks Rehabilitation and Replacement (Design) RRI $434, $417, Headworks Rehabilitation and Replacement (Structural Repairs) A RRI $402, $135, Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Construction) RRI $1,369, $733, Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Design) RRI $109, $54, Effluent Pump Station - Gravity Disposal (Construction) RRI $247, $172, Injection Well Mechanical Integrity Test (Construction) Bond $63, $63, Injection Well Mechanical Integrity Test (Design/CMS) Bond $24, $24, Total $2,651, $1,603,

3 Ocean Outfall Rule Change Pilot Study Project Number: The Ocean Outfall Rule Change requires elimination of the ocean outfall disposal at the Southern Regional Wastewater Treatment Plant (SRWWTP) and expansion of effluent reuse in City of Hollywood to 60% of the baseline outfall flow by the year Design and Implementation of an Effluent Recharge Treatment Pilot Study includes effluent treatment pilot test design, permit and equipment procurement, effluent treatment pilot system construction and operation, test data collection, analyses, and preparing study report. The goal of this project is to develop and submit a detailed plan to meet the requirements of the Ocean Outfall Rule Change, based on all testing data, by no later that July 1, City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Hazen and Sawyer, P.C. Contractor: PROJECT STATUS UP: Authorization to Proceed was issued on August 20, H&S started the test on January 29, Report due on July 1, PROJECT SCHEDULE Authorization to Proceed: August 20, days Completion: March 13, 2013 Percent Completion: 50% PAYMENT STATUS Original Contract Amount: $2,980, Amendments: $0.00 Current Contract: $2,980, Invoices Paid (YTD): $713, Invoices Paid (ITD): $783, Balance to Finish: $2,197, Error! Not a valid link. 3

4 Building A Roof Replacement Project Number: Replace existing roof, roof flashing, and roof insulation on Building A located at the SRWWTP City Project Number: TBD Work Order No.: MDA Bob Wertz Consultant: Contractor: Matthew Debonis & Associates, LLC Triple M Roofing Building A, SRWWTP, 1621 N. 14th Avenue, Hollywood, FL Project Update: A Notice of Intent to Award this project to Triple M Roofing was issued in March 2013 which resulted in no bid protests. PROJECT SCHEDULE - CONSTRUCTION Notice to Proceed: TBD Completion: Percent Completion: 0% PAYMENT STATUS - CONSTRUCTION Original Contract Amount: $205, Change Orders: $0.00 Current Contract: $205, Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $205, PAYMENT SCHEDULE - CONSTRUCTION $205, PROJECT SCHEDULE - DESIGN Authorization to Proceed: January 4, 2013 Completion: March 29, 2013 Percent Completion: 100% PAYMENT STATUS - DESIGN Original Contract Amount: $3, Amendments: $0.00 Current Contract: $3, Invoices Paid (YTD): $3, Invoices Paid (ITD): $3, Balance to Finish: $0.00 PAYMENT SCHEDULE - DESIGN $3, /29/ $3, $0.00 4

5 Headworks Upgrade Project Number: The scope of the project is to fully rehabilitate the existing Bar Screen and Grit Removal Facility located at the Hollywood Southern Regional Wastewater Treatment Plant due to severe deterioration of the concrete and the reinforcing steel in the combined discharged channel of the screen chamber including the north, east and west walls, ceiling and roof beams and due to deterioration of existing bar screens and mechanical components. City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer, P.C. TBD PROJECT STATUS UP: Hazen and Sawyer, P.C. continues design efforts for this project. Design is approximately 95% complete. H&S is finalizing bidding documents. FDEP and Broward County confirmed that no permits are necessary for the implementation of the project. Bid will be opened on May 16, PROJECT SCHEDULE Authorization to Proceed: February 1, days Completion: December 31, 2012 Percent Completion: 99% PAYMENT STATUS Original Contract Amount: $409, Amendments: $24, Current Contract: $434, Invoices Paid (YTD): $425, Invoices Paid (ITD): $425, Balance to Finish: $9, PAYMENT SCHEDULE $434, /21/ $23, $411, /14/ $20, $390, /30/ $19, $371, /28/ $57, $313, /27/ $76, $236, /22/ $57, $178, /28/ $115, $63, /4/ $19, $44, /26/ $2, $41, /12/ $24, $17, /23/ $3, $13, /27/ $3, $10, /28/ $ $10, /29/ $ $9,

6 Headworks Upgrade - Structural Project Number: A The scope is to perform structural rehabilitation to the existing Bar Screen Chamber located at the Hollywood Southern Regional Wastewater Treatment Plant due to severe deterioration of the concrete and the reinforcing steel. City Project Number: A R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer, P.C. Exeletech Coating & Applications, LLC PROJECT STATUS UP: Notice to Proceed was issued on October 10, Rehabilitation work started on December 12, Due to safety concern on top slab and structural beam in inlet box. Work will resume in August PROJECT SCHEDULE Notice to Proceed: October 10, days Completion: February 11, 2012 Percent Completion: 40% PAYMENT STATUS Original Contract Amount: $416, Change Orders: ($13,546.64) Current Contract: $402, Work Completed: $151, Retainage: $15, Invoices Paid (YTD): $135, Invoices Paid (ITD): $135, Balance to Finish: $266, PAYMENT SCHEDULE $402, /12/12 1 $23, $379, /16/13 2 $51, $327, /14/13 3 $11, $316, /14/13 4 $19, $296, /27/13 5 $30, $266,

7 Clarifiers 5 through 8 Flow Distribution box Rehabilitation The scope of this project is full structural and mechanical. Rehabilitation of the existing Flow Distribution Box (FDB) connecting Clarifiers 5 through 8. The FDB was built in 1990 and is in need of extensive repairs. This project also involves replacement of existing transfer pumps. Project Number: City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer The Poole and Kent Company PROJECT STATUS UP: Pre-construction meeting was held on November 8, Rehabilitation work in pump cell and cell No. 5 and No. 6 were completed on February 22, The Contractor is working on Cell No. 7. PROJECT SCHEDULE Notice to Proceed: November 8, days Completion: September 4, 2013 Percent Completion: 54% PAYMENT STATUS Original Contract Amount: $1,369, Change Orders: $0.00 Current Contract: $1,369, Work Completed: $192, Retainage: $19, Invoices Paid (YTD): $401, Invoices Paid (ITD): $733, Balance to Finish: $635, PAYMENT SCHEDULE $1,369, /07/12 1 $173, $1,195, /08/13 2 $158, $1,036, /30/13 3 $71, $965, /27/13 4 $55, $910, /01/13 5 $274, $635,

8 Clarifiers 5 through 8 Flow Distribution box Rehabilitation The scope of this project is full structural and mechanical. Rehabilitation of the existing Flow Distribution Box (FDB) connecting Clarifiers 5 through 8. The FDB was built in 1990 and is in need of extensive repairs. This project also involves replacement of existing transfer pumps. Project Number: City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer The Poole and Kent Company PROJECT STATUS UP: Pre-construction meeting was held on November 8, Rehabilitation work in pump cell and cell No. 5 and No. 6 were completed on February 22, The Contractor is working on Cell No. 7. PROJECT SCHEDULE - H&S Authorization to Proceed: October 25, days Completion: September 4, 2013 Percent Completion: 50% PAYMENT STATUS - H&S Original Contract Amount: $109, Amendments: $0.00 Current Contract: $109, Invoices Paid (YTD): $54, Invoices Paid (ITD): $54, Balance to Finish: $54, PAYMENT SCHEDULE - H&S $109, /26/12 1 $2, $106, /12/12 2 $16, $90, /23/13 3 $6, $84, /23/13 4 $12, $72, /28/13 5 $8, $64, /29/13 6 $9, $54,

9 Effluent Hydraulic Improvements Project Number: Installation of an elevated gravity bypass pipe to maintain the positive suction head for the deep injection well pumps so that the deep injection wells could be in service during low wastewater flow conditions. City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Consultant: Contractor: ECSD R. J. Sullivan PROJECT STATUS UP: Project is completed. PROJECT SCHEDULE Notice to Proceed: February 9, days Completion: December 31, 2012 Percent Completion: 100% PAYMENT STATUS Original Contract Amount: $247, Change Orders: $15, Current Contract: $263, Work Completed: $128, Retainage: $6, Invoices Paid (YTD): $171, Invoices Paid (ITD): $262, Balance to Finish: $1, PAYMENT SCHEDULE $263, /13/ $29, $233, /8/ $61, $172, /5/ $31, $141, /4/ $24, $116, /5/ $25, $90, /7/ $41, $49, /7/ $10, $38, /13/ $37, $1,

10 Injection Well Mechanical Integrity Test Project Number: Per the operating permit for the two Deep Injection Wells issued by the Florida Department of Environmental Protection (FDEP), mechanical integrity testing are required to be performed for each Deep Injection Well at the Southern Regional Wastewater Treatment plant. Layne Christensen are selected as the general contractor to conduct the test. The test started on August 27, 2012 and was completed on September 14, The contractor is preparing test report and will submit to H&S for review. City Project Number: R and R Work Order No.: H&S Consultant: Contractor: Jeff Jiang, P.E. H&S Layne Christensen PROJECT STATUS UP: Project is completed. PROJECT SCHEDULE (LAYNE CHRISTENSEN) Notice to Proceed: TBD 60 days Completion: December 31, 2012 Percent Completion: 100% PAYMENT STATUS (LAYNE CHRISTENSEN) Original Contract Amount: $73, Change Orders: ($10,000.00) Current Contract: $63, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $63, Invoices Paid (ITD): $63, Balance to Finish: $0.00 PAYMENT SCHEDULE (LAYNE CHRISTENSEN) $63, /3/ $63, $0.00 PROJECT SCHEDULE (H&S) Authorization to Proceed: February 6, days Completion: December 31, 2012 Percent Completion: 51% PAYMENT STATUS Original Contract Amount: $24, Amendments: $0.00 Current Contract: $24, Invoices Paid (YTD): $24, Invoices Paid (ITD): $24, Balance to Finish: $0.00 PAYMENT SCHEDULE $24, /15/ $12, $12, /28/ $10, $2, /4/ $1, $1, /26/ $1, $

11 INFRASTRUCTURE PROJECTS 11

12 TABLE 1c - INFRASTRUCTURE PROJECTS PROJECT STATUS SUMMARY UP PROJECT NAME PROJECT NUMBER PROJECT PHASE PERCENT COMPLETION Water Main Replacement Program - N. 13th and 14th Avenues from Garfield Street to Hollywood Blvd. (Construction) Construction 75% Restoration and Painting of East Elevated Water Tank (Construction) A Award 0% Restoration and Painting of East Elevated Water Tank (CMS) A Award 0% Watermain Replacement Program - Pembroke Road to Hollywood Blvd. and from I-95 to S. 26th Avenue (Bidding) Bidding 100% Watermain Replacement Program - N. 46th Avenue to 52nd Avenue from Hollywood Blvd. to Johnson St. (Bidding) Bidding 98% Watermain Replacement Program - N. 46th Avenue to 52nd Avenue from Hollywood Blvd. to Johnson St. (Design) Design 100% Water Services and Water Meter Relocations (Construction) Construction 70% Water Main Replacement Program - Alley North and South of Cleveland St. and between N. 15th. Ave. and N. 16th Ave. (Permitting) Permitting 0% Water Main Replacement Program - Hollywood Blvd. to Pembroke Rd. between S. 26th Ave. & S. Dixie Hwy. (Design) Design 90% Water Main Replacement Program - Alley between McKinley St. and Roosevelt St. and between N. 17th Avenue and Federal Highway (Construction Construction 100% Water Main Replacement Program - 72nd Avenue to 76th Avenue from Polk Street to Johnson Street Design 19% State Road 7 Sewage Collection and Water Distribution System Upgrade (Design) Design 95% Dixe Corridor Septic to Sewer Lift Stations (Gibbs) Design 0% Dixe Corridor Septic to Sewer Lift Stations (EAC) Design 100% Dixe Corridor Septic to Sewer Lift Stations (EAC) - Lift Station W B Award 10% McKinley Street Interceptor (Construction) Construction 100% McKinley Street Interceptor (CMS - B&C) Construction 95% McKinley Street Interceptor (CMS - H&S) Construction 99% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Point Repairs) A Construction 44% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Cured-In-Place) B Construction 72% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Manholes Rehabilitation) C Bidding 25% 2200 South Ocean Drive Sanitary Sewer Interconnect Design/Permit 100% Lift Station Conversion/Upgrade Program (A-3, A-5, A-8, W-6, W-17, and W-26) (Construction) C Construction 100% Lift Station Conversion/Upgrade Program (A-3, A-5, A-8, W-6, W-17, and W-26) (Design/CMS) C CMS 55% Lift Station W-15 Upgrade (Pre-Construction) Pre-Construction 15% Year 2012 Department of Public Services PLC Procurement Construction 100% 12

13 PROJECT NAME TABLE 2c - INFRASTRUCTURE PROJECTS SUMMARY OF COSTS ACCRUED TO PROJECT FUNDING SOURCE AUTHORIZATION COST-TO- Water Main Replacement Program N. 13th and N. 14th Ave Polk St to Hollywood Blvd. (Construction) RRI $2,263, $0.00 Restoration and Painting of East Elevated Water Tank (Award)) A RRI $610, $519, Restoration and Painting of East Elevated Water Tank (CMS) A RRI $17, $11, Water Main Replacement Program - Pembroke Road to Hollywood Water Main Blvd. Replacement from I-95 Program to S. 26th Avenue N. 46th (Design) Avenue to RRI $558, $524, nd Avenue from Hollywood Blvd. to Johnson St. (Construction) RRI $0.00 $0.00 Water Main Replacement Program N. 46th Avenue to 52nd Avenue from Hollywood Blvd. to Johnson St. (Design) RRI $264, $218, Water Services and Water Meter Relocations (Construction) Water Main Replacement Program - Alley North and South RRI $240, $109, of Cleveland St. and between N. 14th Ave. and N. 16th Ave. Water (Design) Main Replacement Program - Hollywood Blvd. to RRI $0.00 $0.00 Pembroke Rd. between S. 26th Ave. & S. Dixie Hwy. (Design) RRI $665, $532, Water Main Replacement Program - Alley between McKinley St. and Roosevelt St. and between N. 17th Avenue and Federal Highway (Permitting) RRI $2, $2, Water Main Replacement Program - 72nd Avenue to 76th Avenue from Polk Street to Johnson Street RRI $373, $131, State Road 7 Sewage Collection and Water Distribution System Upgrade - Surveying Services (Design) RRI $0.00 $0.00 Dixie Corridor Septic to Sewer Lift Stations (Gibbs) RRI $1, $1, Dixie Corridor Septic to Sewer Lift Stations (EAC) RRI $121, $92, Dixie Corridor Septic to Sewer Lift Stations (EAC) B RRI $40, $10, McKinley St Interceptor (Construction) RRI $8,585, $7,543, McKinley St Interceptor (CMS - B&C) RRI $1,036, $1,011, McKinley Gravity Sewer St Interceptor System Condition (CMS - H&S) Assessment and Renewal RRI $352, $326, and Replacement (Inflow/Infiltration - I/I Program) (Construction) (Point Repairs) A RRI/Bond $749, $293, and Replacement (Inflow/Infiltration - I/I Program) (Construction) Gravity Sewer System (Cured-In-Place) Condition Assessment and Renewal B RRI/Bond $1,287, $540, and Replacement (Inflow/Infiltration - I/I Program) (Bidding) (Manhole Rehabilitation) C RRI/Bond $0.00 $ South Ocean Drive Sanitary Sewer Interconnect (Design) RRI $0.00 $0.00 Lift Station Conversion/Upgrade Program, Lift Stations A-3, A-5, A-8, W-6, W-17, and W-26 (Construction) C RRI $1,285, $1,037, Lift Station Conversion/Upgrade Program, Lift Stations A-3, A-5, A-8, W-6, W-17, and W-26 (Design/CMS) C RRI $277, $169, Lift Station W-15 Upgrade (Pre-Construction) RRI $202, $28, Year 2012 Dept of Public Utilities Programmable Logic Controllers (PLC) Procurement (Award) RRI $211, $0.00 TOTAL $19,148, $13,106,

14 P Avenue P April 2013 Water Main Replacement N. 13 th th and N. 14P P Avenue Garfield Street to Hollywood Blvd. Project Number: This project consists of replacing corroded watermains from Hollywood Boulevard to Garfield th th Street between N. 13P and N. 14P Terrace. All design and CMS Services for this project are being performed in-house personnel. City Project Number: R Work Order No.: N/A Bob Wertz Contractor / Consultant: ManCon, Inc./In-House Hollywood Boulevard to Arthur Street between th N.13 Avenue and N. thp 14P P Avenue PROJECT STATUS UP: All pipes installed. The bacterialogical test passed. All residential services have been connected. Asphalt paving and restoration is underway. PROJECT SCHEDULE Notice to Proceed: September 24, days Completion: Percent Completion: 75% PAYMENT STATUS Original Contract Amount: $2,836, Change Orders: $0.00 Current Contract: $2,836, Work Completed: $737, Retainage: $73, Invoices Paid (YTD): $1,617, Invoices Paid (ITD): $1,617, Balance to Finish: $1,219, PAYMENT SCHEDULE - CONSTRUCTION $2,836, /5/ $127, $2,709, /30/ $536, $2,172, /18/ $504, $1,667, /11/ $220, $1,446, /18/ $227, $1,219,

15 Restoration and Painting of East Elevated Water Tank The project consists of materials rehabilitation and repainting of the East Water Elevated Storage Tank Project Number: A City Project Number: A R and R Work Order No.: TEM Clece Aurelus, P.E. Contractor / Consultant: Tank Engineering and Management Consultants/ Worth Contracting PROJECT STATUS UP: Notice of Intent to Award to Worth Contracting was issued on February 29, City Commission awarded the contract to Worth Contracting, Inc. on December 19, Notice to Proceed was issued on February 4, Interior and exterior structural/repairs are complete. Interior coating is complete. Contractor is waiting for final tank graphics before begin exterior preparation. PROJECT SCHEDULE (WORTH) Notice to Proceed: February 4, days Completion: July 5, 2013 Percent Completion: 85% PAYMENT STATUS (WORTH) Original Contract Amount: $610, Change Orders $0.00 Current Contract: $610, Invoices Paid (YTD): $519, Invoices Paid (ITD): $519, Balance to Finish: $90, PAYMENT SCHEDULE (WORTH) $610, /12/ $270, $339, /8/ $249, $90, PROJECT SCHEDULE - TEM Authorization to Proceed: October 26, 2011 Completion: TBD Percent Completion: 62% PAYMENT STATUS - TEM Original Contract Amount: $17, Change Orders $0.00 Current Contract: $17, Invoices Paid (YTD): $11, Invoices Paid (ITD): $11, Balance to Finish: $6, PAYMENT SCHEDULE - TEM $17, /1/ $3, $14, /19/ $2, $12, /3/ $5, $6,

16 Water Main Replacement Program Pembroke to Hollywood Blvd. from I-95 to S. 26 th Avenue As part of the Water Main Replacement Program this project consists in replacing approximately 67,000 feet of various sized water mains. The overall area extends from Hollywood Blvd. to Pembroke Road and from I-95 to S. 26 th Avenue. Project Number: City Project Number: R Work Order No.: KHA Contractor / Consultant: Clece Aurelus, P.E. Kimley-Horn and Associates, Inc. PROJECT STATUS UP: The design efforts are 100% complete. The project was advertised in August Bid opening was held on November 8, The apparent low bidder is David Mancini and Sons, Inc. for the amount of $6,138, The Notice of Award is pending. PROJECT SCHEDULE Authorization to Proceed: June 1, days Completion: December 28, 2011 Percent Completion: 100% PAYMENT STATUS - KHA Original Contract Amount: $535, Am endments: $23, Current Contract: $558, Invoices Paid (YTD): $466, Invoices Paid (ITD): $524, Balance to Finish: $34, PAYMENT SCHEDULE - KHA $558, /25/ $13, $544, /15/ $27, $517, /15/ $16, $501, /15/ $96, $404, /10/ $78, $326, /10/ $78, $247, /17/ $25, $222, /28/ $36, $185, /15/ $30, $155, /17/ $45, $109, /21/ $3, $106, /30/ $14, $91, /24/ $18, $72, /20/ $3, $69, /17/ $35, $34,

17 Water Main Replacement Program N. 46 th Avenue to 52 nd Avenue from Hollywood Blvd. to Johnson Street As part of the City-wide Water Main Replacement Program, this project consists in replacing approximately 26,000 feet of various sizes water mains in the vicinity of Chaminade Preparatory School (N. 45h Ave. to 52 nd Ave. and Hollywood Blvd. to Johnson St.). Project Number: City Project Number: R Work Order No.: TTH Clece Aurelus, P.E. Contractor / Consultant: Tetra Tech N. 46 th Avenue to N. 52 nd Ave. from Hollywood Blvd. to Johnson Street PROJECT STATUS UP: Overall design efforts are 100% complete. City obtained construction license from the Department of Health. Project was advertised on August 26, Bids were opened on October 25, The low bidder is Giannetti Contracting Corporation for the amount of $2,263, Notice of Award is pending City Commission award approval. PROJECT SCHEDULE - CONSTRUCTION Notice to Proceed: TBD Completion: TBD Percent Completion: 0% PAYMENT STATUS Original Contract Amount: $2,263, Change Orders: $0.00 Current Contract: $2,263, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $2,263, PAYMENT SCHEDULE - CONSTRUCTION $2,263,

18 Water Main Replacement Program N. 46 th Avenue to 52 nd Avenue from Hollywood Blvd. to Johnson Street As part of the City-wide Water Main Replacement Program, this project consists in replacing approximately 26,000 feet of various sizes water mains in the vicinity of Chaminade Preparatory School (N. 45h Ave. to 52 nd Ave. and Hollywood Blvd. to Johnson St.). Project Number: City Project Number: R Work Order No.: TTH Clece Aurelus, P.E. Contractor / Consultant: Tetra Tech N. 46 th Avenue to N. 52 nd Ave. from Hollywood Blvd. to Johnson Street PROJECT STATUS UP: Overall design efforts are 100% complete. City obtained construction license from the Department of Health. Project was advertised on August 26, Bids were opened on October 25, The low bidder is Giannetti Contracting Corporation for the amount of $2,263, Notice of Award is pending City Commission award approval. PROJECT SCHEDULE - TTH Authorization to Proceed: June 1, Completion: June 1, 2012 Percent Completion: 100% PAYMENT STATUS - TTH Original Contract Amount: $264, Am endments: $0.00 Current Contract: $264, Invoices Paid (YTD): $117, Invoices Paid (ITD): $218, Balance to Finish: $46, PAYMENT SCHEDULE - TTH $264, /13/ $5, $258, /18/ $36, $222, /19/ $59, $163, /2/ $67, $95, /23/ $13, $81, /9/ $5, $75, /7/ $7, $67, /20/ $2, $65, /12/ $5, $59, /16/ $ $58, /1/ $5, $52, /9/ $3, $48, /6/ $2, $46,

19 Relocation of Water Services Project Number: The project consists of relocating approximately 160 existing water meters located in the back of residents properties to the front of their properties including site restoration. New water service lines will be installed between the relocated meter and existing buildings. City Project Number: R Work Order No.: N/A Leslie Pettit, P.E. Contractor / Consultant: Metro Equipment Service, Inc. Various locations PROJECT STATUS UP: Project was awarded to Metro Equipment Service, Inc. by the City Commission on July 18, The Notice to Proceed was issued on December 4, 2012 and is scheduled to be completed in June The Contractor has completed relocation of approximately 160 water meters. The Contractor is restoring the sites and abandoning the piping between the old water meter location and old water main. PROJECT SCHEDULE Notice to Proceed: December 3, days Completion: June 1, 2013 Percent Completion: 5% PAYMENT STATUS - CONSTRUCTION Original Contract Amount: $350, Change Orders $0.00 Current Contract: $350, Invoices Paid (YTD): $109, Invoices Paid (ITD): $109, Balance to Finish: $240, PAYMENT SCHEDULE - CONSTRUCTION $350, /30/ $34, $315, /25/ $27, $288, /25/ $48, $240,

20 Water Main Replacement Program - Alleys North and South of Cleveland St. between N. 15th Ave. and N. 16th Ave. This project consists in replacing 1301 linear feet of corroded 2 inch watermain at the alleys north and south of Cleveland Street between N. 15 th Avenue and N. 16 th Avenue. Project Number: City Project Number: N/A Work Order No.: Clece Aurelus, P.E. Contractor / Consultant: In-House (Underground Utilities) PROJECT STATUS UP: this project. It is anticipated that Underground Utilities will perform the construction services for PROJECT SCHEDULE Authorization to Proceed: N/A N/A Completion: TBD Percent Completion: 0% ` 20

21 roject Name: Hollywood Blvd. to Pembroke Rd. between S. 26 th Ave. & S. Dixie Hwy. This project consists in replacing +68,135 linear feet of various size diameters from Hollywood Boulevard to Pembroke Road between S. 26 th Avenue and S. Dixie Highway. Project Number: City Project Number: R Work Order No.: KHA Clece Aurelus, P.E. Contractor / Consultant: Kimley-Horn and Associates, Inc. PROJECT STATUS UP: Authorization to Proceed for Kimley-Horn for design services was on August 20, The design efforts are approximately 90% complete. Permitting is underway. PROJECT SCHEDULE Authorization to Proceed: August 20, days Completion: June 4, 2012 Percent Completion: 90% PAYMENT STATUS Original Contract Amount: $665, Amendments: $0.00 Current Contract: $665, Invoices Paid (YTD): $377, Invoices Paid (ITD): $532, Balance to Finish: $132, PAYMENT SCHEDULE $665, /20/ $77, $588, /25/ $21, $566, /1/ $56, $510, /17/ $55, $454, /17/ $94, $359, /30/ $126, $233, /18/ $37, $195, /19/ $51, $144, /17/ $11, $132,

22 Water Main Replacement Program - Alley between McKinley Street and Roosevelt Street and between N. 17 th Avenue and Federal Highway This project consists in replacing 616 linear feet of corroded 2 water main in the alley between McKinley Street and Roosevelt Street and between N. 17 th Avenue and Federal Highway. Project Number: City Project Number: N/A Work Order No.: N/A Clece Aurelus, P.E. Contractor / Consultant: In-House (Underground Utilities) PROJECT STATUS UP: ECSD completed in-house design. Broward County Health Department permit was issued on October 12, It is anticipated that Underground Utilities perform the construction of this project. Project is scheduled for completion on February 6, Project is complete. 22

23 Water Main Replacement Program 72 nd Avenue to 76 th Avenue from Polk Street to Johnson Street For the design, permitting, bid and award, and construction administration services for water main replacements and service connections between Johnson Street to the north, Polk Street to the south, N. 72nd Avenue to the east and N. 76th Avenue to the west within public right of way Project Number: City Project Number: R Work Order No.: EAC Clece Aurelus, P.E. Contractor / Consultant: EAC Consulting, Inc. PROJECT STATUS UP: PROJECT SCHEDULE Authorization to Proceed: November 19, days Completion: July 1, 2013 Percent Completion: 35% PAYMENT STATUS Original Contract Amount: $373, Am endments: $0.00 Current Contract: $373, Invoices Paid (YTD): $131, Invoices Paid (ITD): $131, Balance to Finish: $242, PAYMENT SCHEDULE $373, /31/ $71, $302, /5/ $55, $246, /2/ $4, $242,

24 State Road 7 Sewage Collection and Water Distribution System Upgrade The scope of this project is the installation of a new wastewater collection system and proposed replacing of the existing water system serving the properties abutting the State Road 7 Right of Way. Project Number: City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: TBD/Engineering and Construction Services Division SR7 from Pembroke Road to Fillmore Street PROJECT STATUS UP: ECSD is working on the construction plans preparation for the new proposed sewage collection system and the replacement of the water distribution system along State Road 7 from Pembroke Road to Fillmore Street. ECSD is coordinating the construction plans and permitting with the agencies that have jurisdiction along State Road 7. The Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) was approved by the City Commission on January 16, The bid-ability sets of plans was approved. Permit from Health Department has been received. PROJECT SCHEDULE (IN HOUSE) Authorization to Proceed: December 2012 Completion: December 2015 Percent Completion: 99% PAYMENT STATUS: Original Contract Amount: Amendments: Current NOT Contract: APPLICABLE FOR Invoices IN-HOUSE Paid (YTD): PROJECTS Invoices Paid (ITD): Balance to Finish: Percent to Complete: 24

25 Dixe Corridor Septic to Sewer Lift Stations Lift Station E-22, W-09, and W-10 Project Number: Design and retrofit three sanitary sewer lift stations related to the new sewer collection system along Dixie Corridor and 21 st Avenue City Project Number: R Work Order No.: EAC Clece Aurelus, P.E. Contractor / Consultant: EAC Consulting, Inc./Gibbs Land Surveyors Lift Station No. E-22, located at 1500 South 22 nd Avenue and 2161 Johnson Street PROJECT STATUS UP: Design is 100% complete. Bids were opened on November 9, Apparent responsive and responsible low bidder is Ric-Man Construction, Inc. for the amount of $3,962, Low bidder Rick- Man International filed a bid protest. Notice of Award pending City Commission award approval. PROJECT SCHEDULE - EAC Authorization to Proceed: January 19, 2012 Completion: August 22, 2012 Percent Completion: 100% PAYMENT STATUS - EAC Original Contract Amount: $121, Amendments: $0.00 Current Contract: $121, Invoices Paid (YTD): $92, Invoices Paid (ITD): $92, Balance to Finish: $28, PAYMENT SCHEDULE - EAC $121, /27/ $ $120, /4/ $ $120, /1/ $ $119, /31/ $1, $118, /3/ $12, $106, /6/ $30, $75, /10/ $12, $63, /1/ $4, $59, /31/ $9, $49, /10/ $13, $36, /3/ $ $35, /29/ $ $34, /1/ $6, $28, PROJECT SCHEDULE - GLS Authorization to Proceed: August 30, 2012 Completion: September 18, 2012 Percent Completion: 100% PAYMENT STATUS - GLS Original Contract Amount: $1, Amendments: $0.00 Current Contract: $1, Invoices Paid (YTD): $1, Invoices Paid (ITD): $1, Balance to Finish: $0.00 PAYMENT SCHEDULE - GLS $1, /18/ $1, $

26 Dixie Corridor Septic to Sewer Lift Stations Lift Station W-08 Project Number: B EAC Consulting, Inc. was tasked with the design, permitting, and engineering services during construction for sewer lift station W-082. This lift station is associated to the new sewer collection system for the Dixie Corridor. City Project Number: B R Work Order No.: EAC Clece Aurelus, P.E. Contractor / Consultant: EAC Consulting, Inc Harding Street PROJECT STATUS UP: This project was awarded to EAC Consulting, Inc. in September 5, Design is 100% complete. Permitting is underway.. PROJECT SCHEDULE (EAC) Authorization to Proceed: September 28, days Completion: January 23, 2013 Percent Completion: 10% PAYMENT STATUS Original Contract Amount: $40, Amendments: $0.00 Current Contract: $40, Invoices Paid (YTD): $18, Invoices Paid (ITD): $18, Balance to Finish: $22, PAYMENT SCHEDULE - EAC $40, /4/ $6, $34, /2/ $4, $29, /31/ $1, $28, /1/ $4, $23, /2/ $1, $22,

27 P Ave. P Avenue April 2013 McKinley Street Interceptor (Construction) A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line (interceptor) along McKinley th St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: H&S Bob Wertz Contractor / Consultant: GlobeTec/ Hazen and Sawyer, P.C. th Along McKinley Street between 24P th & the SRWWTP (14P P Avenue) Project Number: PROJECT STATUS UP: Flow has been introduced/rerouted to McKinley St. Closing project out. PROJECT SCHEDULE (GLOBETEC) Notice to Proceed: May 19, days Completion: December 31, 2011 Percent Completion: 100% PAYMENT STATUS (GLOBETEC) Original Contract Amount: $11,576, Change Orders ($2,991,268.00) Current Contract: $8,585, Work Completed: $4,712, Retainage: $471, Invoices Paid (YTD): $7,414, Invoices Paid (ITD): $7,848, Balance to Finish: $736, PAYMENT SCHEDULE (GLOBETEC) $8,585, /17/ $202, $8,383, /2/ $128, $8,254, /9/ $104, $8,150, /1/ $46, $8,104, /9/ $186, $7,918, /7/ $39, $7,878, /12/ $69, $7,808, /4/ $142, $7,666, /3/ $195, $7,470, /8/ $452, $7,018, /16/ $92, $6,925, /8/ $443, $6,482, /5/ $367, $6,114, /3/ $320, $5,794, /6/ $512, $5,281, /30/ $393, $4,888, /22/ $85, $4,802, /2/ $458, $4,344, /20/ $1,006, $3,337, /3/ $90, $3,246, /5/ $814, $2,431, /5/ $409, $2,022, /2/ $216, $1,805, /18/ $210, $1,595, /4/ $470, $1,124, /2/ $83, $1,041, /2/ $132, $909, /3/ $122, $786, /3/ $22, $764, /1/ $19, $744, /4/ $8, $736,

28 P Ave. P Avenue April 2013 McKinley Street Interceptor (Construction) A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line (interceptor) along McKinley th St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: B&C Bob Wertz Contractor / Consultant: GlobeTec/ Brown and Caldwell, Keith and Schnars th Along McKinley Street between 24P th & the SRWWTP (14P P Avenue) Project Number: PROJECT STATUS UP: Flow has been introduced/rerouted to McKinley St. Closing project out. PROJECT SCHEDULE (B&C) Authorization to Proceed: April 19, days Completion: December 31, 2011 Percent Completion: 95% PAYMENT STATUS - CMS (B&C) Original Contract Amount: $750, Am endments: $376, Current Contract: $1,127, Invoices Paid (YTD): $1,025, Invoices Paid (ITD): $1,127, Balance to Finish: $0.00 PAYMENT SCHEDULE - CMS (B&C) $1,127, /14/ $37, $1,089, /11/ $23, $1,066, /8/ $41, $1,025, /4/ $57, $967, /9/ $32, $935, /7/ $47, $888, /5/ $45, $842, /10/ $45, $797, /3/ $37, $759, /11/ $47, $712, /21/ $45, $666, /27/ $42, $624, /1/ $42, $582, /4/ $40, $542, /8/ $32, $510, /5/ $32, $478, /23/ $101, $376, /23/ $97, $278, /9/ $27, $251, /8/ $27, $224, /25/ $27, $197, /4/ $8, $189, /4/ $73, $115, /17/ $24, $91, /18/ $91, ($0.00) 28

29 P Avenue P Ave. April 2013 McKinley Street Interceptor (CMS) Project Number: A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line th (interceptor) along McKinley St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: H&S Bob Wertz Contractor / Consultant: GlobeTec/ Hazen and Sawyer, P.C. th Along McKinley Street between 24P & the th SRWWTP (14P P Avenue) PROJECT STATUS UP: Flow has been introduced/rerouted to McKinley St. Closing project out. PROJECT SCHEDULE (H&S) Authorization to Proceed: April 19, days Completion: November 18, 2011 Percent Completion: 99% PAYMENT STATUS - CMS (H&S) Original Contract Amount: $352, Amendments: $0.00 Current Contract: $352, Invoices Paid (YTD): $273, Invoices Paid (ITD): $351, Balance to Finish: $ PAYMENT SCHEDULE - CMS (H&S) $352, /30/ $14, $337, /31/ $23, $314, /27/ $40, $274, /7/ $19, $254, /30/ $9, $245, /27/ $49, $195, /31/ $29, $166, /30/ $12, $154, /31/ $12, $142, /27/ $10, $131, /27/ $35, $96, /30/ $24, $72, /13/ $22, $49, /17/ $12, $37, /28/ $7, $29, /27/ $2, $26, /30/ $1, $25, /26/ $5, $19, /12/ $2, $16, /23/ $2, $13, /27/ $2, $10, /28/ $9, $ /29/ $ $

30 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) Level 2 Inflow/Infiltration programs, the City issued a renewal contract for excavated point repairs. The scope of work includes; point repairs, cleanout installation, bypass pumping, surface restoration, and TV survey related to Sewer System Rehabilitation Program. Project Number: A City Project Number: A R Work Order No.: N/A James Mortel Contractor / Consultant: Envirowaste Services Group PROJECT STATUS UP: The City awarded the contractor a one-year extended contract to continue working in other areas of the City that require sewer system rehabilitation. PROJECT SCHEDULE Notice to Proceed: March 12, days Completion: January 9, 2014 Percent Completion: 0% PAYMENT STATUS Original Contract Amount: $749, Change Orders: $0.00 Current Contract: $749, Work Completed: $326, Retainage: $32, Invoices Paid (YTD): $293, Invoices Paid (ITD): $293, Balance to Finish: $456, PAYMENT SCHEDULE - CONSTRUCTION $749, /12/12 1 $28, $721, /20/13 2 $78, $642, /18/13 3 $59, $583, /14/13 4 $89, $494, /11/ $37, $456,

31 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) Level 2 As part of the ongoing City-wide Infiltration/Inflow Program, the City is performing Cured-In-Place lining of gravity mains and laterals, and associated work geared towards the full restoration of the Sewer Collection System. Project Number: B City Project Number: B R Work Order No.: N/A James Mortel Contractor / Consultant: Lanzo Lining Services, Inc. PROJECT STATUS UP: progress City-wide. Continued installation of 8 CIPP Liner in Basin H-25. T-Liner installation is in PROJECT SCHEDULE - CONSTRUCTION Notice to Proceed: June 14, days Completion: May 6, 2013 Percent Completion: 72% PAYMENT STATUS - CONSTRUCTION Original Contract Amount: $1,287, Change Orders: $1,500, Current Contract: $2,787, Work Completed: $2,013, Retainage: $100, Invoices Paid (YTD): $1,912, Invoices Paid (ITD): $1,912, Balance to Finish: $874, PAYMENT SCHEDULE - CONSTRUCTION $2,787, /7/12 1 $130, $2,656, /17/12 2 $254, $2,401, /28/12 3 $27, $2,373, /14/12 4 $5, $2,368, /17/ $41, $2,327, /23/ $80, $2,246, /19/ $777, $1,469, /13/ $453, $1,015, /22/ $141, $874,

32 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) Level 2 Project Number: C The project consists of furnish all labor, materials and equipment for performing manhole repairs and replacements. The scope includes providing manhole inspection reports, replacing manhole frames and covers and performing other miscellaneous manhole repairs, installing cementitious manhole liner, replacing entire manhole, and bypass pumping. City Project Number: C TBD Work Order No.: N/A James Mortel Contractor / Consultant: TBD Various locations in the City of Hollywood PROJECT STATUS UP: Contractor installed cementitious liner on 51 manholes. ECSD will review the reports and will issue work orders to rehabilitate the manholes. Contractor will continue manhole rehabilitation on other basins.. PROJECT SCHEDULE Notice to Proceed: TBD 365 days Completion: TBD Percent Completion: 25% PAYMENT STATUS Original Contract Amount: $0.00 Change Orders: $0.00 Current Contract: $0.00 Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $0.00 PAYMENT SCHEDULE - CONSTRUCTION $

33 2200 South Ocean Drive Sanitary Sewer Interconnect An excavated point repair to interconnect two sanitary sewer manholes located at the vicinity of Iris Terrace and A1A. Project Number: City Project Number: N/A Work Order No.: CTA James Mortel Contractor / Consultant: Craven Thompson & Associates, Inc. PROJECT STATUS UP: Contract documents are being routed to City officials for execution. PROJECT SCHEDULE - CONSTRUCTION Notice to Proceed: TBD TBD Completion: TBD Percent Completion: 0% PAYMENT STATUS - CONSTRUCTION Original Contract Amount: $76, Change Orders $0.00 Current Contract: $76, Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $76, PAYMENT SCHEDULE - CONSTRUCTION $76, PAYMENT STATUS - CTA Original Contract Amount: $10, Amendments: $0.00 Current Contract: $10, Invoices Paid (YTD): $10, Invoices Paid (ITD): $10, Balance to Finish: $ PAYMENT SCHEDULE - CTA $10, /20/ $1, $9, /2/ $3, $5, /15/ $1, $4, /18/ $2, $1, /17/ $1, $

34 Lift Station Conversion/Upgrade Program (A-3, A-8, W-6, and W-26) Project Number: C Design, CMS, and construction services related to the conversion/upgrade of Lift Stations A-3, A-8, W-6, and W- 26. Located at various sites within the City s service area. City Project Number: C R Work Order No.: AEC Contractor / Consultant: James Mortel Intercounty Engineering/AECOM Various Locations PROJECT STATUS UP: Project was substantially complete on March 19, Project is complete. Contractor has to submit final request for payment. PROJECT SCHEDULE - CONSTRUCTION Authorization to Proceed: Completion: Percent Completion: 100% PAYMENT STATUS - CONSTRUCTION Original Contract $1,291, Amount: Change Orders ($6,368.00) Current Contract: $1,285, Work Completed: $1,042, Retainage: $53, Invoices Paid (YTD): $358, Invoices Paid (ITD): $358, Balance to Finish: $247, PROJECT SCHEDULE - AEC Authorization to Proceed: March 10, days Completion: February 10, 2011 Percent Completion: 55% PAYMENT STATUS - DESIGN - AEC Original Contract Amount: $277, Amendments: $0.00 Current Contract: $277, Invoices Paid (YTD): $27, Invoices Paid (ITD): $246, Balance to Finish: $31, PAYMENT SCHEDULE - CONSTRUCTION $1,285, /12/11 1 $97, $1,187, /12/12 2 $11, $1,175, /20/12 3 $102, $1,073, /29/12 4 $51, $1,022, /07/12 5 $245, $776, /21/12 6 $17, $759, /10/12 7 $90, $668, /26/12 8 $61, $606, /03/12 9 $152, $454, /11/13 10 $111, $342, /12/13 11 $48, $294, /29/13 12 $46, $247, PAYMENT SCHEDULE - DESIGN - AEC $277, /02/10 1 $48, $228, /10/10 2 $47, $181, /01/10 3 $12, $168, /08/10 4 $44, $124, /08/11 5 $2, $122, /08/11 6 $13, $108, /12/11 7 $9, $98, /13/11 8 $2, $95, /13/11 9 $4, $91, /04/11 10 $2, $88, /08/11 11 $4, $84, /08/11 12 $3, $80, /09/12 13 $2, $77, /29/12 14 $2, $75, /11/12 15 $2, $72, /18/12 16 $3, $69, /13/12 17 $3, $65, /12/12 18 $3, $62, /04/12 19 $1, $60, /28/12 20 $1, $58, /03/12 21 $2, $55, /14/12 22 $6, $49, /17/13 23 $2, $46, /25/13 24 $8, $37, /08/13 25 $6, $31,

35 Lift Station W-15 Upgrade Project Number: Installation of a 3 rd pumping unit at Lift Station W- 15. This third pumping unit will provide the required redundancy to the existing facility. City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: Century Building Restoration USA/Norman Bray/ECSD PROJECT STATUS UP: The City Commission approved to award the project to Century Building Restoration USA on September 5, Preconstruction meeting is scheduled for January 10, ECSD is reviewing shop drawings. PROJECT SCHEDULE - CONSTRUCTION Notice to Proceed: January 10, days Completion: October 7, 2013 Percent Completion: 30% PAYMENT STATUS - CONSTRUCTION Original Contract Amount: $202, Change Order $0.00 Current Contract: $202, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $28, Invoices Paid (ITD): $28, Balance to Finish: $174, PAYMENT SCHEDULE - CONSTRUCTION $202, /13/13 1 $10, $192, /02/13 2 $6, $185, /01/13 3 $11, $174,

36 Year 2012 Department of Public Services PLC Procurement Procurement of Programmable Logic Controller (PLC) units and spare parts for water supply system and wastewater collection system. Project Number: City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: Mercedes Electric Supply, Inc. PROJECT STATUS UP: This project is 100% complete. PROJECT SCHEDULE Purchase Order Issued: September 27, days Completion: January 2013 Percent Completion: 100% PAYMENT STATUS Original Contract Amount: $211, Change Orders $0.00 Current Contract: $211, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $211, PAYMENT SCHEDULE $211,

2012 WASTEWATER PROJECTS

2012 WASTEWATER PROJECTS WASTEWATER PROJECTS 1 PROJECT NAME TABLE 1b - Wastewater Projects PROJECT STATUS SUMMARY UP PROJECT NUMBER PROJECT PHASE PERCENT COMPLETION Ocean Outfall Rule Change (Pilot) 10-9086 Design 10% Headworks

More information

Capital Improvement Summary by Fund

Capital Improvement Summary by Fund Capital Improvement Summary by Fund Central Services Fund Desciption F Y 2017 F Y 2018 F Y 2019 F Y 2020 F Y 2021 Total 2017-2021 Cost Revenues: Pay as you Go 1,000,000 1,000,000 Vehicle Leases - 1,250,000

More information

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered RFB for Wastewater Force Main #3 October 2, 2015 Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered The proposed force main will be required to transmit up to 1000 gallons of wastewater

More information

November 28, Dear Mr. Bechtold:

November 28, Dear Mr. Bechtold: 4000 Hollywood Boulevard Seventh Floor, North Tower Hollywood, Florida 33021 (954) 987-0066 Fax: (954) 987-2949 November 28, 2012 Wastewater Compliance and Enforcement Section FLORIDA DEPARTMENT OF ENVIRONMENTAL

More information

401 Sanitary Sewer System Design Criteria. The following additional design requirements shall also apply:

401 Sanitary Sewer System Design Criteria. The following additional design requirements shall also apply: SECTION 400 SANITARY SEWER SYSTEM The design of sanitary sewers shall be in conformance with the applicable sections of the State of Washington, Department of Ecology manual, Criteria for Sewage Works

More information

Design Criteria for Walnut Street Emergency Bypass Force Main Jacksonville, FL

Design Criteria for Walnut Street Emergency Bypass Force Main Jacksonville, FL Design Criteria for Walnut Street Emergency Bypass Force Main Jacksonville, FL PREPARED FOR: PREPARED BY: JEA Elizabeth DiMeo, P.E. JEA Manager,W/WW Distribution & Collection E&C DATE: December 18, 2018

More information

Hazen and Sawyer 2101 NW Corporate Boulevard, Suite 301 Boca Raton, Florida Albrey Arrington, Ph.D. / Loxahatchee River District

Hazen and Sawyer 2101 NW Corporate Boulevard, Suite 301 Boca Raton, Florida Albrey Arrington, Ph.D. / Loxahatchee River District Hazen and Sawyer 2101 NW Corporate Boulevard, Suite 301 Boca Raton, Florida 33431 561.997.8070 M E M O R A N D U M TO: COPY: FROM: Albrey Arrington, Ph.D. / Loxahatchee River District Clint Yerkes / Loxahatchee

More information

MEMORANDUM. DATE: December 12, Steve Joseph, P.E. J. Philip Cooke, P.E. Monique Durand, P.E. Wastewater Flow Projections

MEMORANDUM. DATE: December 12, Steve Joseph, P.E. J. Philip Cooke, P.E. Monique Durand, P.E. Wastewater Flow Projections 4000 Hollywood Boulevard Seventh Floor, North Tower Hollywood, Florida 33021 (954) 987-0066 Fax: (954) 987-2949 MEMORANDUM DATE: December 12, 2012 TO: FROM: PROJECT: Steve Joseph, P.E. J. Philip Cooke,

More information

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018 155 Corey Avenue St. Pete Beach, FL 33706-1839 www.stpetebeach.org Addendum 1 Valve & Valve Vault Replacement Issued June 13, 2018 Note that this Addendum does not change the bid due date and time as stated

More information

Honorable Mayor and City Council, Project Management Team c/o Jeff Hulsether, PE City Engineer

Honorable Mayor and City Council, Project Management Team c/o Jeff Hulsether, PE City Engineer MEMORANDUM TO: FROM: Honorable Mayor and City Council, Project Management Team c/o Jeff Hulsether, PE City Engineer Scott D. Hedlund, PE, PMP DATE: RE: Monthly Project Status Update SEH No. BRDMN 131759

More information

Modified FY ,100, ,329,791

Modified FY ,100, ,329,791 Retail/North Andrews Gardens Neighborhood Improvement Program Expenses Through FY 4 Modified FY 5 Budget FY 26-21 North Andrews Gardens Neighborhood Improvement Project 21,524,34 22,75,757 --- 6,1, 6 ---

More information

Job Order Sewer Repair Services

Job Order Sewer Repair Services Job Order Sewer Repair Services Bid Addendum No. 1 October 10, 2018 All Contractual Requirements as defined within the Contract Documents shall remain in full force to the extent that they are not modified

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION 820-1 SCOPE OF WORK: SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION a. Furnish all labor, materials, equipment, and incidentals required for demolition and/or removal and disposal of existing

More information

10:00 AM, Wednesday, April 8, 2015

10:00 AM, Wednesday, April 8, 2015 NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, April 8, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

GILMORE & ASSOCIATES, INC. Engineers - Surveyors Columbus, Nebraska Howard Blvd.; P.O. Box 581 Columbus, NE Telephone: (402)

GILMORE & ASSOCIATES, INC. Engineers - Surveyors Columbus, Nebraska Howard Blvd.; P.O. Box 581 Columbus, NE Telephone: (402) Page 1 of 5 Set 1 of 2 Bid Security Contractor Obrist & Company, Inc. 5020 Howard Blvd.; P.O. Box 581 Columbus, NE 68602-0581 Telephone: (402) 564-2804 Tilden, NE 68781 Fax: (402) 562-7950 Fax: (402) 368-7822

More information

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project NOTICE OF MANDATORY PRE-BID CONFERENCE WILL BE HELD AT 10:00 AM, Wednesday, May 6, 2015 IN ROOM 16, CITY HALL BUILDING, 101 NORTH MAIN STREET WINSTON-SALEM, NORTH CAROLINA The purpose of this conference

More information

Water / Wastewater Fund

Water / Wastewater Fund WATER/WASTEWATER FUND The Water/Wastewater Fund is used to account for the provision of water and wastewater services to residents of the City. All activities necessary to provide water/ wastewater services

More information

A. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards General 11 a. Future Extensions 11

A. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards General 11 a. Future Extensions 11 A. Introduction 7 1. Purpose 7 2. Authority 7 3. Contact 8 4. Plan Submittal Process 8 B. Design Standards 11 1. General 11 a. Future Extensions 11 b. Design Calculations 11 c. Easements and Property 12

More information

AGENDA NORTH BAY VILLAGE WORKSHOP PRESENTATION ON WATER, SEWER AND STORMWATER INFRASTRUCTURE PROJECTS

AGENDA NORTH BAY VILLAGE WORKSHOP PRESENTATION ON WATER, SEWER AND STORMWATER INFRASTRUCTURE PROJECTS North Bay Village Administrative Offices 1666 Kennedy Causeway, Suite 300 North Bay Village, FL 33141 Tel: (305) 756-7171 Fax: (305) 756-7722 Website: www.nbvillage.com AGENDA NORTH BAY VILLAGE WORKSHOP

More information

SPECIAL SPECIFICATION 3504 Septic Tank System

SPECIAL SPECIFICATION 3504 Septic Tank System 1993 Specifications CSJ s 3136-01-126, etc. & 0683-01-070, etc. SPECIAL SPECIFICATION 3504 Septic Tank System 1. Description. This Item shall govern for all materials, equipment and labor necessary for

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1 NOVEMBER 8, 2016 SAN ANTONIO WATER SYSTEM C_13 BROADWAY CORRIDOR PROJECT SEWER REHABILIATION PACKAGE 2.C AND 4.C SAWS JOB NO. 15-45111 (2.C) & 15-4514 (4.C) SOLICITATION NO. CO-00097 ADDENDUM NO. 1 NOVEMBER 8, 2016 TO

More information

Sanitary Sewer 101. Jan. 12, 2016 Keith Fisher, P.E. Director of Public Works

Sanitary Sewer 101. Jan. 12, 2016 Keith Fisher, P.E. Director of Public Works Sanitary Sewer 101 Jan. 12, 2016 Keith Fisher, P.E. Director of Public Works What We Will Cover -What is Sanitary Sewer? -Components -History -What types of systems are there? -What types of materials

More information

THE COSTS FOR ACCESSING THE SEWER SHALL BE INCLUDED IN THE VARIOUS UNIT PRICES BID. THE UNIT COSTS SHALL INCLUDE ANY AND ALL ACCESS TO THE SEWER.

THE COSTS FOR ACCESSING THE SEWER SHALL BE INCLUDED IN THE VARIOUS UNIT PRICES BID. THE UNIT COSTS SHALL INCLUDE ANY AND ALL ACCESS TO THE SEWER. Contract Drawings For FY18 Gravity Sewer and Manhole Rehabilitation TRAVELERS REST TAYLORS Frazier Project No. WCRSA-035 Greenville, South Carolina March 2018 GREENVILLE FIVE FORKS GANTT BASIN 650 SIMPSONVILLE

More information

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices. SECTION 01220 UNIT PRICES PART 1 GENERAL 1.01 SUMMARY A. This Section specifies administrative and procedural requirements for the unit prices. B. The omission of any unit price description from this Section

More information

Design Criteria for Greenland WRF Pipelines: Water, Reclaimed Water and Sanitary Sewer Force mains Jacksonville, FL

Design Criteria for Greenland WRF Pipelines: Water, Reclaimed Water and Sanitary Sewer Force mains Jacksonville, FL Design Criteria for Greenland WRF Pipelines: Water, Reclaimed Water and Sanitary Sewer Force mains Jacksonville, FL PREPARED FOR: JEA PREPARED BY: FOUR WATERS ENGINEERING, INC. DATE: FRIDAY, DECEMBER 21,

More information

Special Specification SS1- INTERNAL CIPP POINT REPAIR OF PIPELINES. A. General. 1. Scope

Special Specification SS1- INTERNAL CIPP POINT REPAIR OF PIPELINES. A. General. 1. Scope Special Specification SS1- INTERNAL CIPP POINT REPAIR OF PIPELINES A. General 1. Scope The work covered in this item includes the labor, equipment, materials for performing all work necessary to rehabilitate

More information

GUIDELINE FOR PROVIDING WATER AND SEWER SERVICE TO DEVELOPER PROJECTS AND PUBLIC OR PRIVATE PROPERTIES

GUIDELINE FOR PROVIDING WATER AND SEWER SERVICE TO DEVELOPER PROJECTS AND PUBLIC OR PRIVATE PROPERTIES Public Works Department Water & Wastewater Services WATER & WASTEWATER ENGINEERING DIVISION 2555 West Copans Road Pompano Beach, Florida 33369 954-831-0745 FAX 954-831-0798/0925 GUIDELINE FOR PROVIDING

More information

CITY OF TAMPA ADDENDUM NO. 3. DATE: February 15, 2017

CITY OF TAMPA ADDENDUM NO. 3. DATE: February 15, 2017 CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM NO. 3 DATE: February 15, 2017 Contract 16-C-00027; Ragan Park Restroom Improvements - Rebid Bidders

More information

SECTION 920 SANITARY AND STORM SEWER MANHOLES

SECTION 920 SANITARY AND STORM SEWER MANHOLES SECTION 920 SANITARY AND STORM SEWER MANHOLES 920.1 GENERAL This section contains items which are relative to the installation of sanitary and storm sewer manholes. 920.2 REFERENCES 920.2.1 ASTM C 43 C

More information

NASHUA REDUCES CSOs WITH GREEN INFRASTRUCTURE AND TRENCHLESS TECHNOLOGY. Nicholas Ellis, P.E. Hazen and Sawyer Joe Mendola, P.E.

NASHUA REDUCES CSOs WITH GREEN INFRASTRUCTURE AND TRENCHLESS TECHNOLOGY. Nicholas Ellis, P.E. Hazen and Sawyer Joe Mendola, P.E. NASHUA REDUCES CSOs WITH GREEN INFRASTRUCTURE AND TRENCHLESS TECHNOLOGY Nicholas Ellis, P.E. Hazen and Sawyer Joe Mendola, P.E. City of Nashua January 27, 2016 Presentation Outline 1. Project Background

More information

Distribution System Upgrades to Improve Water Quality

Distribution System Upgrades to Improve Water Quality Distribution System Upgrades to Improve Water Quality Christopher Evans, P.E., Hatch Mott MacDonald Outline Replace Water Lines Project Project Purpose Study Phase Utility Source Evaluation Elevated Storage

More information

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM

SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMM SPRR TUPELO ST. R UNION CITY BLVD. ZON PADRE PASEO DEEP CREEK ROAD ARDENWOOD COYOTE HILLS REGIONAL PARK PROJECT LIMITS PATTERSON RANCH ROAD BLVD. COMMERCE DR. PASEO PADRE PARKWAY KAISER DRIVE DUMBARTON

More information

Procedures for Connecting to Central Sewer System

Procedures for Connecting to Central Sewer System Procedures for Connecting to Central Sewer System These procedures and requirements are taken from the Taney County Regional Sewer District s appoved Sewer Use Regulation, Article 4 Building Sewers and

More information

LIMITED ENVIRONMENTAL REVIEW (LER) Black River Wastewater Treatment Plant Mechanical Bar Screen Project (aka Traveling Bar Screen Addition)

LIMITED ENVIRONMENTAL REVIEW (LER) Black River Wastewater Treatment Plant Mechanical Bar Screen Project (aka Traveling Bar Screen Addition) LIMITED ENVIRONMENTAL REVIEW (LER) Date: March 18, 2019 Project Identification Name: Address: Loan No.: City of Lorain Black River Wastewater Treatment Plant Mechanical Bar Screen Project (aka Traveling

More information

PERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS

PERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS Collier Township 2418 Hilltop Road, Suite 100, Presto, PA 15142 Ph. 412-279-9998 PERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS This guide applies to all projects except 1 & 2 family dwellings and townhouses

More information

Texas Commission on Environmental Quality Sanitary Sewer Overflow Initiative Plan

Texas Commission on Environmental Quality Sanitary Sewer Overflow Initiative Plan Texas Commission on Environmental Quality Sanitary Sewer Overflow Initiative Plan For the City of University Park Customer Number CN600292122 Regulated Entity Number RN101451243 3800 University Boulevard

More information

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information

CHAPTER 12: SANITARY SEWER SYSTEM

CHAPTER 12: SANITARY SEWER SYSTEM CHAPTER 12: SANITARY SEWER SYSTEM Chapter 12 includes the following information: 1. System Overview 2. On Site Sewage Treatment 3. Inter Community Services 4. Future Demand Forecast 5. Infiltration and

More information

CHAPTER 12: SANITARY SEWER SYSTEM

CHAPTER 12: SANITARY SEWER SYSTEM CHAPTER 12: SANITARY SEWER SYSTEM Chapter 12 includes the following information: 1. System Overview 2. On-Site Sewage Treatment 3. Inter-Community Services 4. Future Demand Forecast 5. Infiltration and

More information

Monthly Operating Report

Monthly Operating Report Executive Summary Wastewater Treatment Plant Operations staff is working with partners to evaluate 1) a system to automate control of the solids balance aspect of the treatment plant s activated sludge

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS Sealed Bids for the Owensville Wastewater Inflow/Infiltration Reduction Project for the Town of Owensville, Indiana (herein called the "OWNER") will be received by the Owner at the Owensville Town Hall,

More information

2017 Summary Report Capital Improvement Projects

2017 Summary Report Capital Improvement Projects 2017 Summary Report Capital Improvement Projects The City Commission adopted the Water and Wastewater 2013-2017 Capital Improvement Program (CIP) on March 12, 2013. The $151 million CIP identifies water

More information

Water / Wastewater Fund

Water / Wastewater Fund WATER/WASTEWATER FUND The Water/Wastewater Fund is used to account for the provision of water and wastewater services to residents of the City. All activities necessary to provide water/ wastewater services

More information

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION The work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles

More information

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017 Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017 The Facilities Master Plan was completed in 2004 and identified the need for improvements to the City of Ann Arbor s Wastewater

More information

City of Deerfield Beach. Environmental Services

City of Deerfield Beach. Environmental Services City of Deerfield Beach Environmental Services Areas of Responsibility Engineering and Administration Responsible for the coordination, budget, and quality control of all department functions. Review and

More information

SECTION WASTEWATER FORCE MAINS

SECTION WASTEWATER FORCE MAINS SECTION 02732 WASTEWATER FORCE MAINS PART 1 GENERAL 1.01 GENERAL: A. This section includes the general requirements for design and installation of force main systems serving wastewater lift stations. B.

More information

CHAPTER 18: SANITARY SEWER SYSTEMS Introduction and Goals Administration Standards Standard Attachments 18.

CHAPTER 18: SANITARY SEWER SYSTEMS Introduction and Goals Administration Standards Standard Attachments 18. 18.00 Introduction and Goals 18.01 Administration 18.02 Standards 18.03 Standard Attachments 18.1 18.00 INTRODUCTION AND GOALS The purpose of this chapter is to provide guidance and outline specific standards

More information

A PENNEY (ROAD) SAVED IS A LESSON (L)EARNED

A PENNEY (ROAD) SAVED IS A LESSON (L)EARNED Session #29 Collection System 3: Rehabilitation Issues A PENNEY (ROAD) SAVED IS A LESSON (L)EARNED New England Water Environment Association 2019 Annual Conference Marriot Copley Place, Boston, MA January

More information

HOW TO SAVE COSTS AND IMPROVE SUSTAINABILITY WHILE REDUCING EFFLUENT NITROGEN

HOW TO SAVE COSTS AND IMPROVE SUSTAINABILITY WHILE REDUCING EFFLUENT NITROGEN HOW TO SAVE COSTS AND IMPROVE SUSTAINABILITY WHILE REDUCING EFFLUENT NITROGEN Introduction Donna Kaluzniak, CEP, Utility Director, City of Atlantic Beach, Florida John E. Collins, Jr., P.E., J. Collins

More information

HAMPTON ROADS SANITATION DISTRICT CAPITAL IMPROVEMENT PROGRAM FY 2003 to 2007 PROJECT SUMMARY

HAMPTON ROADS SANITATION DISTRICT CAPITAL IMPROVEMENT PROGRAM FY 2003 to 2007 PROJECT SUMMARY 56 Nansemond Project Name Bowers Hill and Deep Creek Pressure Reducing Stations Generator Upgrades Line/PS No. Account No. 3-3325-XXXXX-2320 VRLF No. Replacement Design Underway This project will design

More information

COTTONWOOD IMPROVEMENT DISTRICT SALT LAKE COUNTY SERVICE AREA #3 SOLITUDE IMPROVEMENT DISTRICT TOWN OF ALTA WATERSHED SERVICE LINE SPECIFICATIONS

COTTONWOOD IMPROVEMENT DISTRICT SALT LAKE COUNTY SERVICE AREA #3 SOLITUDE IMPROVEMENT DISTRICT TOWN OF ALTA WATERSHED SERVICE LINE SPECIFICATIONS COTTONWOOD IMPROVEMENT DISTRICT SALT LAKE COUNTY SERVICE AREA #3 SOLITUDE IMPROVEMENT DISTRICT TOWN OF ALTA WATERSHED SERVICE LINE SPECIFICATIONS WATERSHED AREA: The entire area in any canyon above the

More information

HILLS CITY OF BEVERLY HILLS BEVERLY PUBLIC WORKS DEPARTMENT MEMORANDUM. Public Works Commission TO: FROM: Rob Welch, Acting City Engineer

HILLS CITY OF BEVERLY HILLS BEVERLY PUBLIC WORKS DEPARTMENT MEMORANDUM. Public Works Commission TO: FROM: Rob Welch, Acting City Engineer April 18, 2018 MEMORANDUM PUBLIC WORKS DEPARTMENT HILLS BEVERLY CITY OF BEVERLY HILLS Public Works Commission Rob Welch, Acting City Engineer Capital Projects Update Capital Improvement Projects Update

More information

North Easton Village Sewer Plan Public Meeting Presentation. Original October 7, 2010 Updated October 26, 2010

North Easton Village Sewer Plan Public Meeting Presentation. Original October 7, 2010 Updated October 26, 2010 North Easton Village Sewer Plan Public Meeting Presentation Original October 7, 2010 Updated October 26, 2010 Easton s Wastewater History 1970 s Region wide plan 1999 Wastewater Study Committee created

More information

Wilmette - Background

Wilmette - Background Reducing Basement Backups through Intergovernmental Cooperation and Design-Build Presented By Michael N. Young, P.E. Brigitte Ann Berger, P.E. Wilmette - Background North Shore Suburb of Chicago 5 Square

More information

Wastewater. 7.0 History. 7.1 Purpose. 7.2 Sanitary Sewer System Description

Wastewater. 7.0 History. 7.1 Purpose. 7.2 Sanitary Sewer System Description Wastewater 211 Wastewater 7.0 History The majority of Fridley s sanitary sewer system was installed in the late 1950 s and continued through the 1960s and 1970s. The sewer lines are almost completely made

More information

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS

Issued for Bid West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS 669.7403.001 West Alexandria, OH 05/2018 WWTP Improvements Contract 2 TABLE OF CONTENTS Page C-111 Advertisement for Bids 1-2 C-200 Instruction to Bidders 1-10 C-410 Bid Form for Construction Projects

More information

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK

TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK TOWN OF MOUNT PLEASANT WESTCHESTER COUNTY, NEW YORK COST EVALUATION FOR ROLLING HILLS AREA WATER MAIN EXTENSION PROFESSIONAL CONSULTING, LLC. Octagon 10, Office Center 1719 Route 10, Suite 225 Parsippany,

More information

t 1 Budgeted Expenditure to Date Total Project Cost: $ 1,228,440 $ 1,000,222

t 1 Budgeted Expenditure to Date Total Project Cost: $ 1,228,440 $ 1,000,222 Water Projects Maple Wells Project (CIP No. 0916) Scope of Work: Construction of two municipal supply wells at the Maple Yard (342 Foothill Road) and a pipeline to convey well water to the water treatment

More information

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg

ADDENDUM #1 Dated: August 14, Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg Town of Christiansburg Lubna Drive Booster Station 8/14/2015 ADDENDUM #1 Dated: August 14, 2015 Lubna Drive Water Booster Station Effective Water Storage Improvements Project Town of Christiansburg 1.

More information

2. SECTION MEASUREMENT AND PAYMENT:

2. SECTION MEASUREMENT AND PAYMENT: IN THE SPECIFICATIONS: 1. SECTION 00301 BID FORM: REPLACE Pages BF-1 through BF-6 (BF-1 follows page 00301-3) with the attached BF-1 through BF-6. This change adds a bid item for payment of CIPP testing.

More information

Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida

Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida RICK SCOTT GOVERNOR March 29, 2017 Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida 32025-5874 RACHEL D. CONE INTERIM SECRETARY RE: RFP-DOT-16/17-2378-DS Environmental and

More information

ENGINEERING MEMORANDUM

ENGINEERING MEMORANDUM ENGINEERING MEMORANDUM April 10, 2017 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule C - 2017: C2017-12 Landfill Paving Improvements

More information

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS*** 00005B *** *** BOLD ITALICIZED Item is bound within this specification manual. Regular non-italicized Item is not bound within this specification manual, however item is part of the contract. Contents

More information

Lynn Township Sewer Authority. Corrective Action Plan. March 2007

Lynn Township Sewer Authority. Corrective Action Plan. March 2007 Lynn Township Sewer Authority Corrective Action Plan March 2007 4130.00 Prepared By: ARRO Consulting, Inc. 400 Washington Street, Suite 602 Reading, Pennsylvania 19610 610 374 5285 Corrective Action Plan

More information

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title TABLE OF CONTENTS CONTRACT DOCUMENTS 00001 Inside Title Page 00003 Table of Contents 00004 List of Drawings 00020 Invitation to Bid 00100 Instructions to Bidders 00300 Bid 00500 Agreement 00610 Construction

More information

Changes for the. TOHOPEKALIGA WATER AUTHORITY Standards, Specifications and Details

Changes for the. TOHOPEKALIGA WATER AUTHORITY Standards, Specifications and Details Changes for the 2017 TOHOPEKALIGA WATER AUTHORITY Standards, Specifications and Details The following changes are made to the existing standards and details to clarify or improve existing information.

More information

Public Sewer System Informational Meeting

Public Sewer System Informational Meeting Public Sewer System Informational Meeting May 22, 2018 History Previous Studies 1998 Sewer District #1 1999 Village of Leicester Sewer Study 2002 Mount Morris Main Street Sewer 2002 Sewer District #1 2017

More information

Outfall at Lagoon between Lake of the Isles and Lake Calhoun

Outfall at Lagoon between Lake of the Isles and Lake Calhoun Outfall at Lagoon between Lake of the Isles and Lake Calhoun Prepared for City of Minneapolis April 17, 2013 4700 West 77 th Street Minneapolis, MN 55435-4803 Phone: (952) 832-2600 Fax: (952) 832-2601

More information

BUREAU Joe Iuviene, AIA January 20, 2017

BUREAU Joe Iuviene, AIA January 20, 2017 architectural BUREAU Joe Iuviene, AIA January 20, 2017 Alterations & Additions NEW TOWN HALL for TOWN OF AUSTERLITZ 816 State Route 203, Spencertown, New York 12165 ADDENDUM NO. 1 This addendum amends

More information

Water / Wastewater Fund

Water / Wastewater Fund WATER/WASTEWATER FUND The Water/Wastewater Fund is used to account for the provision of water and wastewater services to residents of the City. All activities necessary to provide water/ wastewater services

More information

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/ Connecting South Dakota and the Nation Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota 57501-5405 605/773-3464 FAX: 605/773-6215 May 6, 2011 RE: 0009-391

More information

Environmental Task Force SSSMP Summary, September 18, 2011 Scheduled for City Council Approval September 26, 2017

Environmental Task Force SSSMP Summary, September 18, 2011 Scheduled for City Council Approval September 26, 2017 Attachment 1 Environmental Task Force SSSMP Summary, September 18, 2011 Scheduled for City Council Approval September 26, 2017 Sanitary Sewer System Master Plan Summary Points - City s sanitary system

More information

SECTION TEMPORARY SEWER BYPASS PUMPING

SECTION TEMPORARY SEWER BYPASS PUMPING PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall provide a complete sewer bypassing system including, but not limited to, the following: 1. Developing a sewer bypassing plan 2. Developing a spill

More information

Thermal and Hydro Power Plant Maintenance Deer Island Treatment Plant

Thermal and Hydro Power Plant Maintenance Deer Island Treatment Plant Massachusetts Water Resources Authority Presentation to MWRA Board of Directors Thermal and Hydro Power Plant Maintenance Deer Island Treatment Plant March 12, 2014 On-Site Thermal/Power Plant Built in

More information

HOMOSASSA WASTEWATER COLLECTION SYSTEM

HOMOSASSA WASTEWATER COLLECTION SYSTEM HOMOSASSA WASTEWATER COLLECTION SYSTEM Project Purpose To improve the water quality of the Homosassa River by removing septic tanks and package wastewater treatment plants from environmentally sensitive

More information

City of Logan Sanitary Sewer Design Standards

City of Logan Sanitary Sewer Design Standards City of Logan Sanitary Sewer Design Standards 2011 http://www.loganutah.org/public_works/engineering/stdsspecsdesign.cfm Table of Contents PART 1. CITY OF LOGAN SANITARY SEWER SYSTEM DESIGN STANDARDS FOR

More information

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION CITY OF ALBANY Public Works Department ADDENDUM #1 ST-13-04-2014, MAIN STREET REHABILITATION In order to clarify the intent of the Specifications and Drawings, the following provisions are provided and

More information

2016 Summary Report Capital Improvement Projects

2016 Summary Report Capital Improvement Projects 2016 Summary Report Capital Improvement Projects The City Commission adopted the Water and Wastewater 2013-2017 Capital Improvement Program (CIP) on March 12, 2013. The CIP identifies water and wastewater

More information

a. Unless otherwise specified, all lengths shall be horizontal distances.

a. Unless otherwise specified, all lengths shall be horizontal distances. SECTION 01025 PART 1- GENERAL 1.01 DESCRIPTION A. This section describes the method used to determine quantities of Work performed or materials supplied for which a price is given in the Bid. It establishes

More information

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS Notice is hereby given that the Board of Directors of Sacramento Area Sewer District of Sacramento

More information

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of a Partnership consisting of an Individual doing business as. TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instruction

More information

Florida Ocean Outfall Legislation: What it Means for Utilities and What They Are Doing to Comply

Florida Ocean Outfall Legislation: What it Means for Utilities and What They Are Doing to Comply PD-Sw210 Florida Ocean Outfall Legislation: What it Means for Utilities and What They Are Doing to Comply May 1, 2015 Monique Durand, PE FIPA Spring Workshop 1 1 Outline Background Regulatory overview

More information

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004 NOTICE TO CONTRACTORS Notice is hereby given that the Board of Directors of Sacramento Area Sewer District of Sacramento

More information

CHAPTER SEVEN: UTILITIES

CHAPTER SEVEN: UTILITIES CHAPTER SEVEN: UTILITIES 7.0 Introduction T he Water Works Board of the City of Auburn (AWWB) is the primary potable water service provider for the City of Auburn (City) and Auburn University. There are

More information

CITY OF TAMPA ADDENDUM NO. 1. DATE: September 15, Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place Pipe (C.I.P.P.

CITY OF TAMPA ADDENDUM NO. 1. DATE: September 15, Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place Pipe (C.I.P.P. CITY OF TAMPA Pam Iorio, Mayor CONTRACT ADMINISTRATION DEPARTMENT David L. Vaughn, AIA, Director ADDENDUM NO. 1 DATE: September 15, 2010 Contract 11-C-00001; Wastewater Sewer Rehabilitation by Cured-in-Place

More information

Wissahickon School District Natatorium & Central Plant Project. Project Update March 27, 2017

Wissahickon School District Natatorium & Central Plant Project. Project Update March 27, 2017 Wissahickon School District Natatorium & Central Plant Project Project Update March 27, 2017 Project Features 1. New central plant and receiving area to serve current High School and future Master Plan.

More information

Exploration of Utulei Clarigester #1 for Facility Upgrade

Exploration of Utulei Clarigester #1 for Facility Upgrade Pacific Design Build Corporation 1036 Mikole St. Honolulu, HI 96819 Phone #: (808) 841-6685 Fax#: (808) 843-1797 I. Objective: Exploration of Utulei Clarigester #1 for Facility Upgrade At the request of

More information

The work required for this project includes, but is not limited to, the following items, not listed in order of execution.

The work required for this project includes, but is not limited to, the following items, not listed in order of execution. ESTIMATE OF QUANTITIES SPECIFICATIONS Construction Specifications: South Dakota Standard Specifications for Roads and Bridges, 2004 Edition and Required Provisions, Supplemental Specifications and/or Special

More information

FY CAPITAL IMPROVEMENT PROGRAM MID-YEAR STATUS REPORT

FY CAPITAL IMPROVEMENT PROGRAM MID-YEAR STATUS REPORT FY 15-20 CAPITAL IMPROVEMENT PROGRAM MID-YEAR STATUS REPORT Department of Public Works Robert B. Boxer, Director PROJECT MODEL PROFESSIONAL SERVICES STUDIES FEASIBILITY CLAIMS 1- PROJECT DEFINITION 2-

More information

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING:

BIDS WILL BE CONSIDERED NON-RESPONSIVE WITHOUT THE REQUIRED SIGNATURE ACKNOWLEDGING THE FOLLOWING: BID SHEET FOR CIP 17-101 CIPP LINING OF SANITARY SEWER SYSTEM Item No. 16 17 18 19 20 21 Description and Bid Unit Price Brim Style Service Line Connection Sealing System Temporary Bypass Facilities Set

More information

STANDARD SPECIFICATIONS

STANDARD SPECIFICATIONS TOWN OF COLONIE DEPARTMENT OF PUBLIC WORKS DIVISION OF PURE WATERS STANDARD SPECIFICATIONS for RESIDENTIAL SANITARY SEWER CONNECTIONS Latest Revision Date: November 2017 TABLE OF CONTENTS Section Page

More information

DESIGN CRITERIA PACKAGE

DESIGN CRITERIA PACKAGE RFQ: 17-C-00002 DESIGN-BUILD SERVICES FOR THE Upper Peninsula Watershed Drainage Improvements Dale Mabry/Henderson Trunkline DESIGN CRITERIA PACKAGE PREPARED BY: JAMES E. JACKSON, AIA CITY ARCHITECT CONTRACT

More information

LESSONS LEARNED DURING INSTALLATION OF LARGE DIAMETER CIPP LINING IN AN ENVIRONMENTAL MITIGATION AREA (TM1-T3-05)

LESSONS LEARNED DURING INSTALLATION OF LARGE DIAMETER CIPP LINING IN AN ENVIRONMENTAL MITIGATION AREA (TM1-T3-05) LESSONS LEARNED DURING INSTALLATION OF LARGE DIAMETER CIPP LINING IN AN ENVIRONMENTAL MITIGATION AREA (TM1-T3-05) Jennifer Glynn, P.E., RMC Water and Environment, Walnut Creek, California NASTT s 2016

More information

Residential Sewer Backup Prevention Program

Residential Sewer Backup Prevention Program City of Wheaton Residential Sewer Backup Prevention Program Please Note: The City reserves the right to modify the policies, procedures and rules of this program or discontinue the program in its entirety

More information

SECTION MEASUREMENT AND PAYMENT

SECTION MEASUREMENT AND PAYMENT SECTION 01026 PART 1 GENERAL 1.1 SECTION INCLUDES A. Explanation and Definitions B. Measurement C. Payment D. Schedule of Values E. Application for Payment 1.2 EXPLANATION AND DEFINITIONS A. The following

More information

Study Session Wastewater Enterprise, Proposed Improvement Projects and Projected Funding Needs Update

Study Session Wastewater Enterprise, Proposed Improvement Projects and Projected Funding Needs Update Study Session Wastewater Enterprise, Proposed Improvement Projects and Projected Funding Needs Update February 24, 2015 Overview Wastewater Collection System Customer Base 16,276 SFR 1,968 MFR 1,364 COM/IND

More information

ENGINEERED SOLUTIONS. Wastewater Solutions

ENGINEERED SOLUTIONS. Wastewater Solutions ENGINEERED SOLUTIONS Wastewater Solutions Municipal and Industrial Wastewater Solutions For more than 100 years (since 1904), Contech Engineered Solutions LLC has been a leader in the pipe industry. From

More information

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction.

2. A preconstruction meeting with the TWA s staff is required prior to initiating construction. General: 1. Construct utilities in accordance to TWA approved plans and shop drawings. Any deviation from the approved plans shall be approved by the DEVELOPER S ENGINEER and TWA 2. A preconstruction meeting

More information

SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings

SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings 1993 Specifications CSJ 0144-01-060 SPECIAL SPECIFICATION 5925 Polyvinyl Cloride (PVC) Sewer Pipe and Fittings 1. General. (1) Scope. This Section includes the furnishing, installation, and subsequent

More information