2012 WASTEWATER PROJECTS

Size: px
Start display at page:

Download "2012 WASTEWATER PROJECTS"

Transcription

1 WASTEWATER PROJECTS 1

2 PROJECT NAME TABLE 1b - Wastewater Projects PROJECT STATUS SUMMARY UP PROJECT NUMBER PROJECT PHASE PERCENT COMPLETION Ocean Outfall Rule Change (Pilot) Design 10% Headworks Rehabilitation (Design) Design 90% Headworks Rehabilitation (Structural Repairs) A Pre-Construction 15% Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Pre-Construction) Pre-Construction 10% Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (CMS) CMS 10% Effluent Pump Station - Gravity Disposal (Construction) Construction 90% Injection Well Mechanical Integrity Test (Construction) Construction 100% Injection Well Mechanical Integrity Test (Design/CMS) Design/CMS 51% PROJECT NAME TABLE 2b - WASTEWATER PROJECTS SUMMARY OF COSTS ACCRUED TO PROJECT FUNDING SOURCE AUTHORIZATION COST-TO- Ocean Outfall Rule Change (Pilot) $2,980, $209, Headworks Rehabilitation (Design) RRI $434, $417, Headworks Rehabilitation (Structural Repairs) A RRI $416, $23, Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Construction) RRI $1,369, $173, Clarifiers 5 through 8 - Flow Distribution Box Rehabilitation (Design) RRI $109, $18, Effluent Pump Station - Gravity Disposal (Construction) RRI $247, $172, Injection Well Mechanical Integrity Test (Construction) Bond $63, $63, Injection Well Mechanical Integrity Test (Design/CMS) Bond $24, $24, Total $2,665, $894,

3 Ocean Outfall Rule Change Pilot Study Project Number: The Ocean Outfall Rule Change requires elimination of the ocean outfall disposal at the Southern Regional Wastewater Treatment Plant (SRWWTP) and expansion of effluent reuse in City of Hollywood to 60% of the baseline outfall flow by the year Design and Implementation of an Effluent Recharge Treatment Pilot Study includes effluent treatment pilot test design, permit and equipment procurement, effluent treatment pilot system construction and operation, test data collection, analyses, and preparing study report. The goal of this project is to develop and submit a detailed plan to meet the requirements of the Ocean Outfall Rule Change, based on all testing data, by no later that July 1, City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Hazen and Sawyer, P.C. Contractor: PROJECT STATUS UP: Authorization to Proceed was issued on August 20, H&S is installing pilot system and it is expected to start the test on January 29, Authorization to Proceed: August 20, days Completion: March 13, 2013 Percent Completion: 10% Original Contract Amount: $2,980, Am endments: $0.00 Current Contract: $2,980, Invoices Paid (YTD): $209, Invoices Paid (ITD): $209, Balance to Finish: $2,771, PAYMENT SCHEDULE $2,980, /28/ $69, $2,911, /4/ $33, $2,877, /26/ $51, $2,826, /12/ $54, $2,771,

4 Headworks Upgrade Project Number: The scope of the project is to fully rehabilitate the existing Bar Screen and Grit Removal Facility located at the Hollywood Southern Regional Wastewater Treatment Plant due to severe deterioration of the concrete and the reinforcing steel in the combined discharged channel of the screen chamber including the north, east and west walls, ceiling and roof beams and due to deterioration of existing bar screens and mechanical components. City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer, P.C. PROJECT STATUS UP: Hazen and Sawyer continues design efforts for this project. Design is approximately 95% complete. H&S is finalizing bidding documents. FDEP and Broward County confirmed that no permits are necessary for the implementation of the project. Project is being advertised. Authorization to Proceed: February 1, days Completion: December 31, 2012 Percent Completion: 90% Original Contract Amount: $409, Amendments: $24, Current Contract: $409, Invoices Paid (YTD): $417, Invoices Paid (ITD): $417, Balance to Finish: $17, PAYMENT SCHEDULE $434, /21/ $23, $411, /14/ $20, $390, /30/ $19, $371, /28/ $57, $313, /27/ $76, $236, /22/ $57, $178, /28/ $115, $63, /4/ $19, $44, /26/ $2, $41, /12/ $24, $17,

5 Headworks Upgrade - Structural Project Number: A The scope is to perform structural rehabilitation to the existing Bar Screen Chamber located at the Hollywood Southern Regional Wastewater Treatment Plant due to severe deterioration of the concrete and the reinforcing steel. City Project Number: A Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer, P.C. Exeletech Coating & Applications, LLC PROJECT STATUS UP: Notice to Proceed was issued on October 10, Rehabilitation work started on December 12, The work was suspended due to safety concern on top slab and structural beam in inlet box. City is arranging shoring and design of restoration for slab and beam. Notice to Proceed: October 10, days Completion: February 11, 2012 Percent Completion: 15% Original Contract Amount: $416, Change Orders: $0.00 Current Contract: $416, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $23, Balance to Finish: $392, PAYMENT SCHEDULE $416, /12/ $23, $392,

6 Clarifiers 5 through 8 Flow Distribution box Rehabilitation The scope of this project is full structural and mechanical. Rehabilitation of the existing Flow Distribution Box (FDB) connecting Clarifiers 5 through 8. The FDB was built in 1990 and is in need of extensive repairs. This project also involves replacement of existing transfer pumps. Project Number: City Project Number: Work Order No.: Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer The Poole and Kent Company PROJECT STATUS UP: Pre-construction meeting was held on November 8, Existing pumps were removed from structural rehabilitation. Cell connected to clarifier 6 was drained for rehabilitation. Notice to Proceed: Completion: Percent Completion: 10% Original Contract Amount: $1,369, Change Orders: $0.00 Current Contract: $1,369, Work Completed: $192, Retainage: $19, Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $173, Balance to Finish: $1,195, PAYMENT SCHEDULE $1,369, /7/ $173, $1,195,

7 Clarifiers 5 through 8 Flow Distribution box Rehabilitation The scope of this project is full structural and mechanical. Rehabilitation of the existing Flow Distribution Box (FDB) connecting Clarifiers 5 through 8. The FDB was built in 1990 and is in need of extensive repairs. This project also involves replacement of existing transfer pumps. Project Number: City Project Number: R Work Order No.: H&S Jeff Jiang, P.E. Consultant: Contractor: Hazen and Sawyer The Poole and Kent Company PROJECT STATUS UP: Pre-construction meeting was held on November 8, Existing pumps were removed from structural rehabilitation. Cell connected to clarifier 6 was drained for rehabilitation.. (H&S) Authorization to Proceed: 300 days Completion: Percent Completion: 10% Original Contract Amount: $109, Amendments: $0.00 Current Contract: $109, Invoices Paid (YTD): $18, Invoices Paid (ITD): $18, Balance to Finish: $90, PAYMENT SCHEDULE $109, /26/ $2, $106, /12/ $16, $90,

8 Effluent Hydraulic Improvements Project Number: Installation of an elevated gravity bypass pipe to maintain the positive suction head for the deep injection well pumps so that the deep injection wells could be in service during low wastewater flow conditions. City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Consultant: Contractor: ECSD R. J. Sullivan PROJECT STATUS UP: Construction activities for this project began in August The 48 vertical pipe was successfully cut in September Gravity bypass pipe was installed and in service. Contractor is working on instrumentation. Notice to Proceed: February 9, days Completion: December 31, 2012 Percent Completion: 90% Original Contract Amount: $247, Change Orders: $15, Current Contract: $263, Work Completed: $128, Retainage: $6, Invoices Paid (YTD): $123, Invoices Paid (ITD): $214, Balance to Finish: $49, PAYMENT SCHEDULE $263, /13/ $29, $233, /8/ $61, $172, /5/ $31, $141, /4/ $24, $116, /5/ $25, $90, /7/ $41, $49,

9 Injection Well Mechanical Integrity Test Project Number: Per the operating permit for the two Deep Injection Wells issued by the Florida Department of Environmental Protection (FDEP), mechanical integrity testing are required to be performed for each Deep Injection Well at the Southern Regional Wastewater Treatment plant. Layne Christensen are selected as the general contractor to conduct the test. The test started on August 27, 2012 and was completed on September 14, The contractor is preparing test report and will submit to H&S for review. City Project Number: R and R Work Order No.: H&S Consultant: Contractor: Jeff Jiang, P.E. H&S Layne Christensen PROJECT STATUS UP: Final report was submitted to FDEP on October 31, (LAYNE CHRISTENSEN) Notice to Proceed: 60 days Completion: December 31, 2012 Percent Completion: 100% (LAYNE CHRISTENSEN) Original Contract Amount: $73, Change Orders: ($10,000.00) Current Contract: $63, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $63, Invoices Paid (ITD): $63, Balance to Finish: $0.00 PAYMENT SCHEDULE (LAYNE CHRISTENSEN) $63, /3/ $63, $0.00 (H&S) Authorization to Proceed: February 6, days Completion: December 31, 2012 Percent Completion: 51% Original Contract Amount: $24, Amendments: $0.00 Current Contract: $24, Invoices Paid (YTD): $24, Invoices Paid (ITD): $24, Balance to Finish: $0.00 PAYMENT SCHEDULE $24, /15/ $12, $12, /28/ $10, $2, /4/ $1, $1, /26/ $1, $0.00 9

10 INFRASTRUCTURE PROJECTS 10

11 TABLE 1c - INFRASTRUCTURE PROJECTS PROJECT STATUS SUMMARY UP PROJECT NAME PROJECT NUMBER PROJECT PHASE PERCENT COMPLETION Water Main Replacement Program - N. 13th and 14th Avenues from Garfield Street to Hollywood Blvd. (Construction) Construction 5% Restoration and Painting of East Elevated Water Tank (Construction) A Award 0% Restoration and Painting of East Elevated Water Tank (CMS) A Award 0% Watermain Replacement Program - Pembroke Road to Hollywood Blvd. and from I-95 to S. 26th Avenue (Bidding) Bidding 100% Watermain Replacement Program - N. 46th Avenue to 52nd Avenue from Hollywood Blvd. to Johnson St. (Bidding) Bidding 100% Water Services and Water Meter Relocations (Construction) Award 5% Water Main Replacement Program - Alley North and South of Cleveland St. and between N. 15th. Ave. and N. 16th Ave. (Permitting) Permitting 0% Water Main Replacement Program - Hollywood Blvd. to Pembroke Rd. between S. 26th Ave. & S. Dixie Hwy. (Design) Design 30% Water Main Replacement Program - Alley between McKinley St. and Roosevelt St. and between N. 17th Avenue and Federal Highway (Construction Construction 90% State Road 7 Sewage Collection and Water Distribution System Upgrade (Design) Design 90% Dixe Corridor Septic to Sewer Lift Stations (Gibbs) Design 0% Dixe Corridor Septic to Sewer Lift Stations (EAC) Design 100% Dixe Corridor Septic to Sewer Lift Stations (EAC) A Award 10% McKinley Street Interceptor (Construction) Construction 95% McKinley Street Interceptor (CMS - B&C) Construction 92% McKinley Street Interceptor (CMS - H&S) Construction 95% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Point Repairs) A Construction 0% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Cured-In-Place) B Construction 35% Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) - Level 2 (Manholes Rehabilitation) C Bidding 0% 2200 South Ocean Drive Sanitary Sewer Interconnect Design/Permit 100% Lift Station Conversion/Upgrade Program (A-3, A-8, W-6, and W-26) (Construction) C Construction 55% Lift Station Conversion/Upgrade Program (A-3, A-8, W-6, and W-26) (Design/CMS) C CMS 55% Lift Station W-15 Upgrade (Pre-Construction) Pre-Construction 2% Year 2012 Department of Public Services PLC Procurement Construction 90% 11

12 PROJECT NAME TABLE 2c - INFRASTRUCTURE PROJECTS SUMMARY OF COSTS ACCRUED TO PROJECT FUNDING SOURCE AUTHORIZATION COST-TO- Water Main Replacement Program N. 13th and N. 14th Ave Polk St to Hollywood Blvd. (Construction) RRI $2,836, $664, Restoration and Painting of East Elevated Water Tank (Award)) A RRI $610, $0.00 Restoration and Painting of East Elevated Water Tank (CMS) A RRI $17, $5, Water Main Replacement Program - Pembroke Road to Hollywood Blvd. from I-95 to S. 26th Avenue (Design) RRI $558, $489, Water Main Replacement Program N. 46th Avenue to 52nd Avenue from Hollywood Blvd. to Johnson St. (Design) RRI $264, $218, Water Services and Water Meter Relocations (Construction) RRI $350, $0.00 Water Main Replacement Program - Alley North and South of Cleveland St. and between N. 14th Ave. and N. 16th Ave. (Design) RRI $4, $4, Water Main Replacement Program - Hollywood Blvd. to Pembroke Rd. between S. 26th Ave. & S. Dixie Hwy. (Design) RRI $665, $305, Water Main Replacement Program - Alley between McKinley St. and Roosevelt St. and between N. 17th Avenue and Federal Highway (Permitting) RRI $2, $2, State Road 7 Sewage Collection and Water Distribution System Upgrade - Surveying Services (Design) RRI $0.00 $0.00 Dixie Corridor Septic to Sewer Lift Stations (Gibbs) RRI $1, $1, Dixie Corridor Septic to Sewer Lift Stations (EAC) RRI $121, $85, Dixie Corridor Septic to Sewer Lift Stations (EAC) A RRI $40, $6, McKinley St Interceptor (Construction) RRI $8,585, $7,543, McKinley St Interceptor (CMS - B&C) RRI $1,036, $1,011, McKinley St Interceptor (CMS - H&S) RRI $352, $326, Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) (Construction) (Point Repairs) A RRI/Bond $749, $28, Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) (Construction) (Cured-In-Place) B RRI/Bond $1,287, $418, Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) (Bidding) (Manhole Rehabilitation) C RRI/Bond $0.00 $ South Ocean Drive Sanitary Sewer Interconnect (Design) RRI $10, $9, Lift Station Conversion/Upgrade Program, Lift Stations A-3, A-8, W-6, and W- 26 (Construction) C RRI $1,287, $830, Lift Station Conversion/Upgrade Program, Lift Stations A-3, A-8, W-6, and W- 26 (Design/CMS) C RRI $277, $169, Lift Station W-15 Upgrade (Pre-Construction) RRI $202, $0.00 Year 2012 Dept of Public Utilities Programmable Logic Controllers (PLC) Procurement (Award) RRI $211, $0.00 TOTAL $19,475, $12,122,

13 P Avenue P December 2012 Water Main Replacement N. 13 th th and N. 14P P Avenue Garfield Street to Hollywood Blvd. Project Number: This project consists of replacing corroded watermains from Hollywood Boulevard to Garfield th th Street between N. 13P and N. 14P Terrace. All design and CMS Services for this project are being performed in-house personnel. City Project Number: R Work Order No.: N/A Bob Wertz Contractor / Consultant: ManCon, Inc./In-House Hollywood Boulevard to Arthur Street between th N.13 Avenue and N. thp 14P P Avenue PROJECT STATUS UP: Pipes installed on N. 13 th Ave., North 14 th Ave. and alleys north of Johnson Street. Pipes being installed in alleys south of Johnson Street. Notice to Proceed: September 24, days Completion: Percent Completion: 5% Original Contract Amount: $2,836, Change Orders: $0.00 Current Contract: $2,836, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $664, Invoices Paid (ITD): $664, Balance to Finish: $2,172, PAYMENT SCHEDULE - CONSTRUCTION $2,836, /5/ $127, $2,709, /30/ $536, $2,172,

14 Restoration and Painting of East Elevated Water Tank The project consists of materials rehabilitation and repainting of the East Water Elevated Storage Tank Project Number: A City Project Number: A R and R Work Order No.: Clece Aurelus, P.E. Contractor / Consultant: Tank Engineering and Management Consultants/ Worth Contracting PROJECT STATUS UP: Notice of Intent to Award to Worth Contracting was issued on February 29, City Commission awarded the contract to Worth Contracting, Inc. on December 19, (WORTH) Notice to Proceed: 180 days Completion: Percent Completion: 0% (WORTH) Original Contract Amount: $610, Change Orders $0.00 Current Contract: $610, Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $610, PAYMENT SCHEDULE (WORTH) $610, (TANK) Authorization to Proceed: Completion: Percent Completion: 0% Original Contract Amount: $17, Change Orders $0.00 Current Contract: $17, Invoices Paid (YTD): $5, Invoices Paid (ITD): $5, Balance to Finish: $12, PAYMENT SCHEDULE $17, /1/ $3, $14, /19/ $2, $12,

15 Water Main Replacement Program Pembroke to Hollywood Blvd. from I-95 to S. 26 th Avenue As part of the Water Main Replacement Program this project consists in replacing approximately 67,000 feet of various sized water mains. The overall area extends from Hollywood Blvd. to Pembroke Road and from I-95 to S. 26 th Avenue. Project Number: City Project Number: R Work Order No.: KHA Contractor / Consultant: Clece Aurelus, P.E. Kimley-Horn and Associates, Inc. PROJECT STATUS UP: The design efforts are 100% complete. The project was advertised in August Bid opening was held on November 8, The apparent low bidder is David Mancini and Sons, Inc. for the amount of $6,138, The Notice of Award is pending. Authorization to Proceed: June 1, days Completion: December 28, 2011 Percent Completion: 100% - KHA Original Contract Amount: $535, Am endments: $23, Current Contract: $558, Invoices Paid (YTD): $431, Invoices Paid (ITD): $489, Balance to Finish: $69, PAYMENT SCHEDULE - KHA $558, /25/ $13, $544, /15/ $27, $517, /15/ $16, $501, /15/ $96, $404, /10/ $78, $326, /10/ $78, $247, /17/ $25, $222, /28/ $36, $185, /15/ $30, $155, /17/ $45, $109, /21/ $3, $106, /30/ $14, $91, /24/ $18, $72, /20/ $3, $69,

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

17 Relocation of Water Services Project Number: The project consists of relocating approximately 150 existing water meters located in the back of residents properties to the front of their properties including site restoration. New water service lines will be installed between the relocated meter and existing buildings. City Project Number: R Work Order No.: N/A Leslie Pettit, P.E. Contractor / Consultant: Metro Equipment Service, Inc. Various locations PROJECT STATUS UP: Project was awarded to Metro Equipment Service, Inc. by the City Commission on July 18, The Notice to Proceed was issued on December 4, 2012 and is scheduled to be completed in June Site work is scheduled to begin January 14, Notice to Proceed: December 3, days Completion: June 1, 2013 Percent Completion: 5% - CONSTRUCTION Original Contract Amount: $350, Change Orders $0.00 Current Contract: $350, Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $350, PAYMENT SCHEDULE - CONSTRUCTION $350,

18 Water Main Replacement Program - Alleys North and South of Cleveland St. between N. 15th Ave. and N. 16th Ave. This project consists in replacing 1301 linear feet of corroded 2 inch watermain at the alleys north and south of Cleveland Street between N. 15 th Avenue and N. 16 th Avenue. Project Number: City Project Number: N/A Work Order No.: Clece Aurelus, P.E. Contractor / Consultant: In-House (Underground Utilities) PROJECT STATUS UP: this project. It is anticipated that Underground Utilities will perform the construction services for Authorization to Proceed: June 11, days Completion: December 31, 2012 Percent Completion: 100% Original Contract Amount: $4, Amendments: $0.00 Current Contract: $4, Invoices Paid (YTD): $4, Invoices Paid (ITD): $4, Balance to Finish: $0.00 PAYMENT SCHEDULE $4, /28/ $4, $0.00 ` 18

19 roject Name: Hollywood Blvd. to Pembroke Rd. between S. 26 th Ave. & S. Dixie Hwy. This project consists in replacing +68,135 linear feet of various size diameters from Hollywood Boulevard to Pembroke Road between S. 26 th Avenue and S. Dixie Highway. Project Number: City Project Number: N/A Work Order No.: KHA Clece Aurelus, P.E. Contractor / Consultant: Kimley-Horn and Associates, Inc. PROJECT STATUS UP: Authorization to Proceed for Kimley-Horn for design services was on August 20, The design efforts are approximately 30% complete. Authorization to Proceed: August 20, days Completion: June 4, 2012 Percent Completion: 30% Original Contract Amount: $665, Amendments: $0.00 Current Contract: $665, Invoices Paid (YTD): $150, Invoices Paid (ITD): $305, Balance to Finish: $359, PAYMENT SCHEDULE $665, /20/ $77, $588, /25/ $21, $566, /1/ $56, $510, /17/ $55, $454, /17/ $94, $359,

20 Water Main Replacement Program - Alley between McKinley Street and Roosevelt Street and between N. 17 th Avenue and Federal Highway This project consists in replacing 616 linear feet of corroded 2 water main in the alley between McKinley Street and Roosevelt Street and between N. 17 th Avenue and Federal Highway. Project Number: City Project Number: N/A Work Order No.: N/A Clece Aurelus, P.E. Contractor / Consultant: In-House (Underground Utilities) PROJECT STATUS UP: ECSD completed in-house design. Broward County Health Department permit was issued on October 12, It is anticipated that Underground Utilities perform the construction of this project. 20

21 State Road 7 Sewage Collection and Water Distribution System Upgrade The scope of this project is the installation of a new wastewater collection system and proposed replacing of the existing water system serving the properties abutting the State Road 7 Right of Way. Project Number: City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: /Engineering and Construction Services Division SR7 from Pembroke Road to Fillmore Street PROJECT STATUS UP: ECSD is working on the construction plans preparation for the new proposed sewage collection system and the replacement of the water distribution system along State Road 7 from Pembroke Road to Fillmore Street. ECSD is coordinating the construction plans and permitting with the agencies that have jurisdiction along State Road 7. The Joint Participation Agreement (JPA) with the Florida Department of Transportation (FDOT) is on City Commission meeting agenda for January 16, (IN HOUSE) Authorization to Proceed: December 2012 Completion: December 2015 Percent Completion: 90% : Original Contract Amount: Amendments: Current NOT Contract: APPLICABLE FOR Invoices IN-HOUSE Paid (YTD): PROJECTS Invoices Paid (ITD): Balance to Finish: Percent to Complete: 21

22 Dixe Corridor Septic to Sewer Lift Stations Lift Station E-22, W-09, and W-10 Project Number: Design and retrofit three sanitary sewer lift stations related to the new sewer collection system along Dixie Corridor and 21 st Avenue City Project Number: R Work Order No.: EAC Clece Aurelus, P.E. Contractor / Consultant: EAC Consulting, Inc./Gibbs Land Surveyors Lift Station No. E-22, located at 1500 South 22 nd Avenue and 2161 Johnson Street PROJECT STATUS UP: Design is 100% complete. Bids were opened on November 9, Apparent responsive and responsible low bidder is Ric-Man Construction, Inc. for the amount of $3,962, Low Bidder Rick- Man International filed a bid protest. Protest hearing will be in January (EAC) Authorization to Proceed: January 19, 2012 Completion: August 22, 2012 Percent Completion: 100% Original Contract Amount: $121, Amendments: $0.00 Current Contract: $121, Invoices Paid (YTD): $85, Invoices Paid (ITD): $85, Balance to Finish: $36, PAYMENT SCHEDULE $121, /27/ $ $120, /4/ $ $120, /1/ $ $119, /31/ $1, $118, /3/ $12, $106, /6/ $30, $75, /10/ $12, $63, /1/ $4, $59, /31/ $9, $49, /10/ $13, $36, (GLS) Authorization to Proceed: Completion: Percent Completion: Original Contract Amount: $1, Amendments: $0.00 Current Contract: $1, Invoices Paid (YTD): $1, Invoices Paid (ITD): $1, Balance to Finish: $0.00 PAYMENT SCHEDULE $1, /18/ $1, $

23 Dixe Corridor Septic to Sewer Lift Stations Lift Station W-12 Project Number: A EAC Consulting, Inc. was tasked with the design, permitting, and engineering services during construction for sewer lift station W-12. This lift station is associated to the new sewer collection system for the Dixie Corridor. City Project Number: A R Work Order No.: EAC Clece Aurelus, P.E. Contractor / Consultant: EAC Consulting, Inc Harding Street PROJECT STATUS UP: This project was awarded to EAC Consulting, Inc. in September 5, Design is 100% complete. City staff is currently reviewing Lift Station W-12 design. (EAC) Authorization to Proceed: September 28, days Completion: January 23, 2013 Percent Completion: 10% Original Contract Amount: $40, Amendments: $0.00 Current Contract: $40, Invoices Paid (YTD): $6, Invoices Paid (ITD): $6, Balance to Finish: $34, PAYMENT SCHEDULE $40, /4/ $6, $34,

24 P Ave. P Avenue December 2012 McKinley Street Interceptor (Construction) A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line (interceptor) along McKinley th St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: H&S Bob Wertz Contractor / Consultant: GlobeTec/ Hazen and Sawyer, P.C. th Along McKinley Street between 24P th & the SRWWTP (14P P Avenue) Project Number: PROJECT STATUS UP: GT has completed the installation of the 66 and 54 pipeline. Construction of the interceptor box is being completed. (GLOBETEC) Notice to Proceed: May 19, days Completion: December 31, 2011 Percent Completion: 95% (GLOBETEC) Original Contract Amount: $11,576, Change Orders ($2,991,268.00) Current Contract: $8,585, Work Completed: $4,712, Retainage: $471, Invoices Paid (YTD): $7,241, Invoices Paid (ITD): $7,676, Balance to Finish: $909, PAYMENT SCHEDULE (GLOBETEC) $8,585, /17/ $202, $8,383, /2/ $128, $8,254, /9/ $104, $8,150, /1/ $46, $8,104, /9/ $186, $7,918, /7/ $39, $7,878, /12/ $69, $7,808, /4/ $142, $7,666, /3/ $195, $7,470, /8/ $452, $7,018, /16/ $92, $6,925, /8/ $443, $6,482, /5/ $367, $6,114, /3/ $320, $5,794, /6/ $512, $5,281, /30/ $393, $4,888, /22/ $85, $4,802, /2/ $458, $4,344, /20/ $1,006, $3,337, /3/ $90, $3,246, /5/ $814, $2,431, /5/ $409, $2,022, /2/ $216, $1,805, /18/ $210, $1,595, /4/ $470, $1,124, /2/ $83, $1,041, /2/ $132, $909,

25 P Ave. P Avenue December 2012 McKinley Street Interceptor (Construction) A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line (interceptor) along McKinley th St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: B&C Bob Wertz Contractor / Consultant: GlobeTec/ Brown and Caldwell, Keith and Schnars th Along McKinley Street between 24P th & the SRWWTP (14P P Avenue) Project Number: PROJECT STATUS UP: GT has completed the installation of the 66 and 54 pipeline. Construction of the interceptor box is being completed. (B&C) Authorization to Proceed: April 19, days Completion: December 31, 2011 Percent Completion: 92% - CMS (B&C) Original Contract Amount: $750, Am endments: $0.00 Current Contract: $750, Invoices Paid (YTD): $648, Invoices Paid (ITD): $750, Balance to Finish: $0.00 PAYMENT SCHEDULE - CMS (B&C) $1,036, /14/ $37, $998, /11/ $23, $975, /8/ $41, $933, /4/ $57, $876, /9/ $32, $844, /7/ $47, $797, /5/ $45, $751, /10/ $45, $706, /3/ $37, $668, /11/ $47, $621, /21/ $45, $575, /27/ $42, $533, /1/ $42, $491, /4/ $40, $451, /8/ $32, $419, /5/ $32, $387, /23/ $101, $285, /23/ $97, $187, /9/ $27, $160, /8/ $27, $133, /25/ $27, $105, /4/ $8, $97, /4/ $73, $24, /17/ $24, ($0.00) 25

26 P Avenue P Ave. December 2012 McKinley Street Interceptor (CMS) Project Number: A Capital Improvement Project consisting of the installation of a new sewer gravity diversion line th (interceptor) along McKinley St., from N. 24P westward to the SRWWTP to facilitate the rehabilitation of the existing line on Taft St. City Project Number: R Work Order Nos..: H&S Bob Wertz Contractor / Consultant: GlobeTec/ Hazen and Sawyer, P.C. th Along McKinley Street between 24P & the th SRWWTP (14P P Avenue) PROJECT STATUS UP: GT has completed the installation of the 66 and 54 pipeline. Construction of the interceptor box is being completed. (H&S) Authorization to Proceed: April 19, days Completion: November 18, 2011 Percent Completion: 95% - CMS (H&S) Original Contract Amount: $352, Amendments: $0.00 Current Contract: $352, Invoices Paid (YTD): $257, Invoices Paid (ITD): $335, Balance to Finish: $16, PAYMENT SCHEDULE - CMS (H&S) $352, /30/ $14, $337, /31/ $23, $314, /27/ $40, $274, /7/ $19, $254, /30/ $9, $245, /27/ $49, $195, /31/ $29, $166, /30/ $12, $154, /31/ $12, $142, /27/ $10, $131, /27/ $35, $96, /30/ $24, $72, /13/ $22, $49, /17/ $12, $37, /28/ $7, $29, /27/ $2, $26, /30/ $1, $25, /26/ $5, $19, /12/ $2, $16,

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

28 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) Level 2 As part of the ongoing City-wide Infiltration/Inflow Program, the City is performing Cured-In-Place lining of gravity mains and laterals, and associated work geared towards the full restoration of the Sewer Collection System. Project Number: B City Project Number: B R Work Order No.: N/A James Mortel Contractor / Consultant: Lanzo Lining Services, Inc. PROJECT STATUS UP: Cured-In-Place-Lining of 42 and 30 at Johnson St. from 8 th Avenue to 14 th Court is currently being installed. Installation of cleanout for T-liner installation is in progress. Small diameter CIPP installation is on schedule. Notice to Proceed: June 14, days Completion: May 6, 2013 Percent Completion: 35% Original Contract Amount: $1,287, Change Orders: $0.00 Current Contract: $1,287, Work Completed: $145, Retainage: $14, Invoices Paid (YTD): $418, Invoices Paid (ITD): $418, Balance to Finish: $868, PAYMENT SCHEDULE - CONSTRUCTION $1,287, /7/12 1 $130, $1,156, /17/12 2 $254, $901, /28/12 3 $27, $873, /14/12 4 $5, $868,

29 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration - I/I Program) Level 2 Project Number: C The project consists of furnish all labor, materials and equipment for performing manhole repairs and replacements. The scope includes providing manhole inspection reports, replacing manhole frames and covers and performing other miscellaneous manhole repairs, installing cementitious manhole liner, replacing entire manhole, and bypass pumping. City Project Number: C Work Order No.: N/A James Mortel Contractor / Consultant: Various locations in the City of Hollywood PROJECT STATUS UP: The project was approved by the City Commission. T.V. Diversified executed the contract. The contract documents are being routed to City officials for execution. Notice to Proceed: 365 days Completion: Percent Completion: 0% Original Contract Amount: $0.00 Change Orders: $0.00 Current Contract: $0.00 Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $0.00 PAYMENT SCHEDULE - CONSTRUCTION $

30 2200 South Ocean Drive Sanitary Sewer Interconnect An excavated point repair to interconnect two sanitary sewer manholes located at the vicinity of Iris Terrace and A1A. Project Number: City Project Number: N/A Work Order No.: CTA James Mortel Contractor / Consultant: Craven Thompson & Associates, Inc. PROJECT STATUS UP: February 5, Pre-bid conference was held on January 14, Bid opening will be held on Authorization to Proceed: July 18, days Completion: October 30, 2012 Percent Completion: 100% Original Contract Amount: $10, Am endments: $0.00 Current Contract: $10, Invoices Paid (YTD): $9, Invoices Paid (ITD): $9, Balance to Finish: $1, PAYMENT SCHEDULE $10, /20/ $1, $9, /2/ $3, $5, /15/ $1, $4, /18/ $2, $1,

31 Lift Station Conversion/Upgrade Program (A-3, A-8, W-6, and W-26) Project Number: C Design, CMS, and construction services related to the conversion/upgrade of Lift Stations A-3, A-8, W-6, and W- 26. Located at various sites within the City s service area. City Project Number: C R Work Order No.: AEC Contractor / Consultant: James Mortel Intercounty Engineering/AECOM Various Locations PROJECT STATUS UP: Punch list items being addressed at Lift Station A-8, A-3, and W-6. Start up at Lift Station W-26 will begin January 28, Project completion scheduled on February 7, CONSTRUCTION Original Contract $1,291, Amount: Change Orders ($4,128.00) Current Contract: $1,287, Work Completed: $235, Retainage: $23, Invoices Paid (YTD): $830, Invoices Paid (ITD): $830, Balance to Finish: $457, PAYMENT SCHEDULE - CONSTRUCTION $1,287, /12/11 1 $97, $1,189, /12/ $11, $1,178, /20/ $102, $1,075, /29/ $51, $1,024, /7/ $245, $778, /21/ $17, $761, /10/ $90, $670, /26/ $61, $609, /3/ $152, $457, Authorization to Proceed: March 10, days Completion: February 10, 2011 Percent Completion: 55% - DESIGN Original Contract Amount: $277, Amendments: $0.00 Current Contract: $277, Invoices Paid (YTD): $85, Invoices Paid (ITD): $181, Balance to Finish: $95, PAYMENT SCHEDULE - DESIGN $277, /02/10 1 $48, $228, /10/ $47, $181, /1/ $12, $168, /8/ $44, $124, /8/ $2, $122, /8/ $13, $108, /12/ $9, $98, /13/ $2, $95,

32 Lift Station W-15 Upgrade Project Number: Installation of a 3 rd pumping unit at Lift Station W- 15. This third pumping unit will provide the required redundancy to the existing facility. City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: Century Building Restoration USA/Norman Bray/ECSD PROJECT STATUS UP: The City Commission approved to award the project to Century Building Restoration USA on September 5, Preconstruction meeting is scheduled for January 10, Contractor is preparing shop drawing submittals. Notice to Proceed: 240 days Completion: Percent Completion: 2% Original Contract Amount: $202, Change Order $0.00 Current Contract: $202, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $202, PAYMENT SCHEDULE $202,

33 Year 2012 Department of Public Services PLC Procurement Procurement of Programmable Logic Controller (PLC) units and spare parts for water supply system and wastewater collection system. Project Number: City Project Number: R Work Order No.: N/A Jeff Jiang, P.E. Contractor / Consultant: Mercedes Electric Supply, Inc. PROJECT STATUS UP: The City issued two purchaser orders on September 24, The majority of PLC has been delivered to the SRWWTP. Purchase Order Issued: September 27, days Completion: January 2013 Percent Completion: 90% Original Contract Amount: $211, Change Orders $0.00 Current Contract: $211, Work Completed: $0.00 Retainage: $0.00 Invoices Paid (YTD): $0.00 Invoices Paid (ITD): $0.00 Balance to Finish: $211, PAYMENT SCHEDULE $211,

2013 WASTEWATER PROJECTS

2013 WASTEWATER PROJECTS WASTEWATER PROJECTS 1 PROJECT NAME TABLE 1b - Wastewater Projects PROJECT STATUS SUMMARY UP PROJECT NUMBER PROJECT PHASE April 2013 PERCENT COMPLETION Ocean Outfall Rule Change (Pilot) 10-9086 Design 50%

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

Capital Improvement Summary by Fund

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

More information

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

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

More information

November 28, Dear Mr. Bechtold:

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

More information

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

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

More information

Job Order Sewer Repair Services

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

More information

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

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

More information

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

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

More information

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

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

More information

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

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

More information

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

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

More information

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

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

More information

Monthly Operating Report

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

More information

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

SPECIAL SPECIFICATION 3504 Septic Tank System

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

More information

ADVERTISEMENT FOR BIDDERS

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

More information

Modified FY ,100, ,329,791

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

More information

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

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

More information

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

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

More information

Texas Commission on Environmental Quality Sanitary Sewer Overflow Initiative Plan

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

More information

6 Preliminary Assessment of Construction Method and Constructability Issues

6 Preliminary Assessment of Construction Method and Constructability Issues 6 Preliminary Assessment of Construction Method and Constructability Issues 6.1 Construction Approach Appendix C includes conceptual designs of the alternatives discussed below. Generally, the conceptual

More information

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

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

More information

CHAPTER 12: SANITARY SEWER SYSTEM

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

More information

CHAPTER 12: SANITARY SEWER SYSTEM

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

More information

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

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

More information

10:00 AM, Wednesday, April 8, 2015

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

More information

ADDENDUM NO. 1 NOVEMBER 8, 2016

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

More information

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

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

More information

Wilmette - Background

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

More information

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

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

More information

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

Water / Wastewater Fund

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

More information

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

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

More information

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017

EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS June 27, 2017 EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS 21-17 June 27, 2017 TO: RE: Invited Firms Request for Submittals to El Paso Water - Public Service Board (EPWater) Statement of Work Professional

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

SECTION TEMPORARY SEWER BYPASS PUMPING

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

More information

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

Exploration of Utulei Clarigester #1 for Facility Upgrade

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

More information

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

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

More information

GRAVITY SEWERS. Performance & Cost for Decentralized Unit Processes. Fact Sheet C1 COLLECTION SERIES. Wastewater source. Road

GRAVITY SEWERS. Performance & Cost for Decentralized Unit Processes. Fact Sheet C1 COLLECTION SERIES. Wastewater source. Road Fact Sheet C1 Performance & Cost for Decentralized Unit Processes COLLECTION SERIES DECENTRALIZED WASTEWATER SYSTEMS What is a Gravity Sewer System? A gravity sewer system is used to collect wastewater

More information

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

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

More information

SECTION MEASUREMENT AND PAYMENT

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

More information

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

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

More information

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

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

More information

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

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

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

More information

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

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

Sanitary Sewer Fees 101. November 27, 2018

Sanitary Sewer Fees 101. November 27, 2018 Sanitary Sewer Fees 101 November 27, 2018 Background The City of Sausalito owns and operates a sewer collection system conveying wastewater to the Sausalito Marin-City Sanitary District (SMCSD) for treatment

More information

Alternative Construction Methods and Pipe Material provide Solutions for Cleveland WWTP Project

Alternative Construction Methods and Pipe Material provide Solutions for Cleveland WWTP Project Alternative Construction Methods and Pipe Material provide Solutions for Cleveland WWTP Project Bernie Ashyk 1, Christopher Lucie, P.E. 2, Jeffrey LeBlanc, P.E. 3 1 Shook Walbridge JV, Project Manager;

More information

Procedures for Connecting to Central Sewer System

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

More information

HOMOSASSA WASTEWATER COLLECTION SYSTEM

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

More information

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

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

More information

EXECUTIVE SUMMARY February 6, 2007

EXECUTIVE SUMMARY February 6, 2007 HOLLISTON BOARD OF HEALTH REGULATIONS FOR THE SITING, CONSTRUCTION, INSPECTION, UPGRADE, REPAIR AND EXPANSION OF ON-SITE WASTEWATER DISPOSAL SYSTEMS. EXECUTIVE SUMMARY February 6, 2007 The present Board

More information

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017

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

More information

INFLOW & INFILTRATION CORRECTION VIA LATERAL LINE DITCH LEAK REPAIRS

INFLOW & INFILTRATION CORRECTION VIA LATERAL LINE DITCH LEAK REPAIRS 1 of 5 8/1/2013 2:10 PM INFLOW & INFILTRATION CORRECTION VIA LATERAL LINE DITCH LEAK REPAIRS Project Location and Description Glen Mayberry, Project Manager Roy F. Weston, Houston, TX The project is in

More information

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM 1. GENERAL 1.01 DESCRIPTION GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM A. The Contractor shall furnish all labor, equipment and materials necessary

More information

SECTION 813 SEWER FLOW CONTROL

SECTION 813 SEWER FLOW CONTROL SECTION 813 SEWER FLOW CONTROL 813-1 DESCRIPTION: Sewer flow control is a set of methods to adjust the flow in the sewer system to allow for inspection, maintenance, repair or replacement. This is accomplished

More information

Current Construction Projects in Progress. Thru January 31, 2016

Current Construction Projects in Progress. Thru January 31, 2016 Current Construction Projects in Progress Thru January 31, 2016 Orange Ave Pump Station Improvements Before After Project consist of the removal of the existing pumps, housing and piping. Remove and replace

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

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

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

More information

SEACOAST UTILITY AUTHORITY ANNUAL ENGINEER S REPORT ON THE PHYSICAL CONDITION OF THE SYSTEM

SEACOAST UTILITY AUTHORITY ANNUAL ENGINEER S REPORT ON THE PHYSICAL CONDITION OF THE SYSTEM SEACOAST UTILITY AUTHORITY ANNUAL ENGINEER S REPORT ON THE PHYSICAL CONDITION OF THE SYSTEM Fiscal Year 2010 2011 Prepared By: SEACOAST UTILITY AUTHORITY ANNUAL ENGINEER S REPORT ON THE PHYSICAL CONDITION

More information

STORM DRAINAGE - 1 DETAILED SPECIFICATIONS - STORM DRAINAGE

STORM DRAINAGE - 1 DETAILED SPECIFICATIONS - STORM DRAINAGE STORM DRAINAGE - 1 DETAILED SPECIFICATIONS - STORM DRAINAGE 2-7-1 Scope 2-7-2 General 2-7-3 Location and Grade of Sewers 2-7-4 Order of Work 2-7-5 Existing Water, Sanitary Sewer, Gas, and Other Utility

More information

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

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

More information

SECTION XXXXX CHEMICAL GROUTING

SECTION XXXXX CHEMICAL GROUTING SECTION XXXXX CHEMICAL GROUTING PART 1 -- GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, accessories, equipment, and tools required for the rehabilitation, infiltration reduction, and root

More information

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

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

More information

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

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

More information

Task Order Authorization

Task Order Authorization Task Order Authorization Task Order Number: 6 Task Order Name: 2017 Small Drainage Program Hourly Rate: See attached Exhibit B Budget Not To Exceed: $79,795.00 This Task Order pertains to the On-Call Agreement

More information

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

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

More information

ENGINEERED SOLUTIONS. Wastewater Solutions

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

More information

Village of Arlington Heights. Sewer Back-up Rebate Program

Village of Arlington Heights. Sewer Back-up Rebate Program Village of Arlington Heights Sewer Back-up Rebate Program (Including Enhanced Program Information) Updated: October 1, 2017 Village of Arlington Heights Building & Life Safety Department 33 S. Arlington

More information

CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE. FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6

CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE. FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6 CITY OF TAMPA WASTEWATER DEPARTMENT TECHNICAL STANDARDS GUIDELINE FOR CONSTRUCTION OF WASTEWATER FACILITIES July 2014 Version 6 2545 Guy N Verger Boulevard, Tampa, FL 33605 www.tampagov.net TECHNICAL STANDARDS

More information

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section 02540-1 of 10 SECTION 02540 STORM DRAIN REHABILITATION 02540.01 GENERAL A. Description Storm drain rehabilitation shall include, but not necessarily be limited to, pipe joint sealing, inlet and manhole

More information

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

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

More information

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

2. SECTION MEASUREMENT AND PAYMENT:

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

More information

Water / Wastewater Fund

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

More information

Army Base Treatment Plant

Army Base Treatment Plant Army Base Treatment Plant Norfolk Berthed at Nauticus, the Battleship Wisconsin is one of the largest and last battleships ever built by the U.S. Navy. 3Q Army Base AB010000 AB010500 3Q Legend Army Base

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

Allegheny County Sanitary Authority (ALCOSAN)

Allegheny County Sanitary Authority (ALCOSAN) Allegheny County Sanitary Authority (ALCOSAN) REQUEST FOR QUALIFICATIONS for PROFESSIONAL SERVICES WET WEATHER PLANT EXPANSION CONSTRUCTION MANAGEMENT CAPITAL PROJECT NO. S 430 January 2018 1.0 INTRODUCTION

More information

Distribution System Upgrades to Improve Water Quality

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

More information

Public Utilities Director. Public Utilities Assistant Director. Administrative Analyst. Laboratory. Laboratory Manager. Sr. Utilities.

Public Utilities Director. Public Utilities Assistant Director. Administrative Analyst. Laboratory. Laboratory Manager. Sr. Utilities. Director Administrative Support Manager Assistant Director Controller Senior Staff Assistant Personnel/ Payroll Technician (2) Administrative Analyst Accountant Storeskeeper Accounting Tech Infrastructure

More information

Miami Upgrades. Deficiencies in Florida s

Miami Upgrades. Deficiencies in Florida s Miami Upgrades Florida s Miami-Dade Water and Sewer Department creates a $13.5 billion capital improvement plan to provide safe and high-quality service. by Janice Hoppe Deficiencies in Florida s Miami-Dade

More information

Public Notice for Comment

Public Notice for Comment Water Pollution Control District Public Notice for Comment The Logan County Water Pollution Control District is revising its Construction Standards regarding the installation, repair and inspection of

More information

All Record Holding Contract Documents. This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract.

All Record Holding Contract Documents. This Addendum is issued to all registered plan holders pursuant to the Conditions of the Contract. 105 W. 2 nd Street Tuscumbia, AL 35674 T (256) 248-7030 F 1-866-225-7488 PROJECT: Rogersville Water Works & Sewer Board Sanitary Sewer System Improvements ADEM CWSRF # CS010862-01 KG Project No. 140026

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

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

PROJECT AMENDMENT TO THE AGREEMENT

PROJECT AMENDMENT TO THE AGREEMENT PROJECT AMENDMENT TO THE AGREEMENT In accordance with the original Additional Civil/Site Services for Engineering Agreement entered into July 21, 2009 for work within the scope of this Solicitation, this

More information

MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY

MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY MANDATORY PRE-BID MEETING FLORIDA KEYS AQUEDUCT AUTHORITY NAVY SYSTEM UPGRADES WASTEWATER PUMPING SYSTEMS BOCA CHICA KEY, SIGSBEE PARK, AND FLEMING KEY FKAA PROJECT # 4072-17 Date: April 26 th, 2018 1.

More information

Lynn Township Sewer Authority. Corrective Action Plan. March 2007

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

More information

FY CAPITAL IMPROVEMENT PROGRAM MID-YEAR STATUS REPORT

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

More information

System-wide Sewer Rehabilitation: Efficiency in Design. May 5, 2011 OWEA Collection Systems Specialty Workshop Eric Dunn, PE Brown and Caldwell

System-wide Sewer Rehabilitation: Efficiency in Design. May 5, 2011 OWEA Collection Systems Specialty Workshop Eric Dunn, PE Brown and Caldwell System-wide Sewer Rehabilitation: Efficiency in Design May 5, 2011 OWEA Collection Systems Specialty Workshop Eric Dunn, PE Brown and Caldwell 1 Introduction Large, system-wide sewer system rehabilitation

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

Request for Proposals for Professional Engineering Services for the Front Street Pump Station Upgrade

Request for Proposals for Professional Engineering Services for the Front Street Pump Station Upgrade Request for Proposals for Professional Engineering Services for the Front Street Pump Station Upgrade May 11, 2015 Capital Region Water Administrative Offices 212 Locust Street, Suite 302 Harrisburg, PA

More information

PRIMARY DRINKING WATER FROM WASTEWATER EFFLUENT: PILOT TEST EXPERIENCE AT THE MIAMI DADE SOUTH DISTRICT WWTP

PRIMARY DRINKING WATER FROM WASTEWATER EFFLUENT: PILOT TEST EXPERIENCE AT THE MIAMI DADE SOUTH DISTRICT WWTP PRIMARY DRINKING WATER FROM WASTEWATER EFFLUENT: PILOT TEST EXPERIENCE AT THE MIAMI DADE SOUTH DISTRICT WWTP Paul J. Vinci, P.E. 1, Richard Cisterna, P.E. 1, Robert Harris 1, John Chorlog, P.E. 2, Joseph

More information