AGENDA DOCKET FORM. Assistant General Manager

Size: px
Start display at page:

Download "AGENDA DOCKET FORM. Assistant General Manager"

Transcription

1 ~ - CONTRA COSTA WATER DISTRICT Agenda Item No. Meeting Date: Resolution: 12. June 15, 2016 ( ) Yes (X) No AGENDA DOCKET FORM SUBJECT: REQUEST FOR GOODS AND SERVICES OVER $100,000 SUMMARY: The Board of Directors annually reviews and authorizes procurements of goods and services whose anticipated annual cost will exceed the General Manager's Board-delegated authority. A comprehensive list of vendors providing routine goods and services is prepared annually and presented to the Board prior to the beginning of the fiscal year so it can be authorized in a single action. The proposed list of goods and services for FYI 7, with individual not-to-exceed amounts and a second year option for FYI 8 at the District's sole discretion, is provided for the Board's consideration in Attachments 1 through 4. The vendors included on the list of goods and services for FYI 7 and FY18 were selected in accordance with the District's procurement policies and procedures as follows: Vendors Selected through Competitive Invitation to Bid (Attachment 1) - Invitations to Bid (ITB) are used for the procurement of goods and services where cost is the only basis for award. Bidders must meet minimum performance or materials specifications in order to be considered responsive. When possible, the District participates in contracts competitively bid by state, federal, or county governments. These contracts provide the lowest available costs to the District due to the purchasing power of the larger government entity. (Continued on page 2) FISCAL IMP ACT: The combined total of the not-to-exceed amounts for goods and services listed on Attachments 1 through 4 for FYI7 is $10,307,160 and for FY18 is $10,339,160. The adopted FYI 7-FYl 8 budget contains sufficient funding for these proposed procurements. RECOMMENDED ACTION: Authorize individual procurements for FYI 7 and FY18 routine goods and services for the not-to-exceed amounts listed on Attachments 1 through 4 at a total amount not to exceed $10,307,160 for FYI 7 and $10,339,160 for FYI 8. Desiree Castello Director of Finance Assistant General Manager JB/DC:dmg Attachments: 1) Vendors Selected Through Competitive 1TB; 2) Vendors Selected Through Ongoing Competitive ITB; 3) Vendors Selected Through Competitive RFP; 4) Vendors Selected Through Sole Source; 5) Explanations for Sole Source Contracts Over $100,000; 6) Justification for Contract Increases

2 Request for Goods and Services Over $100,000 June 15, 2016 Page 2 AGENDA DOCKET FORM SUMMARY (Continued from Page 1): Vendors Selected through Ongoing Competitive Invitations to Bid (Attachment 2) - The 1TB approach is also used for this category of vendors. However, in this case, the District anticipates purchasing a "market basket" of different items from these vendors, with multiple procw;ements occurring throughout the year. The bid for each "market basket" procurement is awarded to the vendor who provides the lowest cost responsive bid. Vendors Selected through Competitive Request for Proposal (Attachment 3) - The Request for Proposal (RFP) procurement process is used when evaluation criteria such as experience, subject matter knowledge, professional certifications, and ability to perform the scope of work are considered in addition to cost when selecting a vendor. This allows for cost and non-cost items to be identified and weighted in the selection process. Procurements utilizing this method are most often service related. Vendors Selected through Sole Source (Attachment 4) - Vendors providing goods and services on a sole source basis are normally proprietary in nature, or have unique and specific knowledge of a process or practice of the District. Vendors who are the only source for repair and replacement parts are common examples. Explanations for sole source awards over $100,000 are provided in Attachment 5. Attachment 6 provides explanations and justification for significant increases in contract awards. The total amount for each category of vendors included in the attached goods and services listing for FYI 7 and FY18 are summarized below. FY16 amounts are provided for comparative purposes. Competitive 1TB (Attachment 1) $4,212,000 $4,179,000 $4,201,000 Ongoing Competitive 1TB (Attachment 2) $1,454,500 $1,454,500 $1,454,500 Competitive RFP (Attachment 3) $3,311,000 $3,691,000 $3,701,000 Sole Source (Attachment 4) $975,480 $982,660 $982,660 Total $9,952,980 $10,307,160 $10,339,160

3 Attachment 1 VENDORS SELECTED THROUGH COMPETITIVE INVITATION TO BID Award Basis - Vendor Aquatic Environmental Approved Requested Requested Service Description Award Basis $ 185,000 $185,000 $185,000 Weed Harvesting Services Brannon Tire Chain Link Fence and Supply, Inc. CM Excavating Contra Costa Tractor Dell Computers DRS Marine Harris Blade/ Cresco/United Jeffco Painting $ 125,000 $128,000 $128,000 Light/Heavy Vehicle Tires & Tire Services $120,000 $120,000 $120,000 Fencing Materials $200,000 $200,000 $200,000 Aggregate Road Base $310,000 $310,000 $310,000 Tractor & Heavy Vehicle Maintenance $122,000 $122,000 $122,000 Computer Replacement $100,000 $191,500 $ 19 1,500 Diving Services $240,000 $294,500 $296,500 Equipment Rental $50,000 $135,000 $135,000 Painting Services Government Contract Joe Shaver Backhoe Joe Shaver Backhoe Office Depot Ricoh RunningM $100,000 $135,000 $135,000 Solids Loading & Haul (Randall-Bo Id) $245,000 $170,000 $ 170,000 Spoils Removal (Bollman) $175,000 $175,000 $175,000 Office Supplies $105,000 $105,000 $105,000 Copier Repair and Maintenance $135,000 $135,000 $135,000 Cyclone Fencing Services Government Contract County Govt. Contract Spur-X SpurX Sunrise Paving and Grading Target Specialty $255,000 $2 11,000 $218,000 Barb Wire Fencing Services $ 110,000 $170,000 $ 170,000 Firebreak Discing Road Grading Water Hauling $325,000 $325,000 $325,000 Paving, Slurry Seal and Striping Services $180,000 $180,000 $180,000 Herbicides Thomas Scientific/ VWR/ldexx Waxie Sanitary Supply $ 110,000 $1 19,000 $119,000 Laboratory Supplies $ 160,000 $160,000 $160,000 Janitorial Supplies Page 1 of2

4 Award Basis - Vendor Wayne E. Swisher Cement Western States Oil VENDORS SELECTED THROUGH COMPETITIVE INVITATION TO BID Approved Requested Requested Service Description $186,000 $186,000 $186,000 Concrete Replacement Services $674,000 $422,000 $435,000 Fuel Award Basis TOTAL $4,212,000 $4,179,000 $4,201,000 Page 2 of2

5 Attachment 2 VENDORS SELECTED THROUGH ONGOING COMPETITIVE INVITATION TO BID Award Basis - Vendor FY16 Amount Amount Description of Approved FY17 FY18 Products/Services Groeniger & Co/CV Industrial $650,000 $650,000 $650,000 Miscellaneous Brass Water Fergusson Water Works Works Materials, Backflow National Water Works Devices, and Repair Parts Pittsburg Winnelson General Plumbing Roberts and Brune American Backflow Specialties Pace/Corix/ Ace Hardware Groeniger & Co.I Lodi Iron $650,000 $650,000 $650,000 Miscellaneous Valves, Fergusson Water Works/Corix Fittings, and Materials Roberts & Brune / H D Supply Associated with Developer Hayward Pipe and Supply and District Repair Activities W.W. Grainger $154,500 $154,500 $154,500 Miscellaneous Hardware McMaster Carr Supplies Ace Hardware Home Depot/Roberts & Brune Orchard Supply Lowes/White Cap/Fastenal Old Hardware/General Plumbing M&L True Value Total $1,454,500 $1,454,500 $1,454,500 Page I of l

6 Attachment 3 VENDORS SELECTED THROUGH COMPETITIVE REQUEST FOR PROPOSAL Award Basis - Most Responsive Proposal Vendor Approved Requested Requested Service Description A ppleone/staffmg $135,000 $135,000 $135,000 Temporary Labor Services Solutions Badger Daylighting $100,000 $145,000 $145,000 Vacuum Excavation Bay Air $225,000 $230,000 $230,000 HV AC Services Customized Performance $250,000 $360,000 $370,000 Janitorial Services Dahl Beck Electric $625,000 $700,000 $700,000 Electric Motor Repairs Eurofins/BSK $151,000 $190,000 $190,000 Laboratory Analysis First Security Services $150,000 $150,000 $150,000 Security Services Hamilton $190,000 $163,000 $163,000 Tree Service & Weed Abatement Karl Needham $310,000 $300,000 $300,000 Solids De-watering Martech $650,000 $825,000 $825,000 Pump Maintenance Pressure Grout Company $200,000 $170,000 $170,000 Shocrete & Pressure Grout Services Roto Rooter $165,000 $163,000 $163,000 Canal Siphon & Vactor Truck Services Terra Care $160,000 $160,000 $160,000 Landscaping Services TOTAL $3,311,000 $3,691,000 $3,701,000 Page l of l

7 Attachment 4 Award Basis - Sole Source Justification VENDORSSELECTEDTHROUGHSOLESOURCE Vendor* Approved Requested Requested Service Description Badger Meter $250,000 $250,000 $250,000 Meter Replacement Oracle $ 155,000 $155,000 $155,000 Software Maintenance Sungard-BiTech $220,480 $227,660 $227,660 IFAS Software Support US Postal Service -Postmaster $350,000 $350,000 $350,000 Postage TOTAL $975,480 $982,660 $982,660 * Explanations for Sole Source Contracts over $ 100,000, with the exception of the U.S. Post Office, are provided on Attachment 5. Page 1 of I

8 EXPLANATIONS FOR SOLE SOURCE CONTRACTS OVER $100,000 Attachment 5 The District's Administrative Procedures X-4 and X-7 provide for the sole source procurement of contracts under certain circumstances. Examples include where a firm has unique and specific knowledge or bas completed a previous phase of the project; where compatibility of equipment, accessories or replacement parts is the paramount consideration; where public utility services are to be procured; where a sole supplier's item is needed for trial use or testing; where a used item is offered at a bargain price and subject to prior sale; or where a cooperative purchasing agreement has been developed with another public agency that utilized a competitive selection process. Provided below are explanations for sole source procurement requests of over $100,000 with the exception of the U.S. Post Office, which represents the District's anticipated postage expense for the upcoming year: Badger Meter - Sole source justification is based on the need to maintain compatibility of equipment and replacement parts. The District conducted a meter standardization study in April 2009, which included accuracy, durability, ease of use and cost. The results reaffirmed that Badger's meters best meet the District's requirements and were approved by the Board in June The District completed a similar evaluation in The meters were evaluated based on accuracy and reliability, cost, and other non-cost factors such as warranty and references. The Badger Meter was rated highest based on having the lowest price and the highest score for accuracy and reliability. The results were presented to the Board's Operations and Engineering (O&E) Committee in June The Committee agreed with the recommendation to establish Badger Meter as the standard positive displacement meter for the next ten years. Sole source approval is requested for the next two fiscal years. Continuing with a standard for positive displacement meters does not preclude or impact evaluation and potential implementation of advanced metering infrastructure (AMI) which could include electronic registers, leak detection warnings, automated meter readings, and user information technology. The District continues to evaluate this technology for future implementation. Oracle - Sole source justification is based on exclusive availability of Oracle software license and software maintenance agreements from the manufacturer in support of several District computerized business systems. Sungard-BiTech - Sole source justification is based on exclusive availability of software license and software maintenance agreements from the software manufacturer in support of the Dish ict's computerized financial information system (IF AS). The IF AS software was selected through a competitive procurement process in March To ensure reliable operation, an annual proprietary maintenance agreement is renewed with the software manufacturer, Sungard-BiTech. The financial information system is scheduled for upgrade in FY18, consistent with the District's Ten-Year Capital Improvement Plan. Page 1 of 1

9 JUSTIFICATION FOR SIGNIFICANT CONTRACT INCREASES Attachment 6 Badger Daylighting - Vacuum Excavation Services: Badger Daylighting excavator systems use water and vacuum technology to excavate through dirt and rocks to more safely expose water pipelines and underground utilities for repair work. The excavation equipment replaces handdigging, provides a more efficient process, and reduces the potential for worker injury. DRS Marine - Diving Services: The FYI 7 /FYI 8 authority accommodates the need for wet-well cleaning at the Old River Pump Station. Customized Performance - Janitorial Services: The increase facilitates improved efficiencies through the consolidation of services into the janitorial services contract, including carpet cleaning and the pilot-testing of outsourcing facilities maintenance services. Dahl-Beck Electric - Electric Motor Maintenance, Services and Replacement: The increase covers inflation and provides additional contract authority for on-site power system upgrades and retrofits, breaker and relay testing services, harmonic and protective relay studies, onsite or inshop repair services for electrical equipment, and emergency services for electrical equipment and wiring. Eurofins I BSK - Laboratory Analysis: The increase is needed to address expanded National Pollutant Discharge Elimination System (NPDES) monitoring, operational emergencies, and short tum-around times. The FYI 8 increase is associated with new Unregulated Contaminant Monitoring Rule (UCMR) 4 sampling requirements. Harris Blade/Cresco/United - Equipment Rental: The increase accommodates additional heavy equipment rental required to maintain the Bollman Water Treatment Plant (WTP) sludge lagoon and canal cleaning. Additional rental equipment is needed in support of the sludge lagoon pilot project underway at the Bollman WTP. In addition, the procedure for canal cleaning has been modified to provide added effectiveness and efficiencies by removing spoils at the time the sled runs are conducted, rather than subsequent to the work. Additional rental equipment is required to support movement of the sled and removal of the spoils. Jeffco Painting - Painting Services: The Rock Slough Fish Screen Improvements Project requires bird deterrent paint to be installed on the underside of the fish screen deck ( above the water surface) to prevent nesting of cliff swallows, a protected bird species. The paint will minimize impacts to District maintenance activities during the protected bird species nesting periods. The contract was also expanded to cover costs to perfonn replacement floor coatings at Pumping Plants 1, 2, and Safety Improvements. Martech - Pump Maintenance: The increase addresses labor and materials required to perform repairs and install mechanical and hydraulic modifications on the prototype and original rake heads at the Rock Slough Fish Screen structure. Spur X-Firebreak Discing, Road Grading, Water Hauling - The increase in budget authority is based on required annual fire discing at the mitigation lands and increased ponds management. The environmental permit for Los Vaqueros Reservoir requires the repair and rehabilitation of approximately eight ponds per year, throughout the facility, over the next few years. This requirement was added during FYI6. Pagel of l

AGENDA DOCKET FORM SUBJECT: AUTHORIZE AGREEMENT WITH TRM FOR COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM UPGRADE IMPLEMENTATION

AGENDA DOCKET FORM SUBJECT: AUTHORIZE AGREEMENT WITH TRM FOR COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM UPGRADE IMPLEMENTATION AGENDA DOCKET FORM Agenda Item No. 7 Meeting Date: September 5, 2018 Resolution: No SUBJECT: AUTHORIZE AGREEMENT WITH TRM FOR COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM UPGRADE IMPLEMENTATION SUMMARY:

More information

HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION

HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION HOW TO DO BUSINESS WITH FAYETTEVILLE PUBLIC WORKS COMMISSION Fayetteville Public Works Commission Procurement Department 955 Old Wilmington Road Fayetteville, North Carolina 28301 Getting Started Your

More information

WATER DISTRIBUTION WORKER I WATER DISTRIBUTION WORKER II

WATER DISTRIBUTION WORKER I WATER DISTRIBUTION WORKER II CITY OF ROSEVILLE WATER DISTRIBUTION WORKER I WATER DISTRIBUTION WORKER II DEFINITION To perform a variety of semi-skilled and skilled tasks in the construction, maintenance, and repair of water distribution

More information

COUNCIL AGENDA September 27, 2016 Financial Services Procurement Recommendations

COUNCIL AGENDA September 27, 2016 Financial Services Procurement Recommendations COUNCIL AGENDA September 27, 2016 Financial Services Procurement Recommendations ITEM # DEPARTMENT SUBJECT PROCUREMENT METHOD PROCUREMENT EXPLANATION APPROVAL AMOUNT VENDOR NAME A. Competitive Sealed Proposal

More information

CITY OF REEDLEY MAINTENANCE WORKER I MAINTENANCE WORKER II

CITY OF REEDLEY MAINTENANCE WORKER I MAINTENANCE WORKER II CITY OF REEDLEY MAINTENANCE WORKER I MAINTENANCE WORKER II DEFINITION Under immediate supervision (Maintenance Worker I), or general superv1s1on (Maintenance Worker II), to perform a variety of semi-skilled

More information

McDuff WTP High Service Pump Replacement

McDuff WTP High Service Pump Replacement T E C H N I C A L M E M O R A N D U M 642-03 MCDUFF WTP HIGH SERVICE PUMP REPLACEMENT 642-03 McDuff WTP High Service Pump Replacement PREPARED FOR: PREPARED BY: Capital Budget Planning Craig Jones DATE:

More information

Engineering Department

Engineering Department Engineering Department Stormwater Mission: To provide for the efficient and effective cleaning and repair of the stormwater collection system and implement the federally mandated Stormwater Pollution Prevention

More information

11. Construction processes and materials Power House Maintenance Building Fuel Treatment Building...

11. Construction processes and materials Power House Maintenance Building Fuel Treatment Building... Contents 11. Construction processes and materials... 11-2 11.1 Power House... 11-2 11.2 Maintenance Building... 11-2 11.3 Fuel Treatment Building... 11-3 11.4 Roads & Paths... 11-3 11.5 Fencing... 11-3

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

CHARLES COUNTY GOVERNMENT ITB NO WELL CONSTRUCTION (ST. PAUL S WELL/CLIFFTON WELL NO. 5)

CHARLES COUNTY GOVERNMENT ITB NO WELL CONSTRUCTION (ST. PAUL S WELL/CLIFFTON WELL NO. 5) CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 June 21, 2017 ITB NO. 17-39 WELL CONSTRUCTION (ST. PAUL S WELL/CLIFFTON WELL NO. 5)

More information

City of Fairfax, Virginia City Council Regular Meeting. Honorable Mayor and Members of Cfy ;ouncil Robert L. Sisson, City Manager /I.

City of Fairfax, Virginia City Council Regular Meeting. Honorable Mayor and Members of Cfy ;ouncil Robert L. Sisson, City Manager /I. City of Fairfax, Virginia City Council Regular Meeting Agenda Item #..,.,C:::o~Or!---!h~--- city Council Meeting q+----4-j/.-...:cx:l..-.>o?...~-/_,_j-=2=; r 1 TO: FROM: SUBJECT: ISSUE(S): SUMMARY: Honorable

More information

Capital Investment Plan (CIP) Quarterly report for period ending September 2015

Capital Investment Plan (CIP) Quarterly report for period ending September 2015 Report Group Capital Investment Plan (CIP) Quarterly report for period ending September 2015 Summary This report provides a summary of fiscal year accomplishments, capital expenditures to date, and updates

More information

WATERWORKS SERVICES WORKER I WATERWORKS SERVICES WORKER II WATERWORKS SERVICES WORKER III

WATERWORKS SERVICES WORKER I WATERWORKS SERVICES WORKER II WATERWORKS SERVICES WORKER III WATERWORKS SERVICES WORKER I WATERWORKS SERVICES WORKER II WATERWORKS SERVICES WORKER III Class specifications are intended to present a descriptive list of the range of duties performed by employees in

More information

South Interceptor 3 rd Street Rehabilitation Phase 2

South Interceptor 3 rd Street Rehabilitation Phase 2 South Interceptor 3 rd Street Rehabilitation Phase 2 Planning Committee September 11, 2018 Agenda Background Project Scope Rehabilitation Method Schedule Potential Impacts and Mitigation Community Outreach

More information

Norwood High Service Pump Replacement

Norwood High Service Pump Replacement T E C H N I C A L M E M O R A N D U M 737-02 NORWOOD HIGH SERVICE PUMP REPLACEMENT 737-02 Norwood High Service Pump Replacement PREPARED FOR: JEA Planning PREPARED BY: Joshua M. Brown DATE: February 2017

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

P U R C H A S I N G D E P A R T M E N T K R I S T E N J. S P I C O L A, CPPB A N N U A L R E P O R T P U R C H A S I N G A G E N T

P U R C H A S I N G D E P A R T M E N T K R I S T E N J. S P I C O L A, CPPB A N N U A L R E P O R T P U R C H A S I N G A G E N T P U R C H A S I N G D E P A R T M E N T A N N U A L R E P O R T K R I S T E N J. S P I C O L A, CPPB P U R C H A S I N G A G E N T The mission of the Purchasing Department of the Board of Water Works of

More information

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion

City of Tacoma Tacoma Public Utilities Tacoma Power. REQUEST FOR BIDS PG F Alder Lake Park Sewage Treatment Expansion City of Tacoma Tacoma Public Utilities Tacoma Power REQUEST FOR BIDS PG14-0667F Alder Lake Park Sewage Treatment Expansion Submittal Deadline: 11:00 a.m., Pacific Time, Tuesday, April 14, 2015 Submittal

More information

Ten Year Capital Improvement Program. For Fiscal Years

Ten Year Capital Improvement Program. For Fiscal Years Ten Year Capital Improvement Program For Fiscal Years 2017-2026 Contra Costa Water District Ten-Year Capital Improvement Program For Fiscal Years 2017-2026 Board of Directors Joseph L. Campbell, President

More information

1. FROM (Bidder): (Name)

1. FROM (Bidder): (Name) Tender No. [ ] Tender Forms Page 1 1. FROM (Bidder): (Name) (Address) TO: Alberta Transportation, Strategic Procurement Branch Main Floor, Twin Atria Building 4999 Avenue 5000 Edmonton, Alberta, T6B 2X3

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

PURCHASING BUT DIDN T KNOW TO ASK

PURCHASING BUT DIDN T KNOW TO ASK EVERYTHING YOU WANTED TO KNOW ABOUT PURCHASING BUT DIDN T KNOW TO ASK Presenters Karl H. Kuespert, C.P.M. Director, Purchasing Department Franklin County Agenda Purchases under $50,000 Direct Purchases

More information

DC WATER CAPITAL IMPROVEMENT PROGRAM (CIP)

DC WATER CAPITAL IMPROVEMENT PROGRAM (CIP) DC WATER CAPITAL IMPROVEMENT PROGRAM (CIP) District of Columbia Water and Sewer Authority of Maryland Thursday, April 7, 2016 George S. Hawkins, General Manager Presented by: Liliana Maldonado, Director,

More information

CITY OF BRISBANE PUBLIC WORKS MAINTENANCE TEAM LEADER

CITY OF BRISBANE PUBLIC WORKS MAINTENANCE TEAM LEADER CITY OF BRISBANE PUBLIC WORKS MAINTENANCE TEAM LEADER Definition Under general supervision of the Public Works Superintendent, Public Works Supervisor, or, Director of Public Works/City Engineer, supervises

More information

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS Project Name: Address: Owner: Phone/Fax/Email: Architect / General Contractor Name: : BID DEADLINE DATE: SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME:

More information

CONSTRUCTION PROGRESS UPDATE GRAND FORKS REGIONAL WATER TREATMENT PLANT

CONSTRUCTION PROGRESS UPDATE GRAND FORKS REGIONAL WATER TREATMENT PLANT CONSTRUCTION PROGRESS UPDATE GRAND FORKS REGIONAL WATER TREATMENT PLANT PERIOD: March 21, 2017 through April 27, 2017 City Project No.: 7293 AE2S Project No.: Prepared for: P00105-2007-006 City of Grand

More information

Ordinances of the Plainview Water District Town of Oyster Bay, Nassau County, New York ARTICLE VII CONTROL OF BACKFLOW AND CROSS-CONNECTIONS

Ordinances of the Plainview Water District Town of Oyster Bay, Nassau County, New York ARTICLE VII CONTROL OF BACKFLOW AND CROSS-CONNECTIONS ARTICLE VII CONTROL OF BACKFLOW AND CROSS-CONNECTIONS Section 7.1 STATEMENT OF POLICY It is the policy of the Water District to protect the public water system by containing potential contamination within

More information

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements

More information

NOMINATION FORM. Director, State Purchasing. Department of Management Services. Division of State Purchasing. Zip: Phone: (850)

NOMINATION FORM. Director, State Purchasing. Department of Management Services. Division of State Purchasing. Zip: Phone: (850) NOMINATION FORM Title of Nomination: Project/System Manager: Job Title: Agency: Department: Address: City: State: MyFloridaMarketPlace Fred Springer Director, State Purchasing Department of Management

More information

INTEROFFICE MEMORANDUM

INTEROFFICE MEMORANDUM INTEROFFICE MEMORANDUM DATE: February 3, 2011 TO: Public Works Commission FROM: Heather Mink, Support Systems Manager SUBJECT: FY 2012 and 2013 CIP and Equipment Budget Recommendations ISSUE The attached

More information

AGENDA. ENGINEERING COMMITTEE MEETING LEUCADIA WASTEWATER DISTRICT Tuesday, November 7, :30 a.m La Costa Avenue, Carlsbad, CA 92009

AGENDA. ENGINEERING COMMITTEE MEETING LEUCADIA WASTEWATER DISTRICT Tuesday, November 7, :30 a.m La Costa Avenue, Carlsbad, CA 92009 Ref: 18-6017 AGENDA ENGINEERING COMMITTEE MEETING LEUCADIA WASTEWATER DISTRICT Tuesday, November 7, 2017-8:30 a.m. 1960 La Costa Avenue, Carlsbad, CA 92009 1. Call to Order 2. Roll Call 3. Public Comment

More information

SECTION STORMWATER POLLUTION PREVENTION

SECTION STORMWATER POLLUTION PREVENTION PART 1 - GENERAL 1.01 WORK INCLUDED SECTION 02133 STORMWATER POLLUTION PREVENTION A. Prohibit illicit discharge (non-rainwater) into the storm drain system. B. Construct any and all necessary systems to

More information

TUOLUMNE UTILITIES DISTRICT FY 18 CAPITAL IMPROVEMENT PROGRAM STATUS-AT-A-GLANCE AS OF OCTOBER 24, 2017

TUOLUMNE UTILITIES DISTRICT FY 18 CAPITAL IMPROVEMENT PROGRAM STATUS-AT-A-GLANCE AS OF OCTOBER 24, 2017 FY 18 CAPITAL IMPROVEMENT PRORAM STATUS-AT-A-LANCE AS OF OCTOBER 24, 2017 Water Sewer Phoenix Dam Improvements-Phase 1 1 Scope of work for improvements to Phoenix Lake Dam in accordance with annual Division

More information

Construction Worker I / II / III Ranges 13, 15, 17

Construction Worker I / II / III Ranges 13, 15, 17 Calaveras County Water District May 2012 Construction Worker I / II / III Ranges 13, 15, 17 DEFINITION Under general supervision, performs new construction, repair, installation, preventive and corrective

More information

ATTACHMENT AA, DETAILED SCOPE OF WORK DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES

ATTACHMENT AA, DETAILED SCOPE OF WORK DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES DISTRICTWIDE RIGHT OF WAY PROPERTY DEMOLITION SERVICES 1.0 Structures Structures are buildings, including attached improvements, which could primarily be used as a residential dwelling or for commercial,

More information

ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL

ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL ATTACHMENT AA DETAILED SCOPE OF WORK DEMOLITION AND REMOVAL 1.0 Structures Structures are buildings, including attached improvements, which could primarily be used as a residential dwelling or for commercial,

More information

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT

EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT EAST CENTRAL REGIONAL WATER RECLAMATION FACILITY PROCESS WATER SYSTEM PROJECT Addendum No. 2 Attachment B Contract Document Revisions Specifications: TABLE OF CONTENTS ADDENDUM NO. 2 Attachment B Contract

More information

Reclamation Manual Design Data Collection Guidelines Chapter 5 Typical Design Data Package Template

Reclamation Manual Design Data Collection Guidelines Chapter 5 Typical Design Data Package Template Reclamation Manual The Introduction (Chapter 1) for these design data collection guidelines contains additional information concerning: preparing a design data collection request, design data collection

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

City of Dallas Drought Update. Dallas Water Utilities February 1, 2012

City of Dallas Drought Update. Dallas Water Utilities February 1, 2012 City of Dallas Drought Update Dallas Water Utilities February 1, 2012 Purpose This briefing provides an overview of the ongoing drought weather conditions and its impact on Dallas water supply and other

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

Job Order Contracting Industry Information Session

Job Order Contracting Industry Information Session Job Order Contracting Industry Information Session DECEMBER 9, 2013 1 Agenda JOC Overview Benefits of JOC to Contractors JOC Contract Documents JOC Process JOC Management Software Understanding the CTC

More information

Metropolitan District Commission

Metropolitan District Commission Metropolitan District Commission Hartford Procurement Department How to Business with the MDC June 4, 2014 Metropolitan District Commission The Metropolitan District (MDC) is a non-profit municipal corporation

More information

MAINTENANCE WORKER I MAINTENANCE WORKER II LEAD MAINTENANCE WORKER

MAINTENANCE WORKER I MAINTENANCE WORKER II LEAD MAINTENANCE WORKER MAINTENANCE WORKER I MAINTENANCE WORKER II LEAD MAINTENANCE WORKER Maintenance Worker I Range 18 - $34,134.57 $43,565.32 Annually $16.41 - $20.94 Hourly Maintenance Worker II Range 21 - $39,515.03 $50,432.31

More information

PROPOSED REGULATION OF THE STATE CONTRACTORS BOARD. LCB File No. R May 14, Section 1. NAC is hereby amended to read as follows:

PROPOSED REGULATION OF THE STATE CONTRACTORS BOARD. LCB File No. R May 14, Section 1. NAC is hereby amended to read as follows: PROPOSED REGULATION OF THE STATE CONTRACTORS BOARD LCB File No. R090-08 May 14, 2008 EXPLANATION Matter in italics is new; matter in brackets [omitted material] is material to be omitted. AUTHORITY: 1,

More information

UPPER MILFORD TOWNSHIP DIRECTIONS TO APPLICANTS PUBLIC WORKS MAINTENANCE WORKER. General Description of Duties: Duties and Responsibilities:

UPPER MILFORD TOWNSHIP DIRECTIONS TO APPLICANTS PUBLIC WORKS MAINTENANCE WORKER. General Description of Duties: Duties and Responsibilities: UPPER MILFORD TOWNSHIP DIRECTIONS TO APPLICANTS PUBLIC WORKS MAINTENANCE WORKER Upper Milford Township, Lehigh County, PA, is accepting applications for the position of a Public Works Maintenance Worker.

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

SECTION 807 PUMP STATION REHABILITATION

SECTION 807 PUMP STATION REHABILITATION SECTION 807 PUMP STATION REHABILITATION 807-1 DESCRIPTION: Rehabilitation of pump stations shall be defined as the cleaning, removal, repair and/or replacement of any and/or all components including but

More information

Prequalification Form

Prequalification Form 1.0 General Information Date: 1.1 Name of Firm _ County Telephone Toll Free Fax Website _ for Bid Purposes: Name Phone 1.2 Legal Identity: Sole Proprietorship Partnership Corporation Limited Liability

More information

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,

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

PUBLIC WORKS MAINTENANCE WORKER I/II/III

PUBLIC WORKS MAINTENANCE WORKER I/II/III JUNE 2013 I. Position Identification: A) Title: Public Works Maintenance Worker I/II/III B) Bargaining Unit: Public Employees Union, Local #1 C) Customary Work Hours: 7:00 a.m. until 3:30 p.m. D) Customary

More information

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington

Franklin Hall Renovation TABLE OF Document Indiana University Bloomington VPS Project No. 2013022.00 Page 1 SPECIFICATIONS VOLUME I INTRODUCTORY INFORMATION Document 000010 - Table of Contents... 6 Document 000011 - Certification and Seals... 2 Document 000012 - Project Directory...

More information

ORDINANCE NO Ordinance styled:

ORDINANCE NO Ordinance styled: ORDINANCE NO. 188-17 AN ORDINANCE OF THE CITY OF COLUMBUS, TEXAS, AMENDING CHAPTER 14 ZONING, DIVISION 3 DISTRICT REGULATIONS, BY ADDITION OF PART X DISTRICT CCO, COMMERCIAL CORRIDOR OVERLAY DISTRICT.

More information

MOHAWK VALLEY WATER AUTHORITY PROCUREMENT POLICIES AND PROCEDURES

MOHAWK VALLEY WATER AUTHORITY PROCUREMENT POLICIES AND PROCEDURES MOHAWK VALLEY WATER AUTHORITY OVERVIEW PROCUREMENT POLICIES AND PROCEDURES Original Approval: October 25, 1999 Revised: April 20, 2009 2 nd Revision: August 17, 2009 It is the intention of the Mohawk Valley

More information

CONTRA COSTA WATER DISTRICT. Treated and Untreated Water Rate Study

CONTRA COSTA WATER DISTRICT. Treated and Untreated Water Rate Study CONTRA COSTA WATER DISTRICT Treated and Untreated Water Rate Study Final Report / December 2018 December 21, 2018 Mr. Jerry Brown General Manager Contra Costa Water District 1331 Concord Avenue Concord,

More information

PROJECT SPECIFICATIONS

PROJECT SPECIFICATIONS PROJECT SPECIFICATIONS CITY OF PORTLAND BUREAU OF ENVIRONMENTAL SERVICES PROJECT SPECIFICATIONS FOR ANKENY PUMP STATION UPGRADE BES project number E07833 STANDARD REQUIREMENTS (DIVISION 0) GENERAL REQUIREMENTS

More information

CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum

CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: May 2, 2013 Resolution 33, 2013 Subject/Agenda Item: Contract Award to Stahlman-England Irrigation, Inc. to replace the irrigation

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA SECTION 000010 INVITATION FOR BIDS Bids for will be received in the office of Church Development Construction Services, 708 S. Rosemont Road, Suite #101,, until 12:00 noon Local Prevailing Time on Friday,

More information

Wastewater Collection System Infrastructure Condition Update

Wastewater Collection System Infrastructure Condition Update Wastewater Collection System Infrastructure Condition Update Planning Committee May 12, 2015 Agenda Background Condition Assessment Findings Gravity Interceptors Force Mains Pump Stations Phased Capital

More information

POSITION DESCRIPTION. Class Title: Turf and Ornamental Specialist Grade Number: 56 Department: Parks Date: 11/13/08

POSITION DESCRIPTION. Class Title: Turf and Ornamental Specialist Grade Number: 56 Department: Parks Date: 11/13/08 POSITION DESCRIPTION Class Title: Turf and Ornamental Specialist Grade Number: 56 Department: Parks Date: 11/13/08 GENERAL PURPOSE Performs a variety of skilled and semi-skilled work in the coordination,

More information

Division 00 Procurement and Contracting Requirements

Division 00 Procurement and Contracting Requirements SECTION 00 01 10 TABLE OF CONTENTS Division SECTION NO. VOLUME ONE Title SECTION TITLE Division 00 Procurement and Contracting Requirements 00 11 00 Invitation to Bidders 00 21 00 Instructions to Bidders

More information

Scope of Work Bid Package C-4 - West Polished Concrete

Scope of Work Bid Package C-4 - West Polished Concrete Scope of Work Bid Package C-4 - West Polished Concrete CONTRACT DOCUMENTS and REQUIREMENTS The Work of this Agreement shall include but shall not be limited to all labor, fringe benefits, materials, tools,

More information

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017

Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Texas Tech University Health Sciences Campus - MSBII Supplemental Bid Instructions March 3, 2017 Plumbing - 220000 Without limiting the application of all of the Contract Documents to the Subcontract,

More information

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor April 9, :30 a.m.

AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor April 9, :30 a.m. AGENDA Regular Commission Meeting Port of Portland Headquarters 7200 N.E. Airport Way, 8 th Floor 9:30 a.m. Minutes Approval of Minutes: Regular Commission Meeting March 12, 2014 Executive Director Approval

More information

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community HOUSING AUTHORITY OF THE COUNTY OF SAN BERNARDINO PROCUREMENT AND CONTRACTS DEPARTMENT 715 E. BRIER DRIVE, SAN BERNARDINO, CA 92408 (909) 890-0644 FAX (909) 890-2349 http://www.hacsb.com/procurement.htm

More information

Engineering Standard Minimum Checklist

Engineering Standard Minimum Checklist Collier County Planning and Zoning Engineering Standard Minimum Checklist Engineering Stormwater, Utilities, and Engineering Transportation Engineering Stormwater Standard Minimum Checklist Please be advised:

More information

City of Palo Alto (ID # 4369) City Council Staff Report

City of Palo Alto (ID # 4369) City Council Staff Report City of Palo Alto (ID # 4369) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/13/2014 Summary Title: Seismic Upgrade Project Amendment #1 w/ URS Title: Approval of Amendment Number

More information

SECTION ALTERNATES

SECTION ALTERNATES SECTION 01 23 00 - ALTERNATES 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

REQUEST FOR SEALED BIDS No

REQUEST FOR SEALED BIDS No REQUEST FOR SEALED BIDS No. 2018-013 Project: Granger Site Development Phase 2 Issued: December 19, 2018 CONTENTS Section 1. Bid Announcement and General Information Section 2. Bid Specifications and Bid

More information

Tilt-up structures shall encompass structures that have been constructed with concrete pre-formed construction.

Tilt-up structures shall encompass structures that have been constructed with concrete pre-formed construction. SUPPLEMENTAL SCOPE OF WORK DEMOLITION AND REMOVAL 1. Structures Structures are buildings, including attached improvements, which could primarily be used as a residential dwelling or for commercial, industrial

More information

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations Project Update Project Update September 8, 2006 January 06, 2010 Project Manager Project Manager Anibal Caussade Dennis Bonny Field Coordinator Field Coordinator Bud Ball Paul Friel Project Budget Project

More information

Business Plan: Drinking Water Supply

Business Plan: Drinking Water Supply Business Plan: Drinking Water Supply How does this service contribute to the results identified in the City of London Strategic Plan? A Sustainable Infrastructure Compliance with all regulatory requirements

More information

8.10 ITB Fixed Price Fence Bid, presented by Vince Windham, Program Director, Purchasing, and recommended by the Superintendent for approval.

8.10 ITB Fixed Price Fence Bid, presented by Vince Windham, Program Director, Purchasing, and recommended by the Superintendent for approval. BoardDocs Pro Page 1 of2 Agenda Item Details Meeting Jul 09, 2018 - Regular Meeting Category Subject Access Type Fiscal Impact Budgeted Budget Source 8. Consent Agenda 8.10 ITB 18-18 Fixed Price Bid, presented

More information

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project:

Invitation to Bid. RLS Construction Group requests your firm to submit a quotation on the following project: RLS CONSTRUCTION GROUP Phone: 717-502-6680 Fax: 717-502-6681 www.rlscg.com Invitation to Bid RLS Construction Group requests your firm to submit a quotation on the following project: Project: Location:

More information

JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION

JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION JOB ORDER CONTRACTING INFORMATIONAL PRESENTATION FOR PROSPECTIVE SANDAG CONTRACTORS March 2, 2016 1 WELCOME & INTRODUCTIONS 2 AGENDA Overview of Job Order Contracting (JOC) SANDAG s JOC Program SANDAG

More information

8367 TRANSPORTATION WORKER 3

8367 TRANSPORTATION WORKER 3 TRANSPTATION WKER 3 Nature of Work Under limited supervision, at the journey level performs skilled work in the construction and maintenance of highways, related buildings and structures, and erecting

More information

CEAA ENVIRONMENTAL ENVIRONMENTAL IMPACT ASSESSMENT AMBASSADOR BRIDGE ENHANCEMENT PROJECT. Replacement Span and Plaza Expansion APPENDIX E

CEAA ENVIRONMENTAL ENVIRONMENTAL IMPACT ASSESSMENT AMBASSADOR BRIDGE ENHANCEMENT PROJECT. Replacement Span and Plaza Expansion APPENDIX E Ambassador Bridge Enhancement Project CEAA ENVIRONMENTAL ENVIRONMENTAL IMPACT ASSESSMENT AMBASSADOR BRIDGE ENHANCEMENT PROJECT Replacement Span and Plaza Expansion APPENDIX E DRAFT EROSION AND SEDIMENT

More information

RFP Questions and Answers 1 (Pre-Bid Meeting)

RFP Questions and Answers 1 (Pre-Bid Meeting) RFP 40860 Questions and Answers 1 (Pre-Bid Meeting) Amendment to Page 8 of 99 of the Proposal for RFQ 40860 to change from 120 days stated to 270 days for completion of project. Clarifications of drawings:

More information

WATER AND SEWER CAPACITY FEE STUDY

WATER AND SEWER CAPACITY FEE STUDY DRAFT WATER AND SEWER CAPACITY FEE STUDY MCKINLEYVILLE COMMUNITY SERVICES DISTRICT APRIL 4, 2011 OVERVIEW McKinleyville Community Services District (the District) retained Willdan to prepare a capacity

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

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION Section 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Invitation

More information

City of Naples. Utilities Department Operation and Maintenance Budgets Fiscal Year Water & Sewer Solid Waste Equipment Services

City of Naples. Utilities Department Operation and Maintenance Budgets Fiscal Year Water & Sewer Solid Waste Equipment Services City of Naples Water & Sewer Solid Waste Equipment Services Utilities Department Operation and Maintenance Budgets Fiscal Year 2016-17 August 15, 2016 Water and Sewer Fund Total department expenses $21,859,133

More information

ARRANGE FOR INSPECTION FORTY-EIGHT HOURS IN ADVANCE

ARRANGE FOR INSPECTION FORTY-EIGHT HOURS IN ADVANCE THE CONSOLIDATED MUTUAL WATER COMPANY 12700 WEST 27 TH AVENUE, LAKEWOOD, COLORADO 80215 (303) 238-0451 RESIDENTIAL SPECIFICATIONS for 3/4-INCH WATER SERVICE METER PIT SETTING ARRANGE FOR INSPECTION FORTY-EIGHT

More information

Infrastructure Asset Management in Action at Onondaga County Department of Water Environment Protection (WEP)

Infrastructure Asset Management in Action at Onondaga County Department of Water Environment Protection (WEP) Infrastructure Asset Management in Action at Onondaga County Department of Water Environment Protection (WEP) Onondaga County Department of Water Environment Protection June 2016 Joanne M. Mahoney County

More information

PAULDING COLLEGE & CAREER ACADEMY

PAULDING COLLEGE & CAREER ACADEMY PAULDING COLLEGE & CAREER ACADEMY 000110 OF THE PROJECT MANUAL FOR THE CONSTRUCTION OF: PAULDING COLLEGE & CAREER ACADEMY DALLAS, GEORGIA DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 TITLE

More information

Site C Clean Energy Project. Monthly Environmental Monitoring Summary Report - February 2017

Site C Clean Energy Project. Monthly Environmental Monitoring Summary Report - February 2017 Site C Clean Energy Project Monthly Environmental Monitoring Summary Report - February 2017 Prepared by BC Hydro Submitted May 8, 2017 Page 1 of 17 Table of Contents Introduction... 4 Project Progress...

More information

CHAPTER 8 CAPITAL IMPROVEMENT PLAN

CHAPTER 8 CAPITAL IMPROVEMENT PLAN INTRODUCTION CHAPTER 8 CAPITAL IMPROVEMENT PLAN This chapter presents a 10-year Capital Improvement Plan (CIP). Wastewater capital improvements have been scheduled and prioritized on the basis of growth,

More information

Missouri American Water Cross Connection Control Program

Missouri American Water Cross Connection Control Program Missouri American Water Cross Connection Control Program January 2015 INDEX Page SECTION I SECTION II SECTION III PURPOSE....1 DEFINITIONS....2 BACKFLOW PROTECTION REQUIREMENTS....5 SECTION IV BACKFLOW

More information

SOUTH COAST WATER DISTRICT CAPITAL PROJECT SUMMARY SHEET Project Name: Disaster Recovery at DHTC CIP No.: Project Manager: Bryon Black

SOUTH COAST WATER DISTRICT CAPITAL PROJECT SUMMARY SHEET Project Name: Disaster Recovery at DHTC CIP No.: Project Manager: Bryon Black Project Name: Disaster Recovery at DHTC CIP No.: 13280 Procurement of capital equipment for the IT installation located at the Dana Hills Tennis Center (DHTC) Facility. This will facilitate the ability

More information

GENERAL NOTES REQUIRED NOTES ON ALL PLANS

GENERAL NOTES REQUIRED NOTES ON ALL PLANS GENERAL NOTES REQUIRED NOTES ON ALL PLANS ALL MATERIALS, WORKMANSHIP AND CONSTRUCTION SHALL CONFORM TO THE CURRENT CITY OF SANTA ROSA DESIGN AND CONSTRICTIOIN STANDARDS AND CONSTRUCTION SPECIFICATIONS

More information

ATTACHMENT AA DETAILED SCOPE OF WORK

ATTACHMENT AA DETAILED SCOPE OF WORK 1.0 Structures ATTACHMENT AA DETAILED SCOPE OF WORK Demolition & Removal Services for Crosstown Parkway from Manth Lane to SR 5/US 1 Structures are buildings, including attached improvements, which could

More information

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING

ADDENDUM No. 2. ITB No WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING ADDENDUM No. 2 ITB No. 4561 WTP LIME RESIDUAL REMOVAL CONTRACT No. 2 DREDGING AND HAULING Bids Due: February 4, 2019 at 2:00 P.M. (Local Time) The following changes, additions, and/or deletions shall be

More information

Step 1. Determine if a Small Utility GESC Permit is Applicable and if a Project Specific GESC Plan is Required.

Step 1. Determine if a Small Utility GESC Permit is Applicable and if a Project Specific GESC Plan is Required. Overview of Section 9 9.0 The GESC Permit Section provides a description of the Small Utility GESC Permit Program. Step 1. Determine if a GESC Permit is Applicable and if a Project Specific GESC Plan is

More information

ARRANGE FOR INSPECTION FORTY-EIGHT HOURS IN ADVANCE

ARRANGE FOR INSPECTION FORTY-EIGHT HOURS IN ADVANCE THE CONSOLIDATED MUTUAL WATER COMPANY 12700 WEST 27 TH AVENUE, LAKEWOOD, COLORADO 80215 (303) 238-0451 RESIDENTIAL SPECIFICATIONS for 1-INCH WATER SERVICE METER PIT SETTING ARRANGE FOR INSPECTION FORTY-EIGHT

More information

EL DORADO IRRIGATION DISTRICT

EL DORADO IRRIGATION DISTRICT EL DORADO IRRIGATION DISTRICT Per Administrative Regulation 5021 Cross-Connection Control and Prevention of Backflow Program Prepared by Environmental Division of the Engineering Department Revised November

More information

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:]

[ADD / DELETE / MODIFY FOLLOWING ITEMS AS APPROPRIATE TO THE PROJECT:] SECTION 14 - REMOVALS 14-1 GENERAL This item shall consist of removing, [salvaging], [abandoning,] [stockpiling] and/or disposing of existing [pavements,] [asphalt-treated bases (ATB),] [cement-treated

More information

AGENDA Board Meeting NEW JERSEY TURNPIKE AUTHORITY May 22, 2018

AGENDA Board Meeting NEW JERSEY TURNPIKE AUTHORITY May 22, 2018 Board Meeting NEW JERSEY TURNPIKE AUTHORITY May 22, 2018 Diane Gutierrez-Scaccetti, Chair John M. Keller, Executive Director May 22, 2018 (Tuesday) 9:00 A.M. Diane Gutierrez-Scaccetti Ronald Gravino Michael

More information