CHANNEL GRINDER Terrace Hall Pump Station Contract # 16S

Size: px
Start display at page:

Download "CHANNEL GRINDER Terrace Hall Pump Station Contract # 16S"

Transcription

1 TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS CHANNEL GRINDER Terrace Hall Pump Station Contract # 16S This is an unofficial Bid Spec. If this document is used to submit a bid then you must submit your contact information to Lisa Matarazzo at lmatarazzo@burlington.org in order to be added to the bidders list. Department of Public Works 25 Center Street Burlington MA (781) November 2015

2 TABLE OF CONTENTS PROJECT DESCRIPTION 4 INSTRUCTIONS TO BIDDERS 5 FORM OF GENERAL BID 8 ADDENDA 9 BID FORM 10 TOTAL BID PRICE 11 CONTRACTOR CERTIFICATION 12 AGREEMENT 13 SPECIAL CONDITIONS 14 SPECIFICATIONS 15 2

3 1. INVITATION FOR BID SUPPLIES AND SERVICES Sealed bids for Channel Grinder Terrace Hall Pump Station Contract #16S will be received by DPW/Engineering, Town Hall, 25Center Street, Burlington, Massachusetts, until 9:30AM December 2, 2015 and will be publicly opened and read aloud at such time. Specifications and bid forms are available on the DPW website site at: the Projects & Programs tab. Specifications and bid forms may be obtained at the DPW/Engineering, 25 Center Street, Burlington, Massachusetts, on November 18, 2015 between 8:30 AM and 4:00 PM. This project is bid according to MGL 30B. 3

4 PROJECT DESCRIPTION The Contractor shall furnish, warrant, and deliver to the Terrace Hall Pump Station a replacement Muffin Monster sewage grinder the Wipes Ready CDD- XDS2.0 for shredding municipal wastewater solids. Muffin Monster Model:CDD3216-XDS2.0-Exchange 1:1 Stack 11 Cam Alloy STL Cutters Viton Elastomers Less Electric Motor With Adapter Spool With 29:1 Reducer 1/2" Perforated Drums Paint Epoxy Green 3 REDUCER ASSY, 29:1 W/GUARDS 4

5 INSTRUCTIONS TO BIDDERS Receipt and Opening of Bids The Town of Burlington, Massachusetts, herein called the Owner, acting by and through its Department of Public Works, will receive sealed bids as specified in the invitation for Bids at which time bids will be publicly opened and read. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) days, Saturdays, Sundays, and legal holidays excluded, after opening the bids. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and endorsed with the name of the project. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in Receipt and Opening of Bids. The following sections must be completed as part of the bid package: Form of General Bid Acknowledgement of Addenda, if any Bid Form Total Bid Price Contractor Certification Bid Opening Procedure The following list of requirements shall apply to each filed bid. Bids not meeting all the requirements for timeliness and security will be rejected without opening; bids not meeting signature and addenda requirements will be rejected prior to checking of bid amounts. The total dollar amount of each bid will be read, and the three apparent lowest bids will be selected for further consideration. All those present at the bid opening may arrange a time to examine all bids after the bid opening and after the reading of the three apparent low bids. Addenda and Interpretations 5

6 No interpretation of the bid documents will be made orally. Every request for such interpretation should be in writing addressed to the, Town Hall Annex, 25 Center Street, Burlington, MA and to be given consideration must be received at least seven (7) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Contract Documents. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under this bid as submitted. All addenda so issued shall become part of the Contract Documents. Right to Reject Bid The Owner reserves the right to waive any informality or reject any and all bids and alternate bids, should the Owner deem it to be in the public interest to do so. Time for Completion The bidder must agree to commence work and to fully complete the project within the time limit stated in SPECIAL CONDITIONS. Comparison of Bids In the event that there is a discrepancy in FORM OF GENERAL BID between the lump sum or unit prices written in words and figures, the prices written in words will govern. Rule for Award of Contract The Contract will be awarded to the lowest responsible and responsive bidder for the Total Price Bid pursuant to General Laws Chapter 30B as amended. Such a bidder shall possess the skill ability and integrity necessary for the faithful performance of the work, shall be able to furnish labor that can work in harmony with all other elements of labor employed, or to be employed, in the work, and shall otherwise comply with all applicable provisions of law. Bidder shall execute formal agreement within ten (10) days of the Notice of Award. 6

7 Statutes Regulating Competitive Bidding Any bid that does not comply with the provisions of Massachusetts General Laws Chapter 30B, as amended, need not be accepted and the Owner may reject every such bid. Bid Items Not Guaranteed The successful bidder is not guaranteed all items or the total bid price under this contract. 7

8 FORM OF GENERAL BID Bid of (hereinafter called Bidder )* ( ) a corporation, organized and existing under the laws of the state of. ( ) a partnership ( ) a joint venture ( ) an individual doing business as Gentlemen: To the Town of Burlington, Massachusetts (hereinafter called Owner ). The bidder, in compliance with your invitation for bids, having examined the Contract Documents and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby propose to furnish all labor, materials, and supplies, and to construct the project in accordance with the Contract Documents within the time set forth in the agreement, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, or which this proposal is a part *Insert corporation, partnership or individual as applicable. 8

9 ADDENDA Bidder acknowledges receipt of the following addenda: No. Dated: No. Dated: No. Dated: No. Dated: No. Dated: 9

10 BID FORM ITEMS QT. UNIT PRICE TOTAL ITEM 1. CHANNEL MONSTER GRINDER Series CDD-XDS2.0 1 EA $ EA $ 10

11 TOTAL BID PRICE Total Price Bid: $ Bid Price in Words: Name: Signature: Title: Company: Address: Phone: This is an unofficial Bid Spec. If this document is used to submit a bid then you must submit your contact information to Lisa Matarazzo at lmatarazzo@burlington.org in order to be added to the bidders list. 11

12 CONTRACTOR CERTIFICATION NON-COLLUSION I certify under penalties of perjury that this bid or proposal has been made and submitted under good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. TAX COMPLIANCE Pursuant to Massachusetts General Law Chapter 62C, Section 49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Signature: (Person Signing Bid) (Name of Business) 12

13 AGREEMENT THIS AGREEMENT, by and between the party of the first part, the Town of Burlington, hereinafter called OWNER, acting herein through its Town Administrator, and the party of the second part hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the project described by these bid documents hereinafter called the project, for the sum of the contract price and all extra work in connection therewith, under the terms as stated in the Contract Documents; and at his (its and their) own proper cost and expense to furnish all the materials, supplies, machinery equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in FORM OF GENERAL BID, GENERAL CONDITIONS, Contract Documents as prepared by the Owner. IN WITNESS WHEREOF, the parties to these presents have executed this contract. $ AGREED: Town of Burlington Contract Price Town Administrator Date Contractor Contractor Date Company Name: Address: In accordance with M.G.L. C. 44, Section 31C, this is to certify than an appropriation in the amount of this contract is available therefore and that the Town Administrator has been authorized to execute the contract and approve all requisitions and change orders. Town Accountant Account# 13

14 SPECIAL CONDITIONS 1. The Town of Burlington, acting through its Board of Selectmen, an awarding authority, reserves the right to accept or reject any and/or all bids or portions thereof, and to waive any informalities in bidding, and/or to make the award as appears in the best interest of the Town of Burlington. 2. Payment will be made monthly, unless otherwise specified. 3. Normal Hours of work: Work hours shall be between the hours of 7:00 AM and 3:30 PM Monday through Friday, unless otherwise specified. The successful Contractor shall not work on Saturdays, Sundays, Holidays or other hours, without express authority from the Director of Public Works. 4. This Contract includes estimated quantities that may or may not be purchased during Fiscal Year. Additionally, quantities are used for comparison of bids and establishing the Bid Deposit. 5. This Contract may be terminated, with fifteen (15) days notice, for unsatisfactory performance and/or availability of funds. The contractor will hold the Town harmless from all damages as a result of funding restraints. 6. Channel Grinder must be delivered within 8 weeks of execution of agreement. 14

15 SPECIFICATIONS CHANNEL MONSTER GRINDER Series CDD-XDS2.0 2 hex/dual drum/wipes Ready/XPNV Immersible Single Drive/PC2200 Controller PART 1 - GENERAL 1.1 SCOPE OF WORK A. The Contractor shall furnish, warrant, and deliver to the Terrace Hall Pump Station the Wipes Ready CDD-XDS2.0 for shredding municipal wastewater solids. B. All items detailed in this section shall be provided by the same manufacturer. 1.2 REFERENCE STANDARDS A. Equipment shall, as applicable, meet the requirements of the following industry standards: 1. American Society for Testing and Materials (ASTM) A36 Carbon Steel Plate 2. American Society for Testing and Materials (ASTM) A Ductile Iron Castings 3. American Iron and Steel Institute (AISI) 4130 Heat Treated Alloy Steel 4. American Iron and Steel Institute (AISI) 4140 Heat Treated Alloy Steel 5. American Iron and Steel Institute (AISI) 8620 Heat Treated Alloy Steel 6. American Iron and Steel Institute (AISI) 303 Stainless Steel 7. American Iron and Steel Institute (AISI) 304 Stainless Steel 8. American Iron and Steel Institute (AISI) 316 Stainless Steel 9. American Iron and Steel Institute (AISI) 17-4 PH Stainless Steel 10. Society of Automotive Engineers (SAE) 600 Bearing Bronze A. Controllers shall, as applicable, meet the requirements of the following Regulatory Agencies: 1. National Electrical Manufacturer s Association (NEMA) Standards 2. National Electrical Code (NEC) 3. Underwriters Laboratory (UL and cul) 4. International Electrotechnical Commission (IEC) 1.3 QUALITY ASSURANCE A. Identification 1. Equipment shall be identified with a corrosion-resistant nameplate affixed in a conspicuous location. 2. Nameplate information shall include manufacturer s name and address, equipment model number, and serial number. 15

16 B. Manufacturer 1. Supplier shall be ISO9001 certified and have a minimum 40 years experience as a manufacturer of municipal waste water equipment and a minimum 2000 prior installations of similar equipment. 2. Supplier shall, at request, provide a list of reference sites of similar equipment for verification by the Engineer or Owner s representative. 3. Supplier shall conduct factory testing and verification of equipment prior to shipment. 4. Supplier shall have factory-owned bi-coastal service centers in USA. 1.4 SUBMITTALS A. Approval Documents Supplier shall submit approval documents in.pdf format. Submittals shall include equipment descriptions, functional descriptions, dimensional and assembly drawings, catalog data, job specific drawings and manufacturer s instructions. B. Operation and Maintenance Manuals The supplier shall submit one (1) copy of a suitable operation & maintenance manual. An electronic version shall be supplied to create additional copies. The manuals shall include equipment descriptions, operating instructions, drawings, troubleshooting techniques, a recommended maintenance schedule, recommended lubricants and recommended spare parts. C. Warranty Documentation The supplier shall submit a warranty statement clearly identifying the scope and term of the warranty. 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaging and Shipment 1. Equipment shall be packaged in containers or on skids suitable for normal shipping, handling, and storage. 2. Equipment shall be protected from rain, snow, impact and abrasion while in the possession of the carrier. B. Delivery and Acceptance Requirements Contractor shall review the contents of the shipment at time of delivery and promptly notify the carrier and supplier of any discrepancies. 1.6 WARRANTY Manufacturer s standard 12-month limited warranty shall be provided with the equipment. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Equipment shall be in accordance with these plans and specifications and shall be supplied by: 16

17 1. JWC Environmental, LLC, 290 Paularino Ave., Costa Mesa, CA 92626; Tel: PERFORMANCE REQUIREMENTS A. General Grinder shall reduce or shred influent solids for protection of downstream equipment. B. Design Summary 1. Number of grinders 1 2. Number of motor controllers 1 3. Environment rating for grinders Hazardous, subject to flooding 4. Environment rating for motor controllers Non-hazardous 5. Supply power characteristics 460 volt / 3 phase / 60 Hertz 6. Nominal stack height Nominal drum diameter, perforation size 16, 1/2 dia. hole 8. Minimum liquid handling capacity per grinder 10.6 MGD 9. Maximum head drop across cutter stack 20 max capacity 10. Cutter type Serrated 17-tooth 11. Spacer type Knurled 12. Shaft seal type Mechanical, Tungsten Carbide 13. Seal maximum pressure 90 psi (620 kpa) 14. Speed reducer type and ratio Cycloidal, 29:1 15. Installed horsepower 5 hp (3.7 kw) 16. Motor type XPNV, immersible 17. Motor service factor Minimum motor efficiency (at full load) 91.5% 19. Minimum motor power factor (at full load) 74% 20. Minimum peak shaft torque 3,995 lb-in/hp (605 Nm/kW) 21. Minimum peak force at cutter tip 1,696 lb f /hp (10,119 N/kW) 2.4 FRAME AND SUPPORTS A. General 1. Grinder shall be compatible with existing frame & supports. 2.5 GRINDER A. General Grinder shall be of two-shafted design consisting of individual cutters and spacers driven by hexagonal shafts. The cutters shall actively grab and pull material into the stack for shredding. Twin rotating perforated drums shall maximize hydraulic capacity by screening the wastewater to capture solids larger than the perforation diameter and transfer the solids to the cutter stack 17

18 for shredding. Grinder shall have upper and lower end housings to retain shaft support bearings and seals. Side rails shall provide structural rigidity while optimizing throughput and capture. Grinder shall have a motor and speed reducer to drive the cutter shafts and rotating drums. The equipment shall operate at low speed with a maximum cutter shaft speed of 60 rpm and shall be specifically designed for capturing and shredding wipes. B. Components 1. Cutters and Spacers a. Cutting stack shall be of nominal height listed in Performance Requirements. b. Cutters shall have 17 teeth and be (11.13 mm) thick. c. Spacers shall be (11.33 mm) thick. d. Cutters and spacers shall be individual disks constructed of heat treated alloy steel e. Cutter tooth height shall be not greater than ½-inch (13 mm) above the root diameter of the cutter. f. Cutter outside diameter shall not exceed a maximum 4.73" ( mm). g. Cutter thickness tolerance shall be +.000/-.001 (+.000/-.025 mm). Spacer thickness tolerance shall be +.001/-.000 (+.025/-.000 mm). h. Cutters shall be heat treated to HRc. i. Spacers shall be heat treated to HRc. j. Spacers shall have a knurled outside diameter. k. Cutter to cutter clearance shall be a maximum of (0.25 mm). l. Clearance between any cutter tip and adjacent spacer shall be nominal (0.38 mm). 2. Shafts a. Shafts shall be hexagonal, 2 (50.8 mm) across flats. b. Shafts shall be of heat treated 4140 alloy steel with a minimum tensile strength of 149,000 psi (1,027 kpa). c. Shaft hardness shall be Rockwell C. 3. Intermediate Shaft Yokes with Vertical Support (as applicable) a. Intermediate shaft yokes shall provide radial support to the shafts during severe grinding demands. b. Intermediate shaft yokes shall be constructed of 304 stainless steel, 660 bronze, and 17-4PH Stainless steel. c. Intermediate shaft yokes shall be factory lubricated with high temperature marine grade grease. d. Grease fittings shall be provided on intermediate shaft yokes for periodic maintenance. e. Vertical support shall be constructed of 304 stainless steel. f. Vertical support shall have brackets to locate and secure intermediate shaft yokes within the cutter stack. g. Vertical support shall have a shape that coincides with the radial profile of the cutters to allow for a close interface. 18

19 h. Vertical support shall have adjustable brackets for mounting to the top and bottom end housings. i. Intermediate shaft yokes and vertical support shall only be supplied on cutter stacks of 32-inches (813mm) and taller. 4. Rotating Drum a. Drums shall be of nominal diameter and perforation size listed in Performance Requirements. b. Drums shall be of 304 stainless steel. c. Nominal clearance between the drums and adjacent cutters shall not exceed (2.54 mm). 5. Side Rails a. Side rails shall be constructed of ASTM A536 ductile iron. b. Side rails shall have an adjustable UHMWPE sealing strip creating an interface between the drums and side rail to minimize clearance. c. Each side rail shall have an integral guide slot for installing into framework. 6. Shaft Bearings and Seals a. Radial and axial loads shall be borne by sealed, oversized, deepgroove ball bearings. b. Shaft seal type shall be mechanical. c. Each bearing and seal arrangement shall be incorporated into a cartridge-style housing. d. Cutter shafts shall be supported on both ends. Cantilever-style arrangements shall not be permitted. e. Dynamic and rotating seal faces shall be Tungsten Carbide with 6% Nickel binder. f. Seal cartridges shall be rated to a maximum pressure of 90 psi (620 kpa). g. O-rings shall be of BUNA-N. h. Seal cartridges shall not require flushing. i. Seals shall be rated to operate wet or dry. 7. Housings and Covers a. Housings and top cover shall be of ASTM A536 ductile iron. Bottom housing cover shall be of A36 carbon steel. b. End housings shall have integral bushing deflectors to guide solids away from seal cartridges. 8. Transfer Gears a. Transfer gears shall be of involute profile and fabricated from heat treated alloy steel. b. Transfer gear tooth design, thickness and hardness shall be suitable to transfer torque between shafts up to the rated breakdown torque of the motor. c. The interface between transfer gears shall be factory lubricated with grease to minimize wear. 9. Low Speed Coupling a. Low speed coupling shall be of type and material as listed in Performance Requirements. 19

20 b. The interface between low speed coupling halves shall be factory lubricated with grease to minimize wear. 10. Speed Reducer a. Speed reducer shall be manufactured by Sumitomo Machinery Corporation of America. b. Speed reducer shall be a cycloidal type. c. Gear motor speed reduction ratio shall be 29:1. d. Speed reducer shall be grease lubricated. 11. High Speed Coupling a. High speed coupling shall be a 3-jaw type with elastomer spider. b. The 3-jaw halves shall be of sintered iron. c. The spider shall be of BUNA-N. 12. Motor a. Motor shall be manufactured by Baldor Electric Company. b. Motor shall have characteristics as listed in Performance Requirements 13. Hoist Rings a. Grinder shall be fitted with four (4) hoist rings for lifting. b. Hoist rings shall be designed to pick the grinder above the center of gravity and ensure grinder remains suitably vertical in movement. c. Hoist rings must be suitable to bear the side loads associated with laying the grinder down in any direction. 2.6 MOTOR CONTROLLER A. Description Controller shall provide factory-programmed operation of the grinder system. Controller shall have switches, indicator lights, and other control devices. Controller shall be designed to suit the supply power and motor characteristics listed in Performance Requirements. B. Components 1. Enclosure a. Enclosure shall be fiberglass reinforced plastic, NEMA 4X. b. Enclosure shall house motor starter, PLC, and control devices. 2. Selector switches a. Selector switches shall be 22 mm, rated equal to or better than the enclosure. b. Grinder selector switch shall be three-position and indicate On- Off/Reset-Remote. 3. Pilot Lights a. Lights shall be 22 mm, LED (pilot lamp), rated equal or better than the enclosure. b. Lights shall indicate POWER ON, grinder RUN, grinder JAMMED and MOTOR FAULT. 4. Motor Starter 20

21 a. Starter shall be IEC, full voltage, reversing. b. Contactors shall have 120-volt operating coils. c. Overload relays shall be adjustable and sized to full load amperes (FLA) of the motor. 5. Control Power Transformer a. Control power transformer shall produce 120-volt AC power from the supply power. Transformer shall be sized and fused in accordance with code to accommodate the control power requirements. 6. Programmable Logic Controller a. PLC shall be a Panasonic FPX. 7. Current Transducer a. Current transducer shall be a discrete output type. b. Current transducer shall have adjustable set point from 1-135A with 200 ms or faster response time. C. Operation 1. Grinder control shall be in accordance with the setting of the On- Off/Reset-Remote selector switch. a. In the OFF/RESET position the grinder shall not run. Motor controller faults shall be cleared. b. In the ON position, the grinder shall run forward. c. In the REMOTE position, the grinder shall operate as controlled by a remote start/stop dry contact. 2. When an obstruction jams the grinder, the controller shall stop the grinder and reverse the rotation to clear the obstruction. If the obstruction is cleared, the controller shall return the grinder to normal operation. If three (3) reverses occur within a 30 second interval, the controller shall stop the grinder motor and activate the grinder FAIL indicator and relay. 3. When a motor overload or motor over-temperature condition occurs, the motor shall be de-energized, the MOTOR FAULT indicator lamp shall be illuminated and the FAIL relay shall be energized. 4. When a power failure occurs while the system is operating, the system shall return to normal operation when power is restored. 5. When a power failure occurs while the grinder is in a fail condition, the system shall return to a fail state when power is restored. The fail state shall not be cleared until reset. 6. Reset of the grinder shall be accomplished from the controller only. 2.7 FINISHES A. Paint Coatings (Ferrous Materials) Ferrous metal surfaces shall be prepared to SSPC-SP6 (Commercial Blast Cleaning) and coated with minimum 6-8 mils TDFT (total dry film thickness) paint of type and color listed in Performance Requirements. B. Paint Coatings (Previously-Coated Components) 21

22 Previously-coated components (motors, speed reducers, etc.) shall be prepared to SSPC-SP1 (Solvent Cleaning) and SSPC-SP2 (Hand Tool Cleaning) and coated with minimum 6-8 mils TDFT (total dry film thickness) paint of type and color listed in Performance Requirements. END OF SECTION 22

MODEL 16ASX T/S - SPECIFICATION

MODEL 16ASX T/S - SPECIFICATION MODEL 16ASX T/S - SPECIFICATION 1.0 General Specifications TM There will be furnished one (1) only Grind Hog Model 16ASX T/S Comminutor as manufactured by G.E.T. Industries, Inc. Rotation shall be in a

More information

SUGGESTED SPECIFICATIONS Pump Frames through 64132

SUGGESTED SPECIFICATIONS Pump Frames through 64132 TYPE HBB - HORIZONTAL SOLIDS-HANDLING WASTEWATER PUMPS Pump Frames 44081 through 64132 GENERAL Furnish and install Horizontal Flexible Coupled Dry Pit Pumping Units complete with all accessories and appurtenances

More information

SECTION PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS

SECTION PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS SECTION 22 14 36 PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTE: Delete between //----// if not applicable to project. Also delete any other item or paragraph

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Progressing Cavity Pump C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Progressing Cavity Pump C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 11938 - Progressing Cavity Pump C O N T E N T S PART 1 - GENERAL... 1 1.01 GENERAL... 1 1.02 RELATED SPECIFICATION SECTIONS... 1 1.03 MANUFACTURERS... 1 PART

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

SECTION SLUDGE HOLDING TANK DECANTER PUMP

SECTION SLUDGE HOLDING TANK DECANTER PUMP PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install all materials, labor and equipment to put into service the Sludge Holding Tank Decanter Pumping System in accordance with the

More information

HPGR200 2 HP. Capacity-U.S. G.P.M.

HPGR200 2 HP. Capacity-U.S. G.P.M. Performance RPM: 3450 Discharge: 1-1/4" Solids: 2" Wholesale Products Page: 6710-1 Section: Performance 100 80 2 HP TOTAL HEAD IN FEET 60 40 20 0 0 10 20 30 40 50 Capacity-U.S. G.P.M. 60 The curves reflect

More information

Automated Cantilevered Aluminum Sliding Gate

Automated Cantilevered Aluminum Sliding Gate Town of Derry, New Hampshire REQUEST FOR PROPOSALS B18-128 January 25, 2018 The Town of Derry - Department of Public Works is seeking proposals for: Automated Cantilevered Aluminum Sliding Gate Introduction

More information

SECTION PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS

SECTION PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS PART 1 - GENERAL 1.1 DESCRIPTION SECTION 22 13 33 PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS SPEC WRITER NOTES: 1. Delete between //----// if not applicable to project. Also delete any other item or paragraph

More information

DIVISION 15- MECHANICAL Section Fire Pumps

DIVISION 15- MECHANICAL Section Fire Pumps DIVISION 15- MECHANICAL Section 15320 Fire Pumps 1.00 PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: A. Provide pumps for fire suppression. 1.02 SECTION INCLUDES: A. Vertical Turbine Fire Pump RELATED DOCUMENTS:

More information

SUGGESTED SPECIFICATIONS

SUGGESTED SPECIFICATIONS SUGGESTED SPECIFICATIONS SERIES 3000 SUSPENDED, SCREENED WET-PIT PUMPS PART 1 GENERAL 1.1 DESCRIPTION Work Included: Under this section, the contractor shall provide all labor, equipment and material necessary

More information

Burlington Mall Road at South Bedford Street Median Improvements MIP

Burlington Mall Road at South Bedford Street Median Improvements MIP TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION at South Bedford Street Median Improvements MIP-14-7058 This is an unofficial Bid Spec. If this document is used to submit a bid, then

More information

G2DT Series Performance Data Discharge: 1-1/4 Solids: 1/4. Wholesale Products Page: JP10074SSD-1 Section: Performance Data Dated: January, 2011

G2DT Series Performance Data Discharge: 1-1/4 Solids: 1/4. Wholesale Products Page: JP10074SSD-1 Section: Performance Data Dated: January, 2011 100 Best Efficiency Point 90 80 70 TDH (ft) 60 50 40 30 20 10 The curve reflects maximum performance characteristics without exceeding full load (Nameplate) horsepower. Operation is recommended near the

More information

SECTION INFLUENT EQUALIZATION TANK PUMPS

SECTION INFLUENT EQUALIZATION TANK PUMPS PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install all materials, labor and equipment to put into service the Influent Equalization Pumps in accordance with the Contract Drawings

More information

TOWN OF HATFIELD REQUEST FOR PRICE QUOTATIONS ENERGY RETROFIT PROJECTS: Replace Town Hall Windows and Casements with Low E Replicas

TOWN OF HATFIELD REQUEST FOR PRICE QUOTATIONS ENERGY RETROFIT PROJECTS: Replace Town Hall Windows and Casements with Low E Replicas TOWN OF HATFIELD REQUEST FOR PRICE QUOTATIONS GENERAL OVERVIEW The Town of Hatfield invites price quotations from qualified contractors for the preparation of technical plans, specifications and installation

More information

SECTION ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED

SECTION ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED SECTION 08350 ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

More information

Request for Proposal # 1703 Water Damage Repair of Murray Mansion

Request for Proposal # 1703 Water Damage Repair of Murray Mansion Request for Proposal # 1703 Water Damage Repair of Murray Mansion The City of Lindsay/Lindsay Public Works Authority, Oklahoma, is accepting sealed proposals for Water Damage Repair of a historic public

More information

G2D Series Performance Data Discharge: 1-1/4 Solids: 1/4. Wholesale Products Page: JP10075SSD-1 Section: Performance Data Dated: January, 2011

G2D Series Performance Data Discharge: 1-1/4 Solids: 1/4. Wholesale Products Page: JP10075SSD-1 Section: Performance Data Dated: January, 2011 100 Best Efficiency Point 90 80 70 TDH (ft) 60 50 40 30 20 10 The curve reflects maximum performance characteristics without exceeding full load (Nameplate) horsepower. Operation is recommended near the

More information

SECTION ALUMINUM GATES

SECTION ALUMINUM GATES P.O. Box 1058 370 South Athol Rd. Athol, Massachusetts 01331 Phone: (978) 249-7924 Fax: (978) 249-3072 SECTION ALUMINUM GATES PART 1 GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor,

More information

SECTION LINEAR MOTION SLUDGE MIXERS

SECTION LINEAR MOTION SLUDGE MIXERS SECTION 11480 LINEAR MOTION SLUDGE MIXERS PART 1 -- GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish, install, adjust, finish paint and test one (1) linear motion sludge mixer for mounting

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

SECTION ROLLER GATES

SECTION ROLLER GATES GENERAL SUMMARY A. The Contractor shall provide all labor, materials, equipment, and incidentals required to furnish and install roller gates, complete and operational with all necessary accessories as

More information

SUGGESTED SPECIFICATIONS

SUGGESTED SPECIFICATIONS SOLIDS-HANDLING SUBMERSIBLE DRY-PIT PUMPS PART 1 GENERAL 1.1 DESCRIPTION Work Included: Under this section, the contractor shall provide all labor, equipment and material necessary to furnish, install,

More information

INVITATION FOR BID. April , Purchase Two Submersible Non-clog Pumps. Purchasing Depanment 4725A Moffett Road

INVITATION FOR BID. April , Purchase Two Submersible Non-clog Pumps. Purchasing Depanment 4725A Moffett Road Mobile Area Water and Sewer System 4725A Moffett Road Mobile. AL 36618-2236 Buyer II Lisa Russell (251) 694-3162 Office Irussell@mawss.com TO INVITATION FOR BID NUMBER SEPARATE SEALED BIDS FOR BIDS WILL

More information

SECTION PACKAGE BOOSTER PUMP STATIONS

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

More information

1DIVISION 15- MECHANICAL Section Fire Pumps. A. Single Stage, Double Suction, 9100 Series Horizontal Splitcase Fire Pump (Base Mounted)

1DIVISION 15- MECHANICAL Section Fire Pumps. A. Single Stage, Double Suction, 9100 Series Horizontal Splitcase Fire Pump (Base Mounted) 1DIVISION 15- MECHANICAL Section 15320 Fire Pumps 1.00 PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: A. Provide pumps for fire suppression. 1.02 SECTION INCLUDES: A. Single Stage, Double Suction, 9100 Series

More information

W ARR A NTY FAIRBANKS NIJHUIS 1600 SERIES SINGLE STAGE END SUCTION PUMPS. Certified to NSF/ANSI 372.

W ARR A NTY FAIRBANKS NIJHUIS 1600 SERIES SINGLE STAGE END SUCTION PUMPS. Certified to NSF/ANSI 372. W ST IND TRY FIR US ARR A NTY FAIRBANKS NIJHUIS 1600 SERIES SINGLE STAGE END SUCTION PUMPS Certified to NSF/ANSI 372 www.fairbanksnijhuis.com FAIRBANKS NIJHUIS 1600 SERIES Single Stage End Suction Pumps

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

More information

THE CITY OF MT. PLEASANT, MICHIGAN

THE CITY OF MT. PLEASANT, MICHIGAN THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2312 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin

More information

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S

SPECIFICATIONS - DETAILED PROVISIONS Section Horizontal Centrifugal Water Pumps C O N T E N T S SPECIFICATIONS - DETAILED PROVISIONS Section 11931 - Horizontal Centrifugal Water Pumps C O N T E N T S PART 1 - GENERAL... 1 1.01 PUMP - GENERAL... 1 1.02 CERTIFIED PUMP CURVES... 1 1.03 NPSH REQUIREMENTS...

More information

B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered.

B. Pumps are to be manufactured by Flygt Pumps. No substitutes will be considered. I. General Requirements A. This bid is for furnishing and delivering pumps for use at the Southeast Pollution Control Treatment Plant, Cesar Chavez Pump Station, Channel Pump Station, Bruce Flynn Pump

More information

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 120816SW Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., December 8, 2016 Local time

More information

INVITATION TO BID FOR PUBLIC WORKS MATERIALS

INVITATION TO BID FOR PUBLIC WORKS MATERIALS 1 February 4, 2019 INVITATION TO BID FOR PUBLIC WORKS MATERIALS CITY OF BAKER CITY BID NO.: 2019-01 BID CLOSING DATE AND TIME: February 28, 2019 2:00 P.M. PST DESCRIPTION: Ductile Iron Pipe & Fittings

More information

DRAINAGE IMPROVEMENTS 2018 Contract #18C

DRAINAGE IMPROVEMENTS 2018 Contract #18C TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS DRAINAGE IMPROVEMENTS 2018 Contract #18C-411-0034 This is an unofficial Bid Spec. If this document is used to submit a bid then you must email your contact

More information

SECTION GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT

SECTION GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT SECTION 23 05 12 GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Delete between // // if not applicable to project. Also delete

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

SPECIFICATIONS FOR ON-SITE REBUILD OF TRAVELING WATER SCREENS

SPECIFICATIONS FOR ON-SITE REBUILD OF TRAVELING WATER SCREENS SPECIFICATIONS FOR ON-SITE REBUILD OF TRAVELING WATER SCREENS 1. GENERAL 1.1. WORK INCLUDED 1.1.1. Includes all replacement parts and labor necessary for the rebuild of two Traveling Water Screens. The

More information

SECTION MECHANICAL SPECIFICATION GRIT COLLECTION EQUIPMENT

SECTION MECHANICAL SPECIFICATION GRIT COLLECTION EQUIPMENT SECTION 11322 MECHANICAL SPECIFICATION GRIT COLLECTION EQUIPMENT PART 1 GENERAL 1.01 SCOPE There shall be furnished ( ) Grit Separator Mechanism(s) suitable for installation in (a) concrete tank(s) -ft.

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

SSL-175. Specifications

SSL-175. Specifications SSL-175 Specifications Everlast Metals 10 Enterprise Court Lebanon, PA 17042 Phone: (717) 270-6554 Fax: (717) 270-6569 www.everlastmetals.com 7410 Preformed Metal Roofing PART 1: GENERAL 1.01 SECTION INCLUDES

More information

INVITATION TO BID FIRE STATION ROOF REPLACEMENT

INVITATION TO BID FIRE STATION ROOF REPLACEMENT INVITATION TO BID FIRE STATION ROOF REPLACEMENT The Village of Essex Junction, Vermont, is accepting sealed bids for the replacement of an asphalt shingle roof at the Essex Junction Fire Station. Bids

More information

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax

Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts Telephone Fax Town of Hanover Department of Public Works 40 Pond Street Hanover, Massachusetts 02339-1693 Telephone 781-826-3189 Fax 781-826-8915 www.hanoverdpw.org Victor J. Diniak Director of Public Works INVITATION

More information

SECTION SUBMERSIBLE GRINDER PUMPS FOR WASTEWATER (LESS THAN 10 HORSEPOWER)

SECTION SUBMERSIBLE GRINDER PUMPS FOR WASTEWATER (LESS THAN 10 HORSEPOWER) SECTION SUBMERSIBLE GRINDER PUMPS FOR WASTEWATER (LESS THAN 10 HORSEPOWER) 1. DESCRIPTION This specification shall govern all work necessary for furnishing, installing, and placing into operation, heavy

More information

The motor shall be high-starting torque, ball bearing, rated at 460 V, 3 phase

The motor shall be high-starting torque, ball bearing, rated at 460 V, 3 phase MODEL 41 ELECTRIC FOUR FOLD DOORS Guide Specification Template INSTRUCTIONS FOR USE EPD has provided this PDF guide template to assist in your development of an accurate document for use in specifying

More information

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

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

SD/SW/VS50 SD50 SW50 VS50

SD/SW/VS50 SD50 SW50 VS50 Performance RPM: 1550 Discharge: 1-1/2" Solids: 3/4" Wholesale Products Page: 7130-1 Section: Performance SD50 SW50 VS50 The curves reflect maximum performance characteristics without exceeding full load

More information

HYDROMATIC BV-40 SUBMERSIBLE NON-CLOG, SEWAGE EJECTOR

HYDROMATIC BV-40 SUBMERSIBLE NON-CLOG, SEWAGE EJECTOR PERFORMANCE DATA Wholesale Products Page: 7140-1 Dated: August 2002 Supersedes: May 2002 RPM: 1550 Discharge: 2 Solids: 2 8 25 7 20 5 4/10 HP HEAD-METERS 4 HEAD-FEET 15 3 10 2 0 0 20 40 60 80 Capacity-U.S.

More information

Wilo MC Self Priming, Horizontal Multi-Stage, High Pressure Pumps. Engineering Specification

Wilo MC Self Priming, Horizontal Multi-Stage, High Pressure Pumps. Engineering Specification Wilo MC Self Priming, Horizontal Multi-Stage, High Pressure Pumps Engineering Specification PART 1 - GENERAL 1.1 SUMMARY A. Furnish and install horizontal multi-stage, high pressure, self priming pressure

More information

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project.

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project. SECTION 14651 FREE STANDING JIB CRANE ***** Gorbel, Inc. manufacturers a broad range of material handling cranes including monorail, bridge, gantry, and jib cranes. Numerous work station and industrial

More information

GENERAL PROVISIONS: Furnish and install one steel deck platform motor truck scale and associated electronic controls.

GENERAL PROVISIONS: Furnish and install one steel deck platform motor truck scale and associated electronic controls. GENERAL PROVISIONS: Furnish and install one steel deck platform motor truck scale and associated electronic controls. The scale shall have a clear and unobstructed weighing surface of not less than 70

More information

Town of Skowhegan BOAT

Town of Skowhegan BOAT Town of Skowhegan INVITATION TO BID BOAT Boat, Motor and Trailer for Skowhegan Fire Department BID DUE DATE: 10 a.m. March 24 th, 2014 Contacts: Greg Dore, Interim Town Manager 207-474-6907 Shawn Howard,

More information

BID NO FOOD SERVICEE

BID NO FOOD SERVICEE INVITATION TO BID BID NO. 9809 FOOD SERVICEE POINT OF SALE EQUIPMENT TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing and delivering new Food Servicee Point of

More information

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m.

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m. Invitation to Bid Tables and Chairs Due: January 30, 2007 At 2:00 p.m. Submit Bids to: City of Elberton Attn: City Clerk s Office PO Box 70, 203 Elbert Street Elberton, Georgia 30635 FAX: 706.213.3125

More information

NOTE TO SPECIFYING ARCHITECT REGARDING SECTION CONTOUR CURTAIN AND MOTOR

NOTE TO SPECIFYING ARCHITECT REGARDING SECTION CONTOUR CURTAIN AND MOTOR NOTE TO SPECIFYING ARCHITECT REGARDING SECTION 11074 CONTOUR CURTAIN AND MOTOR 1. This curtain provides a beautiful scalloping Austrian appearance. 2. Contour curtain rises vertically forming a valance

More information

All definitions are defined according to ANSI/AWWA C

All definitions are defined according to ANSI/AWWA C SAN ANTONIO WATER SYSTEM SPECIFICATIONS FOR REDUCED-WALL, RESILIENT-SEATED GATE AND TAPPING VALVES FOR WATER SUPPLY SERVICE 4 IN. THROUGH 48 IN. ANSI/AWWA C515-01 July 2017 1. SCOPE This product specification

More information

SECTION VEHICLE LIFTS. B. Section Basic Electrical Materials and Methods: Power and controls wiring.

SECTION VEHICLE LIFTS. B. Section Basic Electrical Materials and Methods: Power and controls wiring. SECTION 14450 VEHICLE LIFTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Skylifts. 1.2 RELATED SECTIONS A. Section 03300 - Concrete: Footings and foundations. B. Section 16050 - Basic Electrical Materials and

More information

RAOUL WALLENBERG HIGH SCHOOL SECURITY COILING GRILLE SFUSD PROJECT NO SAN FRANCISCO UNIFIED SCHOOL DISTRICT SECTION 08330

RAOUL WALLENBERG HIGH SCHOOL SECURITY COILING GRILLE SFUSD PROJECT NO SAN FRANCISCO UNIFIED SCHOOL DISTRICT SECTION 08330 SECTION 08330 PART 1 - GENERAL 1.1 SUMMARY A. Work Included: Provide all labor, materials, necessary equipment, services and included but limited to all related work to complete security coiling grille

More information

special needs surface trajectory costs. High Efficiency 3. 4.

special needs surface trajectory costs. High Efficiency 3. 4. Aire-O2 Turbo Aerator Superior Surface Aeration Technology y. surface aerators were developed for the special needs of the pulp and paper industry, food processors, the petrochemical industry and municipalities.

More information

SINGLE STAGE END SUCTION PUMPS AURORA Series. Distributed By: Model 3804

SINGLE STAGE END SUCTION PUMPS AURORA Series.  Distributed By: Model 3804 Model 3804 AURORA 3800 Series SINGLE STAGE END SUCTION PUMPS Distributed By: Flow-Tech Industries 4601 South Pinemont, Suite 100 Houston, Texas 77041 Phone: 713.690.7474 Fax: 409.882.0254 sales@flow-tech.com

More information

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities

Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of DPW Facilities Town of Burlington, MA Request for Qualifications Owner s Project Manager (OPM) Services for the Design and Construction of In accordance with Massachusetts General Laws, Chapter 149, Sec. 44A½, the Town

More information

High Light. Motors are fully submersible Pumps can handle up to 2 spherical solids Indoor and outdoor installation Easy installation and removal

High Light. Motors are fully submersible Pumps can handle up to 2 spherical solids Indoor and outdoor installation Easy installation and removal High Light Motors are fully submersible Pumps can handle up to 2 spherical solids Indoor and outdoor installation Easy installation and removal For sump and rain water Control system available Fiberglass

More information

TURBINE WATER & FIRE HYDRANT METERS. BID OPENING: Monday, March 24, 2014

TURBINE WATER & FIRE HYDRANT METERS. BID OPENING: Monday, March 24, 2014 Department of Finance City Hall Room 105A, 30 Church Street Rochester, New York 14614-1281 www.cityofrochester.gov Bureau of Purchasing PRINTED NAME OF BIDDER TURBINE WATER & FIRE HYDRANT METERS Invitation

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

SHEF40. Performance Data. Wholesale Products Page: Section: Performance Data Dated: April 2002 Supersedes: January 2001

SHEF40. Performance Data. Wholesale Products Page: Section: Performance Data Dated: April 2002 Supersedes: January 2001 Performance RPM: 1550 Discharge: 1-1/2" Solids: 3/4" Wholesale Products Page: 6680-1 Section: Performance Dated: April 2002 Supersedes: January 2001 The curves reflect maximum performance characteristics

More information

DISTRIBUTION TRANSFORMER SPECIFICATION #

DISTRIBUTION TRANSFORMER SPECIFICATION # DISTRIBUTION TRANSFORMER SPECIFICATION #1212.03 15kV Single Phase Submersible Transformer Stainless Steel 12/2/2011 Page 1 of 8 1. SCOPE This specification covers single-phase submersible transformers

More information

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

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

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

SUBMERSIBLE PUMPS FOR WASTEWATER (S-114)

SUBMERSIBLE PUMPS FOR WASTEWATER (S-114) SUBMERSIBLE PUMPS FOR WASTEWATER (S-114) 1. DESCRIPTION This specification shall govern all work necessary for furnishing, installing, and placing into operation the submersible pumps with accessories

More information

A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manuals.

A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manuals. Page 221429-1 SECTION 221429 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

CITY OF PLACERVILLE, CALIFORNIA DEVELOPMENT SERVICES DEPARTMENT ENGINEERING DIVISION

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

More information

SK50. Performance Data TOTAL HEAD IN FEET HEAD-METERS 6 SK50 SK Liters/Second Capacity-U.S. G.P.M.

SK50. Performance Data TOTAL HEAD IN FEET HEAD-METERS 6 SK50 SK Liters/Second Capacity-U.S. G.P.M. Performance RPM: 1750 Discharge: 2" Solids: 2" Wholesale Products Page: 6270-1 Section: Performance 12 40 9 30 HEAD-METERS 6 3 TOTAL HEAD IN FEET 20 10 SK60 0 0 Capacity-U.S. G.P.M. 20 40 60 80 100 120

More information

B. Wiring Diagrams: For power, signal, and control wiring.

B. Wiring Diagrams: For power, signal, and control wiring. Page 221429-1 SECTION 221429 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

Diffused Aeration Piping Equipment

Diffused Aeration Piping Equipment 1.0 General 1.1. The specifications in this section include all components of the Diffused Aeration System with the exception of the individual diffuser units. Refer to additional specification sections

More information

DIVISION 33 UTILITIES SECTION PACKAGED SEWAGE GRINDER PUMPING UNITS

DIVISION 33 UTILITIES SECTION PACKAGED SEWAGE GRINDER PUMPING UNITS DIVISION 33 UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: The work specified in this Section consists of providing an Environmental One grinder pump(s) unit with tank, internal piping and

More information

CITY OF KENOSHA PUBLIC WORKS DEPARTMENT- STREETS DIVISION CARBIDE PLOW CUTTING EDGES, COVER BLADES AND CURB GUARDS PROPOSAL NO.

CITY OF KENOSHA PUBLIC WORKS DEPARTMENT- STREETS DIVISION CARBIDE PLOW CUTTING EDGES, COVER BLADES AND CURB GUARDS PROPOSAL NO. CITY OF KENOSHA PUBLIC WORKS DEPARTMENT- STREETS DIVISION CARBIDE PLOW CUTTING EDGES, COVER BLADES AND CURB GUARDS PROPOSAL NO. 18-18 INSTRUCTIONS TO BIDDERS Sealed bids will be accepted by the City of

More information

SECTION FUEL-FIRED UNIT HEATERS

SECTION FUEL-FIRED UNIT HEATERS SECTION 23 55 33 PART 1 - GENERAL 1.1 DESCRIPTION A. This Section includes gas-fired unit heaters. SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable

More information

SECTION SECURITY GRILLES 670 SERIES UPCOILING SECURITY GRILLE

SECTION SECURITY GRILLES 670 SERIES UPCOILING SECURITY GRILLE SECTION 08 33 00 SECURITY GRILLES 670 SERIES UPCOILING SECURITY GRILLE Display hidden notes to specifier by using Tools / Options / View / Hidden Text. On newer versions of Microsoft Word click on round

More information

LIQUID-SPECIFIC PRODUCT LINE: ABRASIVE LIQUID PUMPS SERIES DESCRIPTION OPERATING RANGE: IMPROVEMENTS NOMINAL FLOW RATES:

LIQUID-SPECIFIC PRODUCT LINE: ABRASIVE LIQUID PUMPS SERIES DESCRIPTION OPERATING RANGE: IMPROVEMENTS NOMINAL FLOW RATES: SERIES 4624B (Cast Iron - Replaces Series 4625 Models) Page 410.1 Issue K SERIES DESCRIPTION The Abrasive Liquid Series heavy duty internal gear pumps utilize hard parts in key wear areas, combined with

More information

MAST ARMS: ALUMINUM, TRUSS TYPE AND DAVIT TYPE

MAST ARMS: ALUMINUM, TRUSS TYPE AND DAVIT TYPE ELECTRICAL SPECIFICATION 1453 DIVISION OF ENGINEERING DEPARTMENT OF TRANSPORTATION CITY OF CHICAGO REVISED MARCH 14, 2013 MAST ARMS: ALUMINUM, TRUSS TYPE AND DAVIT TYPE SUBJECT 1. This specification covers

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

REQUEST FOR BID FOR HOLLY RIDGE WASTEWATER TREATMENT PLANT TREATMENT LAGOON AERATION EQUIPMENT

REQUEST FOR BID FOR HOLLY RIDGE WASTEWATER TREATMENT PLANT TREATMENT LAGOON AERATION EQUIPMENT REQUEST FOR BID FOR HOLLY RIDGE WASTEWATER TREATMENT PLANT TREATMENT LAGOON AERATION EQUIPMENT The Onslow Water and Sewer Authority (hereinafter referred to as ONWASA) is requesting bids from vendors for

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

All definitions are defined according to ANSI/AWWA C b. Flanged Joint: The flanged and bolted joint as described in ANSI/AWWA C110/A21.10.

All definitions are defined according to ANSI/AWWA C b. Flanged Joint: The flanged and bolted joint as described in ANSI/AWWA C110/A21.10. 21-02 SAN ANTONIO WATER SYSTEM SPECIFICATIONS FOR RESILIENT-SEATED GATE AND TAPPING VALVES FOR WATER SUPPLY SERVICE ANSI/AWWA C509-01 3 IN., 4 IN., 6 IN., 8 IN., 10 IN., 12 IN., 16 IN., & 20 IN. Revised

More information

Specifications. For Installation of Hurricane Shutters or Sliding Glass-Enclosure Doors. The Dunes of Naples I, II, Sea Grove

Specifications. For Installation of Hurricane Shutters or Sliding Glass-Enclosure Doors. The Dunes of Naples I, II, Sea Grove Specifications For Installation of Hurricane Shutters or Sliding Glass-Enclosure Doors The Dunes of Naples I, II, Sea Grove Table of Contents Resolution of the Board of Directors...Page 3 Insurance Requirements..Page

More information

SUBMERSIBLE SEWAGE EJECTOR

SUBMERSIBLE SEWAGE EJECTOR PERFORMANCE DATA Wholesale Products Page: 6270-1 RPM: 1750 Discharge: 2 Solids: 2 12 40 HEAD-METERS 9 6 3 TOTAL HEAD IN FEET 30 20 10 SK60 0 0 Capacity-U.S. G.P.M. 0 20 40 60 80 100 120 Liters/Second 0

More information

SECTION [ ] COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here)

SECTION [ ] COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here) SECTION 08332 [08 33 13] COILING COUNTER DOORS Display hidden notes to specifier. (Don't know how? Click Here) PART 1 GENERAL 1.1 SECTION INCLUDES A. Coiling Metal Counter Doors. B. Coiling Metal Counter

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

SECTION CONVECTORS

SECTION CONVECTORS SECTION 23 82 33 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph

More information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

More information

INVITATION TO BID. August 3, Dear Vendor,

INVITATION TO BID. August 3, Dear Vendor, INVITATION TO BID August 3, 2016 Dear Vendor, Enclosed you will find a bid package for a Route 13 Water Main Project Materials for the City of Seaford. All pertinent information is contained within. The

More information

SK75/100. Performance Data TOTAL HEAD IN FEET HEAD-METERS 6 SK100 SK Liters/Second Capacity-U.S. G.P.M.

SK75/100. Performance Data TOTAL HEAD IN FEET HEAD-METERS 6 SK100 SK Liters/Second Capacity-U.S. G.P.M. Performance SK75/100 RPM: 1750 Discharge: 2" Solids: 2" Wholesale Products Page: 6300-1 Section: Performance 12 40 9 30 HEAD-METERS 6 3 TOTAL HEAD IN FEET 20 10 SK75 SK100 0 0 Capacity-U.S. G.P.M. 20 40

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information

NOTES: 2:00 1, N.

NOTES: 2:00 1, N. INVITATION TO BID Sealed quotations will be received for the City Council of The City of Lake Forest in the office of Michael Thomas, Director of Public Works, 800 N. Field Drive, Lake Forest, Illinois,

More information

High Light. Motors are fully submersible Pumps can handle up to 2½ spherical solids (for 3 Discharge pumps only) Indoor and outdoor installation

High Light. Motors are fully submersible Pumps can handle up to 2½ spherical solids (for 3 Discharge pumps only) Indoor and outdoor installation High Light Motors are fully submersible Pumps can handle up to 2½ spherical solids (for 3 Discharge pumps only) Indoor and outdoor installation Easy installation and removal For sump and rain water Control

More information

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE FORMAL BID 2018-109 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS EQUIPMENT SERVICES DEPARTMENT CHIP SEAL AGGREGATE BID SUBMISSION DEADLINE & LOCATION TUESDAY, FEBRUARY 27, 2018 3:00 PM Mailing Address: 614

More information

Soundmaster & Modernfold TECHNICAL DATA

Soundmaster & Modernfold TECHNICAL DATA This specification along with product information and model details can be downloaded from www.modernfold.com SPECIFICATION - SECTION 08 35 13 ACCORDION FOLDING DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information