Modification: Modify the paragraph by deleting "wastewater and replace it with brine.

Size: px
Start display at page:

Download "Modification: Modify the paragraph by deleting "wastewater and replace it with brine."

Transcription

1

2 defective land or areas, or (ii) correct such defective Work, materials, supplies or equipment or, if the defective Work, materials, supplies or equipment has been rejected by OWNER, remove it from the Project and replace it with Work, materials, supplies or equipment that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, materials, supplies or equipment, to the work of others or other land or areas resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work, materials, supplies or equipment corrected or repaired or may have the rejected Work, materials, supplies or equipment removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. Delete paragraph B. in its entirety. TECHNICAL SPECIFICATIONS: A1-3 SECTION SUMMARY OF WORK A. Reference Page , Paragraph 1.09 AND Delete Paragraphs 1.09 and 1.10 in their entirety. A1-4 SECTION SPECIAL PROCEDURES A. Reference Page , Paragraph 1.03, B, 4.a. Modification: Modify the paragraph by deleting "wastewater and replace it with brine. B. Reference Page , Paragraph 1.03, B, 4. Add the following paragraphs: d. Re-route of the existing AMUD 6 Waterline (Station to Station ) 1) Maximum time out of operation is 4 hours 2) Lay re-routed 160 LF of new 6 waterline, hydrostatic test per 01666, and then disinfect per prior to taking existing line and connections out of service. 3) Notify affected homeowners 48 hours prior to downtime 4) Coordinate with AMUD inspectors. Notify AMUD a minimum of one week prior to taking the line out of service. Notify AMUD prior to testing and backfilling new pipe. 5) Liquidated damages are established at $100 per hour. e. Miscellaneous Service Connections 1) Maximum time out of operation is 2 hours. 2) Notify affected homeowners or businesses 48 hours prior to downtime. 3) Liquidated damages are established at $100 per hour. A1-5 SECTION SUBMITTALS A. Reference Page , Paragraph 1.09, A. Delete the paragraph in its entirety and replace with the following: Addendum No

3 A. Warranties and guarantees shall meet the requirements of SC-60 and shall be submitted as required by the Contract Documents and submitted with the shop drawings or record data. A1-6 ADD THE FOLLOWING SECTION: CONSTRUCTION SECURITY A1-7 SECTION CONTRACT CLOSEOUT A. Reference Page , Paragraph Delete the first sentence in its entirety and replace with the following: The manufacturer shall warrant the equipment, materials and supplies against any defects in material, performance or workmanship for a period of one (1) year from date of project final acceptance per the Supplementary Conditions, SC-60. B. Reference Page , Paragraph 1.09, B. Delete the paragraph in its entirety and replace with the following: B. The date for the start of warranties, bonds, and service agreements shall be at the time of final acceptance of the project per the Supplementary Conditions, SC- 60. A1-8 SECTION CAST-IN-PLACE CONCRETE A. Reference Page , Paragraph 2.03, d, 1. Add the following: D. Or approved equal B. Reference Page , Paragraph 2.05, C, 2, b. Add the following: 4) Or approved equal C. Reference Page , Paragraph 2.06, A, 1. Add the following: b. Or approved equal A1-9 SECTION PROTECTIVE COATINGS A. Reference Page , Paragraph 2.14, G, 4. Add the following: d. Or approved equal A1-10 SECTION DUCTILE IRON PIPE AND FITTINGS A. Reference Page 15062, Paragraph Addendum No

4 Modification: Modify the paragraph by deleting "manufacturer and replace it with Contractor. A1-11 SECTION GATE VALVES A. Reference Page 15101, Paragraph Modification: Modify the paragraph by deleting "manufacturer and replace it with Contractor. A1-12 SECTION AIR RELEASE AND AIR AND VACUUM VALVES A. Reference Page 15117, Paragraph Modification: Modify the paragraph by deleting "manufacturer and replace it with Contractor. A1-13 SECTION MISCELLANEOUS VALVES A. Reference Page 15136, Paragraph Modification: Modify the paragraph by deleting "manufacturer and replace it with Contractor. DRAWINGS: A1-14 SHEET PL-1, SEQ. 7 A. Reference: Notes Add the following note: A1-15 SHEET PL-3, SEQ Coordinate relocation of 6 Waterline from Station to with Acton Municipal Utility District (AMUD). See sheet DT-1 for pipeline installation detail and sheet DT-4 for fire hydrant installation details. Refer to Specifications for requirements for downtime and coordination. Refer to Specification for disinfection requirements. A. Modification: Modify the note reading 65 LF of 12 Steel Casing Pipe to read 65 LF of 10 Steel Casing Pipe. A1-16 SHEET PL-5, SEQ. 11 A. Addition: A buried telephone line crosses the easement at Station 22+51, approximately 3 deep to serve the metal building outside the easement. Add to plan and profile. A1-17 SHEET PL-7, SEQ. 13 A. Modification: Replace the note End 4 PVC Chlorine Dioxide Line with End 4 Chlorine Dioxide Line. Connect to existing 4 PVC line per AWWA standards. Field verify depth, location, and fittings required for making the connection. A1-18 SHEET DT-5, SEQ. 18 Addendum No

5 A. Modification: Modify the note reading 65 LF of 12 Steel Casing Pipe to read 65 LF of 10 Steel Casing Pipe. B. Note 3 Delete the word Owner and replace with Engineer. C. Note 4 - Delete the note in its entirety and replace with the following: A1-19 SHEET C-1, SEQ Top of 10 casing matches top of 48 steel casing pipe as shown on the profile. A. Addition: The centerline elevation of the connection at Station 1+00 is approximately END OF ADDENDUM NO. 1 Addendum No

6 01560 CONSTRUCTION SECURITY 1.00 GENERAL 1.01 GENERAL A. CONTRACTOR security procedures at the project site during construction shall minimize the potential for property damage, danger to plant personnel, danger to construction personnel, danger to the public and operational problems due to unauthorized entry to and/or activities at the project site. CONTRACTOR shall be responsible for implementing procedures that will provide secure conditions associated with construction activities. B. General security requirements associated with this project are listed below. 1. The project site shall mean to include all portions of the project work area, whether within controlled access areas or along public access areas. 2. Portions of the contract work areas for the SWATS 30 raw waterline construction are controlled access areas. These areas include the raw water pump station and the SWATS water treatment plant. 3. Access to the raw water pump station is controlled by automated entrance gates. These gates are opened by a motor operated controller by entering a code number on a key pad. The CONTRACTOR will be given a code number for the gates that may be furnished only to personnel that have received clearance from the background security checks. Under no circumstances will the CONTACTOR allow the controlled access areas to be left open unattended. The controlled access area must be secured properly prior to leaving the site unattended. 4. Access to the 30 raw waterline and 4 chlorine dioxide pipeline tie-in at the SWATS plant is controlled by fencing around the plant. To access the tie-in area, the fence around this controlled access area may be temporarily removed by the CONTRACTOR and replaced back with temporary fencing during construction. Under no circumstances will the CONTACTOR allow the controlled access areas to be left open unattended. The controlled access area must be secured properly prior to leaving the site unattended. Once the project is completed, permanent gates and fencing must be installed per the plans and specifications. 5. The controlled access areas of the work site shall be fenced throughout the course of the project, with whatever combination of permanent and temporary fencing is required. Temporary fencing shall be 6 foot high chain link with three strands of barb wire equal to existing fencing at the site, except where more secure fencing is called for in this section or on the drawings. 6. All CONTRACTORS and Subcontractors that are expected to be working at the site during this project are required to conduct background checks on employees and issue project identification badges with photos to employees. 7. CONTRACTOR shall be responsible for posting security personnel at the entrance to the raw water pump station and at the tie-ins to the plant and monitoring all traffic into and out of the raw water pump station and the tie-ins to the plant. The security personnel shall be on duty anytime the controlled access areas are open and are being accessed. 8. CONTRACTOR and Subcontractor personnel shall be responsible for monitoring activities and providing deterrence to undesirable activities at the project site. Construction Security

7 1.02 SECURITY PERSONNEL QUALIFICATOINS A. Security personnel assigned to monitor entry to the raw water pump station and the tie-ins at the SWATS plant shall, at a minimum, meet the requirements and be licensed as Commissioned Security Officers in accordance with the requirements defined by the Texas Department of Public Safety CONSTRUCTION PERSONNEL REQUIREMENTS A. Background Security Checks 1. Current background security check (no older than one year prior to Notice to Proceed) required for each CONTRACTOR and Subcontractor employee. 2. Acceptable background sources of information include the United States Federal Government, the Department of Public Safety from the employee s home state (the state that issued their driver s license or identification card), and for noncitizens, the native country s national law-enforcement agency. Alternatively the CONTRACTOR may utilize AccuReport.com for background checks. 3. The results of each background check shall be dated and submitted to the Engineer as an original, certified official document from the agency performing the check, and shall bear all appropriate seals and signatures of the agency performing the check and include the agency address and telephone number. 4. Disqualifiers for Security Checks a. Murder Conviction b. Any Terroristic Act or Threat c. Any Registered Sex Offender d. Any Conviction of Violence that Causes Serious Bodily Injury within past 5 years e. Felony Theft Conviction within past 10 years f. Felony Burglary Conviction within past 10 years CONTRACTOR may add additional disqualifiers. 5. The results of background checks may be audited at any time. B. Identification Badges 1. Security Identification badges for employees of CONTRACTORS and Subcontractors shall be picture badges as approved by Engineer at start of construction. 2. Furnish Security ID Badge for each CONTRACTOR and Subcontractor employee who requires access to the raw water pump station and the SWATS plant site. 3. Plastic badge holders with an appropriate clip that will protect the badge and allow it to be worn and displayed safely by employees on the outside of their clothing shall be provided to and worn by construction personnel. 4. Security ID Badge shall be made of durable plastic material with minimum dimensions of 2-1/8 inches by 3-3/8 inches, and shall show a clear, photographic image of the bearer, with a vertical facial image not less than ¾ inches high. Visitor badges shall be similar, with the words VISITOR on them. The visitor badge shall be red or another easily identifiable color. 5. Each badge shall clearly display the name of the employee and the employer company. 6. CONTRACTOR shall be responsible for all production of badges and submission of information (including copy of badge and digital photo of personnel) to the Engineer. 7. CONTRACTOR shall be responsible for retrieving badges from employees when they are terminated for any reason, and on a weekly basis shall submit a list of currently active badge holders by employing company to the Engineer. Construction Security

8 8. The Engineer may require withdrawal of badges from construction personnel due to changes in employee background, due to employee conduct on the project, or due to any activities deemed detrimental to the project, detrimental to the facility, or resulting in danger to other personnel ACCESS CONTROL A. Working Hours 1. Site access for employees of all CONTRACTORS and Subcontractors shall be monitored (badges) by the security personnel at the secured areas entrances. 2. CONTRACTOR shall notify security personnel at entrance in writing of expected construction traffic other than employees (deliveries, equipment servicemen, and others), or security personnel shall contact construction superintendent of appropriate CONTRACTOR or Subcontractors to vouch for entry of nonemployee construction related parties. Cell phone numbers shall be provided to the security personnel for the construction superintendents authorized to vouch for entry. Approved individuals shall receive a visitor badge and shall be escorted by badged contract personnel while on the work site. Visitor badges shall be returned to the security personnel upon departing the worksite. CONTRACTOR is responsible for the actions of all visitors while on the work site. 3. Security personnel shall coordinate with the Engineer and obtain approval for unexpected raw water pump station and/or SWATS plant visitors to these locations. B. Non-Working Hours 1. Where the raw water pump station or plant access is required in other than normal working hours, CONTRACTOR and Subcontractors shall coordinate with the Engineer to coordinate access. Not less than 48 hour notice shall be provided for access during non-working hours. 2. Gates or temporary access into the current areas of the raw water pump station or the plant that are fenced shall be secured by the CONTRACTOR at the end of the work day. END OF SECTION Construction Security

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances 2004 Specifications CSJ 2250-01-021, etc SPECIAL SPECIFICATION 5243 Water and Sewer System and Appurtenances 1. Description. This Item governs for the furnishing of all equipment, labor and materials to

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA 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. Enclosed with this bid are (1) Bid Bond, and

More information

(To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet

(To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet (To be printed on Professional s Letterhead) PRE-CONSTRUCTION MEETING AGENDA (Professional to provide attendance sign-up sheet Project Name: UM Project # Design Professional: Meeting Place: Meeting Time:

More information

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES

APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES APPENDIX B STANDARD CONSTRUCTION DRAWING NOTES B-1 General Notes: SACWSD Standard Construction Drawing Notes 1. No work shall begin on any water or wastewater construction project until the construction

More information

SECTION WATER DISTRIBUTION SYSTEM

SECTION WATER DISTRIBUTION SYSTEM Conditions of Use/ Responsibility of Data Montgomery County Public Schools Facilities Guide DIVISION 2 - SITE WORK These guideline specifications are to be used by the A/E as a base document in the development

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

SECTION PUBLIC WATER SERVICE CONNECTIONS

SECTION PUBLIC WATER SERVICE CONNECTIONS SECTION 33 14 14 PUBLIC WATER SERVICE CONNECTIONS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Pipe and fittings for water service connections to small commercial, light industrial, and residential

More information

Special Specification 7169 Water Main Replacements

Special Specification 7169 Water Main Replacements Special Specification Water Main Replacements 1. DESCRIPTION 2. MATERIALS Furnish, install, or replace water pipe, water valves, water meters and boxes, water service connections, fire hydrant assemblies,

More information

INSPECTION AND ACCEPTANCE FOR MAINTENANCE

INSPECTION AND ACCEPTANCE FOR MAINTENANCE Inspection and Acceptance For Maintenance Page 1 (Last revised 6/29/10) INSPECTION AND ACCEPTANCE FOR MAINTENANCE SELECTED LINKS TO SECTIONS WITHIN THIS SPECIFICATION Acceptance Sewer As Built Drwg Example

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

SECTION C10 CLEANING AND CEMENT LINING GENERAL

SECTION C10 CLEANING AND CEMENT LINING GENERAL SECTION C10 CLEANING AND CEMENT LINING GENERAL The work under this section consists of the cleaning and cement mortar lining of existing cast iron water mains in place within the limits specified on the

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE

SECTION POLYVINYL CHLORIDE (PVC) WATERLINE SECTION 02632 POLYVINYL CHLORIDE (PVC) WATERLINE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required, and install polyvinyl chloride (PVC) waterline,

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College Cosumnes River College

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

LICENSE AND INSURANCE:

LICENSE AND INSURANCE: INVITATION TO BID RECEIPT OF BIDS: Sealed bids for construction of the Zenkus Fencing Project will be received by Shasta Valley Resource Conservation District (SVRCD) at 215 Executive Ct., Suite A, Yreka,

More information

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project 00900 ADDENDUM #1 Issued to: All Document Holders of Record Date: February 16, 2016 Project: Bayfield Waterline Replacement Project This Addendum forms a part of the Contract described above. The original

More information

SECTION WASTEWATER FORCE MAINS

SECTION WASTEWATER FORCE MAINS SECTION 02732 WASTEWATER FORCE MAINS PART - 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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

Agreement For Proposed Development

Agreement For Proposed Development Agreement For Proposed Development THIS DEVELOPMENT AGREEMENT AND CONTRACT is made and entered into on this day of, 20, by and between the FIRST UTILITY DISTRICT OF KNOX COUNTY, TENNESSEE, a utility district

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-001 WATER DISTRIBUTION SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 3 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V. EXECUTION:...

More information

Addendum No. 1. City of Chicago Department of Water Management Bureau of Engineering Services

Addendum No. 1. City of Chicago Department of Water Management Bureau of Engineering Services Addendum No. 1 City of Chicago Department of Water Management Bureau of Engineering Services South Water Purification Plant Filter Backwash Controls Replacement DWM PROJECT NO. 13-202 SPECIFICATION NO.

More information

MONTECITO WATER DISTRICT. March 13, 2017 ADDENDUM NO. 2

MONTECITO WATER DISTRICT. March 13, 2017 ADDENDUM NO. 2 March 13, 2017 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS, CONSTRUCTION DRAWINGS, AND CONSTRUCTION SPECIFICATIONS FOR CONSTRUCTION OF THE Sycamore Canyon Road Watermain Replacement Project DATED FEBRUARY 2017

More information

SECTION IRRIGATION WATER WELL

SECTION IRRIGATION WATER WELL PART 1 GENERAL 1.1 SECTION INCLUDES SECTION 33 21 16 IRRIGATION WATER WELL A. The work shall consist of furnishing all labor, material, equipment, and services necessary for the drilling of irrigation

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

SECTION IRRIGATION WATER WELL

SECTION IRRIGATION WATER WELL PART 1 GENERAL 1.1 SECTION INCLUDES: SECTION 02670 IRRIGATION WATER WELL A. The work shall consist of furnishing all labor, material, equipment and services necessary for the drilling of irrigation water

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED MAXIMUM PRICE CAYUCOS SANITARY DISTRICT 200 Ash Avenue P.O. Box 333, Cayucos, California 93430-0333 www.cayucossd.org 805-995-3290 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK (CMAR) SERVICES WITH GUARANTEED

More information

CITY OF PUNTA GORDA, FLORIDA

CITY OF PUNTA GORDA, FLORIDA CITY OF PUNTA GORDA, FLORIDA PHONE: (941) 575-3351 FAX: (941) 575-3340 EMAIL: pgpurch@pgorda.us PROCUREMENT DIVISION 326 West Marion Avenue Punta Gorda, Florida, 33950 October 9, 2014 SOLICITATION #F2013124/CONS-PIPEREPL/WWTP

More information

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 DESCRIPTION A. Temporary Utilities: Electricity, lighting, heating, cooling, ventilation, water, and sanitary facilities. B. Temporary Controls: Barriers, fencing, erosion control, exterior

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

HAIGHTS CREEK IRRIGATION COMPANY

HAIGHTS CREEK IRRIGATION COMPANY HAIGHTS CREEK IRRIGATION COMPANY DEVELOPMENT STANDARDS AND SPECIFICATIONS Adopted by the Haights Creek Irrigation Company Board June 11, 2015 (rev. 4/12/17) Haight s Creek Irrigation Company Adopted June

More information

VALLECITOS WATER DISTRICT SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE

VALLECITOS WATER DISTRICT SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. This section designates the requirements for the manufacture and installation of polyvinyl chloride, abbreviated PVC, pressure pipe. 1.2 RELATED WORK SPECIFIED ELSEWHERE

More information

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,

More information

Document 2007 Rev 0 December 2005 Page 1 of 8

Document 2007 Rev 0 December 2005 Page 1 of 8 Document 2007 Rev 0 December 2005 Page 1 of 8 1. Scope... 2 2. Definitions... 2 a. LabTest...2 b. Factory Location/ Manufacturer's Premises...2 c. Manufacturer...2 d. Subcontractor...2 e. f. Out-Worker...2

More information

General Water Bid Items Item No.

General Water Bid Items Item No. 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. Enclosed with this bid are (1) Bid Bond, and

More information

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM

DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM DIVISION II TECHNICAL SPECIFICATIONS SECTION S-003 SANITARY SEWER FORCE MAIN SYSTEM TABLE OF CONTENTS: I. DESCRIPTION:... 2 II. COORDINATION:... 2 III. CONSTRUCTION LAYOUT:... 3 IV. MATERIALS:... 3 V.

More information

REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS

REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS REQUEST FOR DEVIATION WATER AND WASTEWATER SYSTEM STANDARD SPECIFICATIONS PRODUCT NAME: PRODUCT DESCRIPTION: DISTRIBUTOR'S NAME: DISTRIBUTOR'S ADDRESS: DISTRIBUTOR'S PHONE NUMBER: MANUFACTURER S NAME:

More information

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as,

BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as, Access Roads BID PROPOSAL PROPOSAL OF, corporation, a partnership consisting of, an individual doing business as, THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the

More information

QUALITY REQUIREMENTS

QUALITY REQUIREMENTS SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

Fire Protection Contractor QA/QC Plan Sample

Fire Protection Contractor QA/QC Plan Sample Fire Protection Contractor QA/QC Plan Sample Selected pages (not a complete plan) QA/QC Plan Sample Project-Specific Quality Plan Quality Manual Fire Protection Standards & Inspection Forms Contact: Ed

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

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1)

FOR BID # STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS. BID # BLONDY JHUNE ROAD RECONSTRUCTION (Base and Add Alternative 1) January 23, 2019 ADDENDUM NO. 1 FOR BID #015-19 STINSON ROAD PAVING AND DRAINAGE IMPROVEMENTS BID #016-19 BLONDY JHUNE ROAD RECONSTRUCTION (Base Add Alternative 1) BID # 017-19 WINNINGKOFF ROAD PHASE 2

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

SECTION PACKAGE BOOSTER PUMP STATIONS

SECTION PACKAGE BOOSTER PUMP STATIONS SECTION 331223 PACKAGE BOOSTER PUMP STATIONS Scope: The Contractor shall install a pump station at two locations to be determined by the Owner. These pump stations shall be designed to deliver flow to

More information

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project. TO: ALL HOLDERS OF CONTRACT DOCUMENTS FOR: City of Carlsbad, New Mexico Sanitary Sewer Interceptor 118 Upgrades Phase I Wade M. Chacon P.E. HDR Project Manager/Engineer Bid # 2016-32 ADDENDUM NUMBER ONE

More information

SECTION SOUND-ABSORPTIVE PANELS

SECTION SOUND-ABSORPTIVE PANELS SECTION 09 77 23 SOUND-ABSORPTIVE PANELS PART 1 - GENERAL 1.1 CONDITIONS AND REQUIREMENTS A. The General Conditions, Supplementary Conditions, and Division 01 General Requirements apply. 1.2 SECTION INCLUDES

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum # Project: Lewis & Clark Regional Water System Bid Date: :00 P.M., Local Time, September 0, 06 Bid Location: Lewis & Clark Regional Water System Office, 46986 Monty Street Tea, SD 57064 Issue

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

SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE

SECTION POLYVINYL CHLORIDE (PVC) PRESSURE PIPE SECTION 02622 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SCOPE A. The work covered by this section includes furnishing all labor, equipment, and materials required to install and test

More information

CONSTRUCTION DRAWINGS

CONSTRUCTION DRAWINGS CONSTRUCTION DRAWINGS LANDFILL GAS COLLECTION AND CONTROL SYSTEM (GCCS) CONSTRUCTION REQUEST FOR BID NO. 18-0197 ORTH WILMINGTON, NORTH CAROLINA 28401 (704) 504-3107 TITLE SHEET SCS JOB NO. MARCH 2018

More information

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT

AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT AMERICAN SAMOA POWER AUTHORITY Materials Management Office INVITATION FOR BIDS ( IFB ) EAST SIDE WELLS-BOOSTERS SECURITY FENCE REPLACEMENT Issuance Date: March 24, 2016 Closing Date: March 31, 2016 APPROVED

More information

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it.

F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. Section 3 F. Provide at least 2 feet of vertical separation between a water line and any utility or stormdrain crossing it. 3.8 Highway Crossings The design engineer shall, prior to the design of any highway

More information

FABRICOIL BASIC January 10, 2006

FABRICOIL BASIC January 10, 2006 FABRICOIL BASIC January 10, 2006 General Notes: This guide specification document is provided by Raynor Door for use by design professionals in preparing project specification documents for FABRICOIL BASIC

More information

WATER LINE IN TUNNELS

WATER LINE IN TUNNELS Section 02517 PART 1 G E N E R A L 1.01 SECTION INCLUDES A. Handling, transporting, and installing water line in primary liner tunnels, including invert cleanup and blocking and water line in casings that

More information

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2 The original Contract Documents entitled BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT are amended

More information

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ADDENDUM NO. 1 ITB-U-11-05 CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN ISSUE DATE: February 14, 2011 BID DATE: TO: SUBJECT: INTENT: March 1, 2011 @ 2:00 P.M. All Prospective Bidders and Others

More information

INVITATION TO BIDDERS. Solicitation No. CO-00157

INVITATION TO BIDDERS. Solicitation No. CO-00157 INVITATION TO BIDDERS Solicitation No. CO-00157 Sealed bids are requested by the San Antonio Water System for the construction of approximately 5,900 LF of 6 to 8-inch of water main and approximately 3,000LF

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

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT)

1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT) 1.4 USE OF EXISTING ELEVATORS FOR CONSTRUCTION PURPOSES (NO ELEVATOR CONTRACTOR IS CONTRACTED FOR THE PROJECT) The use of an existing elevator during construction shall be strictly prohibited. Any deviation

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Todd County Water District P.O. Box 520 2201 New Highway 68 West Elkton, KY 42220 RE: Novelis Water Supply Project: Contract No. 1 Waterline Extensions The Todd County Water District

More information

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal.

Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. ACKNOWLEDGEMENT BY RESPONDENT Each Respondent shall acknowledge receipt of this Addendum No. 1 by noting such and signing the Bid Proposal. This undersigned acknowledges receipt of this Addendum No. 1

More information

C. The Joint Utility Committee regularly meets on the 2 nd Wednesday of each month at 9 A.M. unless otherwise rescheduled.

C. The Joint Utility Committee regularly meets on the 2 nd Wednesday of each month at 9 A.M. unless otherwise rescheduled. 1.6. COORDINATION Ivins City Standard Specifications for Design and Construction 1.6.1. COORDINATION WITH JOINT UTILITY COMMITTEE A. The Joint Utility Committee is comprised of Ivins City and all private

More information

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE 1.01 AUTHORITY OF THE ENGINEER CONTROL OF WORK A. The work included in the contract is to be done to the complete satisfaction of the Engineer, and the decision of the Engineer as to the true construction

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

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

WATER ORDINANCE TABLE OF CONTENTS

WATER ORDINANCE TABLE OF CONTENTS WATER ORDINANCE TABLE OF CONTENTS Page # 403.01 - Water Service Connections, permit required 1 403.02 - Water Service Connections: Who to make, cost of 1 403.03 - Services: Construction 2 403.04 -Services:

More information

ARTICLE 700 LARGE SCALE DEVELOPMENTS

ARTICLE 700 LARGE SCALE DEVELOPMENTS ARTICLE 700 LARGE SCALE DEVELOPMENTS SEC. 700.1 APPLICABILITY A development plan shall be submitted to the Bentonville Planning Commission for all developments or building construction regardless of zone

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION RFB # 18-0197 ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION The following information was conveyed and discussed

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

Index to Technical Specifications

Index to Technical Specifications Index to Technical Specifications Item Number Subject I II EXCAVATION 1.01 Trenching and Excavation Regulations 1.02 Site Grading or General Excavation 1.03 Structural Excavation 1.04 Trench Excavation

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

Agreement For Proposed Development

Agreement For Proposed Development Agreement For Proposed Development THIS DEVELOPMENT AGREEMENT AND CONTRACT is made and entered into on this day of, 20, by and between the FIRST UTILITY DISTRICT OF KNOX COUNTY, TENNESSEE, a utility district

More information

TECHNICAL SPECIAL PROVISION FOR FINANCIAL PROJECT ID:

TECHNICAL SPECIAL PROVISION FOR FINANCIAL PROJECT ID: TECHNICAL SPECIAL PROVISION FOR 1001 WATER DISTRIBUTION SYSTEM FINANCIAL PROJECT ID: 200105-7-52-01 The official record of this Technical Special Provision is the electronic file signed and sealed under

More information

A. This Section includes administrative and procedural requirements for quality assurance and quality control.

A. This Section includes administrative and procedural requirements for quality assurance and quality control. SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018 Masterson 24-Inch Water Main Extension Solicitation Number: CO-00177 Job No.: 18-1018 ADDENDUM 2 July 3, 2018 To Bidder of Record: This addendum, applicable to work referenced above, is an amendment to

More information

A. Product Data shall be provided for each type of product indicated.

A. Product Data shall be provided for each type of product indicated. 32 31 13 CHAIN LINK FENCES AND GATES SECTION 1 GENERAL 1.1 SUMMARY This Section includes the following: 1. Chain Link Fences 2. Gates for Chain Link Fences. See electrical specifications for electrical

More information

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B , STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION

[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B , STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION [JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B141-1997, STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION ARTICLE 2.1. PROJECT ADMINISTRATION SERVICES. Paragraph 2.1.2. Paragraph

More information

SECTION MAINTENANCE OF EXISTING CONDITIONS

SECTION MAINTENANCE OF EXISTING CONDITIONS SECTION 02 01 00 MAINTENANCE OF EXISTING CONDITIONS PART 1 GENERAL 1.1 GENERAL A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and shall restore damaged

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIRS, APPLICATION OF 150 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF A 7.5 HP PUMP, PIPES, FITTINGS, ELECTRICAL CONDUITS,

More information

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION ADDENDUM #4 DATE: 02/08/2016 PROJECT: CONTRACT No: 40604 BID DATE, TIME: 02/11/2016, 2:00PM NOTICE TO ALL CONTRACTORS

More information

Basic Service. This Section provides information regarding a. Introduction

Basic Service. This Section provides information regarding a. Introduction Basic Service Introduction This Section provides information regarding a new electric Basic Service for a single phase service less than or equal to 400 amps, and a three phase service less than 50kW.

More information

Exterior Door & PA System Replacement, Domestic Water Piping System and B/F Access Upgrades

Exterior Door & PA System Replacement, Domestic Water Piping System and B/F Access Upgrades Addendum 1 Page 1 ADDENDUM NO. 1 Domestic Water Piping System and B/F Access Upgrades Sundridge Centennial Public School Sundridge, Ontario The following Addendum shall be part of the Tendering Documents

More information

PUBLIC WORKS DEPARTMENT GENERAL NOTES

PUBLIC WORKS DEPARTMENT GENERAL NOTES PUBLIC WORKS DEPARTMENT GENERAL NOTES 1. All construction shall be in strict accordance with the standards of the City of Southlake and governed by the North Central Texas Council of Government's Standard

More information

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station The City of Santaquin (the City ) hereby requests competitive proposals from qualified consultants

More information

Student Services & Classroom Addition

Student Services & Classroom Addition SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services

More information

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 February 07, 2017 ITB NO. 17-17 MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY

More information

NOTICE TO BIDDERS FOR THE

NOTICE TO BIDDERS FOR THE NOTICE TO BIDDERS FOR THE STRUCTURAL REPAIR, APPLICATION OF 200 MIL THICK POLYURETHANE FOR INTERNAL LINING OF RESERVOIR 4A, REMOVAL AND REPLACEMENT OF AN EXISTING RETAINING WALL, A 7.5 HP PUMP, PIPES,

More information

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No.

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No. SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS SAWS To Bidder of Record: ADDENDUM NO. 2 August 15, 2013 This addendum, applicable to work referenced above, is an amendment

More information

SECTION 2100 WATER MAIN

SECTION 2100 WATER MAIN SECTION 2100 WATER MAIN WATER MAIN PART 1 GENERAL 1.01 Section Summary A. This section includes product and installation requirements for water main pipe, gate valves, hydrants, fittings, and miscellaneous

More information

A. The work consists of furnishing a Chiller Noise Reduction System as listed in the specifications.

A. The work consists of furnishing a Chiller Noise Reduction System as listed in the specifications. SECTION 32 31 14 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply

More information

MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS

MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS MATERIAL AND INSTALLATION SPECIFICATIONS FOR CONSTRUCTING WATER SERVICES INSPECTIONS A. It is YOUR responsibility to schedule ALL inspections and the installation of water meters with LWD (978) 540-2222,

More information

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16.

Specific requirements for individual units of work are included in the appropriate sections in Divisions 2 through 16. SECTION 01 77 00 - PROJECT CLOSE-OUT PART 1 - GENERAL DESCRIPTION OF REQUIREMENTS: Definitions: Project close-out is the term used to describe certain collective project requirements, indicating completion

More information

SITE-UTILITY SYSTEMS

SITE-UTILITY SYSTEMS CHAPTER 7 SITE-UTILITY SYSTEMS SECTION 701 GENERAL 701.1 Scope. This chapter shall govern the administration, design, construction, and inspection for a system of privately owned water and/or sewer mains

More information

Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan)

Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan) Oil and Gas Contractor QA/QC Plan Sample Selected pages (not a complete plan) Part 1: Project Specific Quality Plan Part 2: Quality Manual Part 3: Submittal Forms Part 4: Inspection Checklist Forms Contact:

More information