SPECIAL SPECIFICATION. Atmos Energy - Natural Gas Distribution System
|
|
- Rosanna Powell
- 5 years ago
- Views:
Transcription
1 2004 Specifications CSJ , etc. SPECIAL SPECIFICATION 5191 Atmos Energy - Natural Gas Distribution System 1. Description. This Item will govern the installation of approximately two thousand feet of 18-line pipe, including the installation of 2 each TDW type Stopple fittings, approximately three hundred feet of 4-in. line pipe, and related 8-in. and 4-in. tie-ins, to remove and relocate the existing crossing of LBJ Interstate Highway 635 at Town East Blvd., in the City of Mesquite, Dallas County, Texas for of all facilities belonging to Atmos Energy Corporation (formerly known as TXU Gas), hereinafter referred to as Owner, and the Department. This will include any facilities not shown in the plans, as directed by Owner. Special provisions exist for this utility installation, Contractor to refer to the project Special Provisions for details regarding: As-Built Documentation, Inspection, Subcontracting, Final Acceptance, Insurance Requirements and Indemnification. Only an Owner approved contractor will perform this utility work. The Contractor through his utility Sub-Contractor will perform Owner s installation as detailed in this specification. The term Sub-Contractor is used in this specification when referring specifically to the Owner approved contractor. The General Contractor and all Sub-Contractors will be required to follow and adhere to all Owner and Department procedures, guidelines, and the specific Construction Specifications noted herein. All work performed in the construction of this facility will meet as a minimum the requirements of the following codes: A. Code of Federal Regulations Title 49 Part 191 & 192 Transmission of Natural and Other Gas by Pipeline. B. ANSI-B31.8 Gas Transmission and Distribution Piping Systems C. API Standard 1104 Standard for Welding Pipelines and Related Facilities 2. Materials. A. Owner will furnish all permanent distribution materials such as pipe, fittings, wrap, valves, etc as more specifically noted on the Owner Drawings and the Specifications noted herein, including welder qualification test pipe. Owner will also supply radiographic testing (x-ray) for non-destructive inspection. 1) Line pipe will be in. O.D., in. and in. wt, Gr. X42 ERW. All in. pipe will be coated with mil of FBE coating and all in
2 bored piping will be coated with mils Powercrete (or equivalent). The approximate total quantity is 2000 ft. Average joint length is 40 ft. or approximately fifty (50) joints. 2) Line pipe will also be O.D., wt, X42, ERW. All pipe will be coated with mil of FBE coating. The approximate total quantity is three hundred 300 ft. Average joint length is 40 ft. or approximately 8 joints. 3) 90 and 45 deg. weld ells will be in. O.D., in. wt, Y42, 3-D radius B. Line Pipe will be picked up at vendor s pipe yard, and transported to job site by Sub- Contractor at Sub-Contractor s expense, on trucks capable of ROW transport/stringing. C. The Sub-Contractor will supply all other consumable material not listed in Owner Drawings or within this specification required to properly complete the installation will be furnished by the Sub-Contractor, unless otherwise noted. The following list is not intended to be all-inclusive and Sub-Contractor will be responsible for providing all other customary material as may be required to complete the project, which may not be specifically listed below. 1) Welding equipment and all miscellaneous welding materials including welding rods. 2) All timbers or other materials, required to store, move or erect pipe, piping, structures, and other facilities and equipment. 3) Sub-Contractor s temporary buildings and latrines. Sub-Contractor will remove all such temporary structures immediately upon completion of job. 4) All fencing; permanent or temporary. 5) Material for test manifolds required to facilitate hydrostatic pressure tests, over and above the material supplied by Owner for hydrostatic test. 6) All material required to restore roads to their original condition. 7) Pigs for cleaning, filling, sizing, and dewatering pipeline. 8) All material required for coating field joints and making coating repairs. 9) All cement, concrete aggregate, ready mixed concrete, sand, crushed stone, form lumber, form clamps, form oil, creosoted timbers, nails, spikes, tie wires, reinforcing steel bars, mesh, chairs, bar supports, concrete hardener, and waterproofing. 10) Paint, primer, equipment and paint thinner for painting all above ground facilities and sand for sandblasting. 11) Fill dirt, Geo Tec Grid (or equivalent) and fabric, gravel material, RCP culverts, pad dirt, rock shield, sacks of sand and/or cement required for sack breakers and for support. 12) All materials furnished by Sub-Contractor and entering into the permanent construction will be new and of the specifications prescribed by Owner. Sub- Contractor will make all arrangements for ordering, receiving and storing materials that it furnishes. Owner reserves the right to approve the source of supply and manufacturer of all materials
3 furnished by Sub-Contractor that will be a part of the permanent construction. Sub- Contractor will not place orders for any materials of this type until Owner has had the opportunity of exercising this option. D. Backfill. All backfill and bedding operations will be in accordance with Item 400, "Excavation and Backfill for Structures," as described herein and as directed. E. Pavement. The Sub-Contractor will remove and replace pavement surfaces in accordance with Item 400 Excavation and Backfill for Structures. 3. Construction. A. Sub-Contractor. All activities associated with the installation and removal of Owner facilities are to be facilitated by an Owner approved Sub-Contractor. This includes all excavations and boring operations associated with the installation operations. Refer to the special provisions to the contract for this Owner for a sample list of current Owner approved contractors. Other qualified Contractors not included in the list are allowed, if approved by Owner. 1) Sub-Contractor will call and/or notify DIG TESS and any other known utilities (i.e. Department, local municipalities, subdivision developer, land owners, etc.) and have utilities located in the area of construction prior to any excavation activity. 2) Owner operations personnel are to be notified 48 hours prior to exposing any pipeline tie-in points. Owner operations personnel will be on site during this excavation. 3) Sub-Contractor will give notification to Owner, at least 48 hours prior to starting, and is required to have an Owner Representative on-site during all construction activities. B. Schedule. 1) Sub-Contractor is to complete the enclosed Proposed Sub-Contractor Schedule sheet and return to TXDOT with its bid proposal for Owner review and approval. 2) Construction activities are restricted as follows (unless otherwise expressly consented by Owner or Department): October 1st through January 2 nd. For the portion of the project located on the Mesquite Independent School Property ROW, construction can only take place during June 1 through July 15, and on other partial days/hours as expressly consented to by Owner. Sub-Contractor is required to give 2 weeks prior notice to the Owner before mobilizing onto the worksite. C. Access/Easement/Working Room. 1) Access to the site will be via public streets and private property near the site
4 2) Temporary working space has been secured by Owner and the Department. See Owner supplied drawings for details. 3) At Sub-Contractor s expense, Sub-Contractor is to return disturbed ROW to preconstruction grade and contours to the extent practicable and to the satisfaction of the Owner Representative and the Department. D. Construction Staking. 1) Owner s provided for, and designated land surveying contractor will place proposed pipeline centerline and elevation stakes (at non-standard depth areas) on site prior to construction activity. E. Environmental. Sub-Contractor will be required to be familiar with and adhere to the procedures, guidelines, rules, and/or recommendations of any other Governmental or local entity that may have jurisdictional authority that may have more stringent requirements to that of the Owner or Department. 1) Sub-Contractor will adhere to the project SWPP PLAN and any additional SWPP plan requirements designated by the on-site Owner Representative at Sub- Contractor s expense. Sub-Contractor will also be required to be familiar with and adhere to the procedures, guidelines, rules, and/or recommendations of any other Governmental or local entity that may have jurisdictional authority that may have more stringent requirements to that of the Owner or TXDOT. 2) The General Contractor and/or the Sub-Contractor will provide to the on-site Owner Representative, a copy of the Notice of Intent ( NOI ), Signature Page, and copies of all communication and correspondence with the Environmental Protection Agency (EPA) for the TXDOT provided SWPP Plan. 3) Best Management Practices (BMP s) will be implemented by the Sub-Contractor. Sub-Contractor will submit for Owner approval, install, and maintain this plan. F. Safety. a. Mud or dirt from the job site is to be kept off the adjacent roadways. b. Sub-Contractor will be responsible for following all other requirements mandated by the Department and other applicable jurisdictional agencies. c. Sub-Contractor supplied spill prevention kits will be placed on job site by the Sub-Contractor. d. Sub-Contractor to coordinate with Owner Representative for disposal of Asbestos Containing Material (ACM) utilizing Owner designated disposal Sub-Contractor. 1) All Sub-Contractor and Sub-Contractor employees that are working on the job site, visiting the job site, or supporting this project (i.e. trucking, management, etc ) must comply with Owner s safety procedures and guidelines. 3) All traffic control is to conform to the TEXAS MANUAL ON UNIFORM
5 TRAFFIC CONTROL DEVICES for streets and highways. Sub-Contractor will submit to Owner, install, and maintain a Safety Plan, incorporating the Department and other jurisdictional requirements. 4) Tires or other protective devices are to be used when crossing asphalt or concrete roads with track equipment to protect the roadway and curbs from damage. G. Trench Excavation. Trench excavation and backfilling as required to complete the natural gas distribution system installation will be performed in accordance with Item 400, "Excavation and Backfill for Structures", as outlined herein, as shown on the plans and as directed. All bell holes and ditches will satisfy the latest rules/standards of OSHA. An OSHA approved Competent Person must be on the job site at all times. The competent person(s) will be identified to the Owner at the pre-construction meeting and will give a copy of their current OSHA certification to the Owner Representative. Blasting to perform the excavation will not be allowed unless authorized in the plans or in writing by the Engineer. Only an Owner approved Contractor will perform any excavations required for the installation of the permanent natural gas system. 1) Classification of Excavations. No classification of excavated materials will be delineated. Excavation and trench work will include the removal and subsequent handling of all materials excavated in accordance with Item 400, "Excavation and Backfill for Structures." 2) Excavation Below Grade. Any part of the bottom of the trench excavated below the grade shown on plans will be corrected with approved material and compacted in a manner as described in Article of Item 400, "Excavation and Backfill for Structures" and as directed. 3) Trench Excavation Protection. All trench excavation will be accomplished in accordance with Item 402, "Trench Excavation Protection." Sub-Contractor will be responsible for sub-contracting qualified personnel to professionally engineer all bell holes 20 ft. in depth or greater. All expenses related to the engineering services, additional soil analysis, and implementing the designs are to be incurred by the Sub-Contractor. H. Pavement. The Sub-Contractor will remove pavement and surfaces as part of the trench excavation in accordance with Item 400, "Excavation and Backfill for Structures". I. Concrete Removal & Restoration. The Sub-Contractor will remove pavement and surfaces as part of the trench excavation. The removal and restoration of pavement and surfaces will be based upon the minimum trench width and will be in conformance with Item 361 Full Depth Repair of Concrete Pavement and Item 104 Removal of Concrete. The Sub-Contractor will use such methods as sawing, drilling or chipping to assure the breaking of the pavement along straight lines. If the Sub-Contractor removes or damages pavement or surfaces beyond the limits
6 specified above, such pavement or surfaces will be repaired or restored at the expense of the Sub-Contractor. J. Natural Gas Distribution System. 1) Welding. The Sub-Contractor is required to be familiar with and adhere to previously supplied Owner Welding Procedures, as well as Publication Standard API Should there be a conflict between the Owner Welding Procedures and the API Standard, the more stringent procedure will be followed. Copies of the Owner Welding Procedure are available upon request. a. All welders working on this project will hold a current Welder Qualification Card (API-1104 Multiple) issued by Owner. b. All non-qualified welders will be tested pursuant to an Owner approved Welding Procedure. Testing of welders, including the establishment and approval of a welding procedure in accordance with API 1104, ASME B31.3 and Owner Pipeline Welding Specifications. Sub-Contractor will supply rods. d. Sub-Contractor s welders are to be qualified for the Welding Procedure by an Owner welding inspector at the Owner s designated facility, at the job location, or at Sub-Contractor s yard as may be mutually agreed upon between parties. e. For all testing, Sub-Contractor will supply the test pipe. f. All welding rods, oxygen, and acetylene are to be supplied by the Sub- Contractor. g. Material Inspection/Handling. i. The Sub-Contractor will be solely responsible for all material and pipe after custody of it has been transferred to him. Sub-Contractor will replace any damage to material or pipe at Sub-Contractor s expense. ii. Pipe will be loaded, hauled, and unloaded in a manner and with such equipment as required to prevent any damage to the pipe coating, pipe walls, or pipe ends. h. Pipe Laying. i. All pipe coating will be tested for holidays by utilizing a holiday detector as it is being lowered into the ditch line. ii. If rock is encountered, at the discretion of the Owner, all pipe will be wrapped with rock shield. Sub-Contractor will supply all rock shield and tape. iii. All line pipe field joints will be sandblasted and all field applied Fusion Bond Epoxy Coatings (FBE) will be applied as described in plans and as
7 directed by Owner. Sub-Contractor will follow and adhere to per the manufacturer and suggested installation and handling procedures for all FBE and Powercrete coating applications. If approved by Owner, the specific, actual coating that will be used for the project, may have different application and product specifications from what is shown within the attachments. Sub-Contractor is responsible for obtaining specifications, maintaining, storing, and installing all coating products per the specific manufacturer s recommended specifications. K. Non-destructive Examination (NDE) of Welds. Sub-Contractor will coordinate with Owner for non-destructive examination of all welds. Exams will be performed at Owner s expense. 1) 100% of all welds will be non-destructively tested. Radiographic Inspection (Xray) units will be provided and coordinated by the Owner on-site representative. Radiographic Inspection costs will be an Owner expense, reimbursable to Owner by Department. 2) All NDE work will be performed in accordance with API L. Horizontal Directional Drilling. Sub-Contractor will coordinate with an Owner approved drilling contractor, at Sub-Contractor s expense. The Sub-Contractor will be solely responsible for all material and pipe after custody of it has been transferred to him. Sub-Contractor will replace any damage to material or pipe at Sub- Contractor s expense. Pipe will be loaded, hauled, and unloaded in a manner and with such equipment as required to prevent any damage to the pipe coating, pipe walls, or pipe ends. LBJ Interstate Highway 635 (station to station approximately 427 ft. bore) may be drilled using a Horizontal Directional Drill (HDD) technique. Sub-Contractor to provide a drilling plan for Owner approval. Owner has provided a general profile drawing of the proposed drill location. Sub- Contractor to field verify all foreign utility locations M. Tie-ins. 1) Lock-out/Tag-out procedure will be performed by Owner and Sub-Contractor. Sub-Contractor will follow Owner procedures for Lock-out/Tag outs. 2) Sub-Contractor will supply air movers for use on this project. Sub-Contractor will be responsible for providing air compressors, and related equipment and personnel to vacate pipeline segments of gaseous mixture. 3) Sub-Contractor will coordinate with an Owner approved tapping and plugging contractor for coordinating and scheduling the tapping and plugging operation, at Sub-Contractor s expense. The Sub-Contractor will supply Owner approved labor and hand tools to support Owner Operations in preparation for decommissioning the existing pipeline for final tie-ins, including the installation
8 of Owner supplied, Department reimbursed, stopple fittings, temporary alternate feed lines during tie-ins, and re-commissioning the newly installed pipeline. 4) Sub-Contractor will provide Owner approved stoppling service and equipment necessary to open the line and insert the stoppling tool, and upon completion, install Owner supplied completion plug and blind flange. N. Hydrostatic Testing. Sub-Contractor will be required to perform a hydrostatic test of all installed piping per Owner approved procedures. Hydrostatic test duration and details are shown on the Owner Drawings. 1) Testing. a. Sub-Contractor to provide a chart showing temperature and pressure to Owner with the closing documentation. b. All pumps, hoses, frac tanks, etc., necessary to divert, store, or use the water is to be supplied by the Sub-Contractor. c. Test heads, end caps, and other testing material will be provided by the Sub- Contractor. d. Water for the hydrotest can be obtained through a fire hydrant via a water meter from the City or other suitable municipal source, to the extent that the water must be drinkable. All expenses related to obtaining the water will be at the Contractor s expense, including third party meter fees. 2) Discharge. Owner will be responsible for hauling off all test water and obtaining the appropriate disposal permit(s). All expenses related to water disposal will be at Owner s expense. 3) Pigging New Section. Sub-Contractor will supply to Owner, a Drying Plan for Owner approval. Sub-Contractor is to pig the pipeline to determine that it is free of debris and dry per Owner standards. O. Removals. All removals will be in conformance with Item496, Removing Structures. Removals by an Atmos Energy approved Sub-Contractor are limited to those required for the successful installation of the new natural gas facility. All other natural gas piping removals required for this project can be performed by a Sub- Contractor other than the Owner approved Sub-Contractor once the facility has been abandoned in place. Sub-Contractor performing the removals must confirm with Owner and or it s representative prior to removing any segment of pipe from the project site. 1) ACM Removal. Sub-Contractor to coordinate with Owner Representative for disposal of Asbestos Containing Material (ACM) utilizing Owner designated
9 4. Measurements. disposal Sub-Contractor. A. Trench Excavation and Backfill. This Item will not be measured for payment but will be considered subsidiary to the structure installed in the trench. B. Trench Excavation Protection. Trench Excavation protection will be measured in accordance with Item 402, "Trench Excavation Protection." C. Cut and Restore Pavement. This Item will not be measured for payment but will be considered subsidiary to the structure installed in the trench. D. Concrete Removal & Restoration. The removal of concrete curb, sidewalk, driveways, medians and/or islands required to be removed and replaced due to the installation of natural gas facilities will not be measured separately but will be considered subsidiary to the various bid Items. Replacement of such items will be measured per foot or square foot as dimensioned and detailed on the plans. E. Natural Gas Distribution System. Pipe will be measured by plan footage installed of the size and type specified in the plans. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, Plans Quantity Measurement. Additional measurements or calculations will be made if adjustments of quantities are required. Materials provided by Sub-Contractor will not be measured for payment but will be considered subsidiary to the pipe installation. 1) Stopples and tie-in to 18 in.. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 2) Non-destructive Examination of Welds. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 3) Horizontal Directional Drilling. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 4) Testing. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 5) Service tie-ins. These Items will not be measured directly for payment but will be considered subsidiary to the main installed. F. Removals. This Item will be a plan footage in conformance with Item 496 Removing Structures. 5. Payment. A. The work performed and materials furnished in accordance with this Item and
10 measured as provided under "Measurement" will be paid for at the unit price bid for the Items hereinafter described. The prices will be full compensation for hauling all materials; for all excavation and backfill; for trench excavation protection; dewatering, shaping and fine grading of trench; for cutting and restoring pavements; for removing and replacing concrete surfaces; for placing, and testing pipe and for all other items of material, labor, equipment, tools; for all testing and incidentals necessary to complete the work in accordance with the plans and specifications. B. Trench Excavation and Backfill. Payment for excavation and non-stabilized backfill for the natural gas system will not be paid for directly but will be considered part of the price bid for the specific pipe size installed. C. Trench Excavation Protection. Payment will be made in accordance with Item 402, "Trench Excavation Protection" for Trench Protection (Gas). D. Natural Gas Distribution System. Payment for pipe installation will be by the foot for Pipe (Gas) of the size and type of pipe specified on the plans, complete-inplace. This price will be full compensation for warehousing, hauling, excavating, furnishing and placing backfill, boring, steel casing, testing, replacing pavement structure, sod, riprap, curbs or other surface; for installing all fittings, wrapping, pipe stacks and vents; and for all labor, tools, equipment and incidentals necessary to complete the work. 1) Stopples and tie-in to 18 in. This Item will not be paid directly will be considered subsidiary to the pipe installed. 2) Non-destructive Examination of Welds. This Item will not be paid directly but will be considered subsidiary to the pipe installed. 3) Horizontal Directional Drilling. This Item will not be paid directly but will be considered subsidiary to the pipe installed. 4) Testing. This Item will not be paid directly but will be considered subsidiary to the pipe installed. E. Removals. Payment for this Item will be made by foot of pipe removed for Removal (Gas) as detailed on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, Plans Quantity Measurement. Additional measurements or calculations will be made if adjustments of quantity are required
2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL
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 informationRIGHT-OF-WAY PERMIT APPLICATION
PERMIT EXPIRES 180 DAYS AFTER DATE OF ISSUANCE. RIGHT-OF-WAY PERMIT APPLICATION DESCRIPTION OF WORK: (Mark all applicable) Pavement Cut: Directional Bore: Sewer / Water Connection: Driveway Apron: Sidewalk
More informationITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2
Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This
More informationAPPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI
APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: _100.00 Date: / / Receipt No: APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE,
More informationTOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:
TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION
More informationOPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS
SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES
More informationCHAPTER 2 REQUIREMENTS FOR STATEWIDE ONE-CALL NOTIFICATION CENTER
CHAPTER 2 REQUIREMENTS FOR STATEWIDE ONE-CALL NOTIFICATION CENTER 001. These regulations shall apply to the operating procedures of the state-wide one-call center and the qualifications, appointment, retention,
More informationJANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,
ADDENDUM NO. 3 TO THE PLANS AND SPECIFICATIONS for STREET AND STORM SEWER IMPROVEMENTS ON HANCOCK AND WASHINGTON STREETS for the FRENCH LICK REDEVELOPMENT COMMISSION ORANGE COUNTY, INDIANA MEI PROJECT
More informationTRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.
TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation
More informationCITY OF TAMPA ADDENDUM 2. April 18, 2018
CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM 2 April 18, 2018 Contract 17-C-00021; Citywide Water Meter Bidders on the above referenced project
More information2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD
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 informationFees: An application fee of one hundred dollars ($100) shall be included with the application submission.
Town of Conway, NH Construction/Driveway Permit Adopted by the Board of Selectmen, November 26, 1996 Applicability: In accordance with NH RSA Chapter 236 and the legislative authority cited in 131-1, 131-67.C.8.(j),
More informationGENERAL PROVISIONS I. WORK REQUIREMENTS
GENERAL PROVISIONS I. WORK REQUIREMENTS 1. Inspection The Permittee shall request initial inspection from the County at 408-573-2429 a minimum of twenty-four (24) hours prior to any work being performed.
More informationCHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT
CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,
More informationAPPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY. Name of Owner: Name of Applicant: Address of Applicant: City: State: Zip:
Town of Chino Valley Public Works Department 1982 Voss Dr., #201 Chino Valley, AZ 86323 Phone: 928-636-7140 Fax: 928-636-7141 APPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY Date: Permit #:
More informationVillage of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)
Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN
More informationApplying for a Kinder Morgan Canada. Proximity Permit. Design and Construction Guidelines CANADA
Applying for a Kinder Morgan Canada Proximity Permit Design and Construction Guidelines CANADA A Guide to Applying for a Kinder Morgan Canada Proximity Permit Kinder Morgan Canada operates the Trans Mountain
More informationCity of Bowling Green Department of Public Works
City of Bowling Green Department of Public Works 1011 College Street P.O Box 430 Bowling Green, KY 42102-0430 Phone: 270-393-3628 Fax: 270-393-3050 TDD: 1-800-618-6056 Web Address: www.bgky.org Attention
More informationTOWN OF NORTH HERO MUNICIPAL WATER DEPARTMENT
TOWN OF NORTH HERO MUNICIPAL WATER DEPARTMENT PREFERRED CONTRACTOR POLICY ANNUAL SERVICE DOCUMENTS AND TERMS Adopted by the North Hero Water Board May 8, 2017 TOWN OF NORTH HERO MUNICIPAL WATER DEPARTMENT
More informationElectric Service Information Sheet Georgia Power Company
Electric Service Information Sheet Georgia Power Company Project: Location: Developer: (Name of S/D or Customer) (Street Address or road Name) (Developer s Name) Georgia Power Company (the Company) will
More informationGladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5
Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan
More informationRailroad-DOT Mitigation Strategies (R16) Resurfacing Agreements
Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects
More informationQUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID
QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement
More informationADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project
County of El Paso Purchasing Department 500 East San Antonio, Room 500 El Paso, Texas 79901 (915) 546-2048 / Fax: (915) 546-8180 ADDENDUM 1 To: From: All Interested Proposers Claudia Sepulveda, Bid Clerk/Buyer
More informationCURB CUTS SPECIFICATIONS AND STANDARDS
City of Elmira, New York CURB CUTS SPECIFICATIONS AND STANDARDS Just a click away Effective Date: April 1992 This document, the Curb Cut Permit Application, and other specifications and standar ds are
More informationFOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT
40555 Utica Road P.O. Box 8009 Sterling Heights, MI 48311-8009 TEL 586-446-2720 FAX 586-276-4061 CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT
More informationWATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016
SECTION 6 ENGINEERING STANDARDS CHAPTER 8 PIPE INSTALLATION 6.1. GENERAL CONSTRUCTION STANDARDS The following is in addition to Denver Water Engineering Standards Chapter 8 - Pipe Installation. All excavations
More informationCITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS
1 2 3 4 5 6 MOBILIZATION per the General Requirements, Sections 01292 and 01721 ALLOWANCE for Differing Site Condition per the General Requirements, Sections 01212 and 01253 ALLOWANCE for Participating
More informationBID TABULATION BID REQUEST NO
BID TABULATION BID REQUEST NO. 13-1046 1 LOWEST RESPONSIVE BIDDER Dakota Contracting Bidder: Corporation D & G Concrete Bidder: Construction, Inc. Carl V. Carlson Bidder: Company Address: 431 NORTH PHILLIPS
More informationRight-of-Way Construction Permit Application
Address Permit # Date Approved: Right-of-Way Construction Permit Application APPLICANT INFORMATION Company s Legal Name (Owner of Facilities) Address City State Zip (Area Code) Telephone # 24-Hour Emergency
More informationBARTOW COUNTY UTILITY PERMIT PROCEDURES
BARTOW COUNTY UTILITY PERMIT PROCEDURES A Utility Permit is required for utility work as specified in the Bartow County Utility Accommodation Ordinance. Work in a Bartow County right-of-way without a permit,
More informationDESIGN VARIANCE REQUIREMENT & FORM
00 00 01 DESIGN VARIANCE REQUIREMENT 1. GENERAL A. The Project Variance Request Form must be submitted by the Design Professional and / or Contractor for any deviations from The University of Georgia Design
More informationRock Chalk Park - Infrastructure Report. July 2013
Rock Chalk Park Infrastructure Report July 2013 The following report is the first monthly report for the construction of infrastructure at Rock Chalk Park. The format follows the sections outlined in the
More informationPART A ROADWAY - BASE BID
May 10, 2016 HEB-MC-61 PART A ROADWAY - BASE BID 202(A) - UNCLASSIFIED EXCAVATION - CY 34,946.00 $ 6.00 209,676.00 $ 7.98 $ 278,869.08 205(A) - TYPE A-SALVAGED TOPSOIL - LSUM 1.00 $ 22,500.00 $ 22,500.00
More informationPOWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS
POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS The following requirements apply to all subcontractors including tier subcontractors, vendors, deliveries, visitors and the like (herein known
More informationPERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS
CONTRACTOR OWNER/ AGENT APPLICANT CITY OF DALY CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 333 90 th Street, 1 st Floor, Daly City, CA 94015 Tel: (650) 991-8064 Fax: (650) 991-8243 ENGINEERING
More informationEXCAVATION PERMIT GUIDELINES
TOWN OF HANOVER, NEW HAMPSHIRE PUBLIC WORKS DEPARTMENT PO Box 483, 194 Lebanon St TEL. 643-3327 FAX. 643-0736 EXCAVATION PERMIT GUIDELINES 1. Application & Permit (Page 1 & 2): a. Application must be filled
More informationADDENDUM No. 1 January 29, Paving Program Village of Milford
ADDENDUM No. 1 2018 Paving Program Village of Milford The following changes, additions, and/or clarifications to the Contract Documents shall be incorporated in said documents and shall be allowed for
More informationProject No Paving & Seal Coat of 52 nd Street NE
I. TABLE OF CONTENTS I. TABLE OF CONTENTS II. APPROVAL OF ENGINEER III. INFORMATION TO BIDDERS IV. GENERAL PROVISIONS V. SPECIAL PROVISIONS VI. BIDDER S PROPOSAL Project No. 0077 Paving and Seal Coat of
More informationNON-MOTORIZED FACILITIES
NON-MOTORIZED FACILITIES POLICY The Board of Road Commissioners of the County of Kalamazoo non-motorized policy provides a guideline for the development of non-motorized facilities in the public right-of-way.
More informationBID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012
Page 1 BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO. 87786 BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012 ROADWAY 1 201 CLEARING AND GRUBBING 1 LUMP $4,500.00 $4,500.00 $10,016.00
More informationCrushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:
Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and
More informationUnderground Utility Line Protection Act AKA Damage Prevention Act. HB2627 ACT 187 Signed: 12/19/96 PN Effective: 12/19/96 to 12/31/06
Underground Utility Line Protection Act AKA Damage Prevention Act HB2627 ACT 187 Signed: 12/19/96 PN1460 1996 Effective: 12/19/96 to 12/31/06 73 P. S. 176 et. seq. Reprinted by Pennsylvania One Call System,
More informationSpartanburg County Roads & Bridges 9039 Fairforest Road Spartanburg, South Carolina Telephone Fax
Spartanburg County Roads & Bridges 9039 Fairforest Road Spartanburg, South Carolina 29301 Telephone 864-595-5320 Fax 864-595-5364 ENCROACHMENT PERMIT APPLICATION Applicant s Name Address City, State, Zip
More informationa. RIGHTS-OF-WAY. PG&E will own, operate, and maintain Distribution Main Extension facilities only:
Revised Cal. P.U.C. Sheet No. 21543-G Cancelling Revised Cal. P.U.C. Sheet No. 18801-G GAS RULE NO. 15 Sheet 1 APPLICABILITY: This rule is applicable to the extension of gas Distribution Mains* necessary
More informationBIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.
More information2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)
2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction) Project Information The Glen at Widefield Filing No. 9 PDD File: SF-185 9/25/2018 Project Name Section 1 - Grading and Erosion
More informationFor Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.
Job 11-4518 Solicitation B-12-059-DD PROPOSAL of BID PROPOSAL, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER STEM: Pursuant to Instructions Invitation
More informationCITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $
RESOLUTION NO 2015078 STREETS LS Traffic Control (5% of construction cost) 5% $ LS Clear & Grub Site (5% of construction cost) 5% $ EA Tree Removal $ 800.00 $ CY Concrete Removal $ 300.00 $ CY AC Pavement
More informationAllen County Highway Engineering Department Problems and Progress
Allen County Highway Engineering Department Problems and Progress K a r l J o h n s o n Allen County Highway Engineer Fort Wayne, Indiana IN T R O D U C T IO N The present and future traffic demands and
More informationROAD OPENING PERMIT APPLICATION. Instructions
ROAD OPENING PERMIT APPLICATION Instructions Submit completed application forms, $15.00 application fee, and a sketch of the proposed work to: Department of Planning and Zoning Plainsboro Township 641
More informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under
More informationWASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103
WASHTENAW COUNTY ROAD COMMISSION The following is (1) a list of the activities which utility companies will be allowed to undertake in Washtenaw County road Right-of-Way under a Blanket Permit ; and, (2)
More informationThe City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.
Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.
More informationCITY OF JENKS COMMERCIAL BUILDING PERMIT P.O. Box N. Elm Jenks, OK 74037(918)
CITY OF JENKS COMMERCIAL BUILDING PERMIT P.O. Box 2007 211 N. Elm Jenks, OK 74037(918) 299-5883 CERTIFICATE OF OCCUPANCY: DATE RECEIVED: BUILDING ADDRESS: LOT: BLOCK: ADDITION: SECTION: TOWNSHIP: RANGE:
More informationREQUEST FOR PROPOSALS. Demolition
JEFFERSON COUNTY, WEST VIRGINIA Engineering Department 116 East Washington Street P.O. Box 716 Charles Town, West Virginia 25414 Phone: 304-728-3257 Email: engineering@jeffersouncountywv.org Fax: 304-728-3953
More informationSUBDIVISION IMPROVEMENTS AGREEMENT
SUBDIVISION IMPROVEMENTS AGREEMENT THIS AGREEMENT, made between GLEN DEVELOPMENT COMPANY, hereinafter called the "Subdivider," and El Paso County by and through the Board of County Commissioners of El
More informationMaster Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.
, Segments 2-4 Chapter 6: Preliminary Cost Estimates Table of Contents 6.1 Details of Facilities... 17 6.2 Pre-Development and Facility Feasibility... 1 6.2.1 Planning... 1 6.2.2 Environmental Mitigation...
More informationINVITATION TO BID BL050-15
April 30, 2015 INVITATION TO BID BL050-15 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for New Meter Installations for the Department of Water
More information6.0 MONITORING AND CONTINGENCY PLANS
6.0 MONITORING AND CONTINGENCY PLANS 6.1 MONITORING The primary objective of compliance and effects monitoring is to confirm whether mitigation and protective measures are effectively implemented and to
More informationREIMBURSEMENT GUIDELINES AND BILLING PROCEDURES FOR UTILITY ADJUSTMENTS
REIMBURSEMENT GUIDELINES AND BILLING PROCEDURES FOR UTILITY ADJUSTMENTS Right of Way Division October, 2003 Table of Contents INTRODUCTION...3 GENERAL...3 GENERAL REQUIREMENTS...3 GUIDELINES...3 FINAL
More informationSPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT
SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT
More informationMULTNOMAH COUNTY, OREGON
MULTNOMAH COUNTY, OREGON DEPARTMENT OF COMMUNITY SERVICES LAND USE & TRANSPORTATION PROGRAM RIGHT-OF-WAY PERMIT SECTION 1620 SE 190TH AVENUE PORTLAND, OREGON 97233 503-988-3582 - FAX: 503-988-3389 APPLICATION
More informationCITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018
CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex 2017-2018 April 4, 2018 Great Basin Engineering CLEARING EARTHWORK 1 337.01200 Mobilization @ Per Lump Sum 1 LS $445,350.00 $ 445,350.00 $481,768.00
More informationOwner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.
TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location
More informationPublic Works Maintenance STORMWATER AND
Public Works Maintenance STORMWATER AND TRANSPORTATION Mission Statement T H E P U B L I C W O R K S M A I N T E N A N C E D I V I S I O N I S T H E M A I N C U S T O D I A N A N D P R I N C I P A L C
More informationPUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Application for Qualification
PUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Contractors whose names appear on the Roster may submit job proposals for contracts in the amount of less than three hundred thousand
More informationLAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT
2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and
More informationCITY OF PALM DESERT PUBLIC WORKS DEPARTMENT
BEFORE YOU CAN PERFORM ANY CONSTRUCTION OR MAINTENANCE WORK IN THE PUBLIC RIGHT-OF-WAY, YOU MUST HAVE A VALID ENCROACHMENT PERMIT ISSUED BY THIS DEPARTMENT This work includes but is not limited to driveway
More informationARTICLE I. Section 1. "City" shall mean the City of Marion, Linn County, Iowa.
RULES AND REGULATIONS GOVERNING THE MUNICIPAL WATER WORKS IN THE CITY OF MARION, IOWA, AND ADOPTED BY THE BOARD OF TRUSTEES OF THE MUNICIPAL WATER WORKS OF THE CITY OF MARION, IOWA. The following rules
More informationRight-of-Way Utilization Permit Please complete a separate application for each road
Right-of-Way Utilization Permit Please complete a separate application for each road Applicant Name: Date: / / Name Permit Will Be Returned To: Section Township Range Street Address Road Name / City, State,
More informationDraft Post Oak Savannah Groundwater Conservation District Groundwater Well Assistance Program (GWAP)
Draft Post Oak Savannah Groundwater Conservation District Groundwater Well Assistance Program (GWAP) Post Oak Savannah Groundwater Conservation District 310 East Avenue C Milano, TX 76556 512.455.9900
More informationWater and Wastewater System Schedules of Rates and Charges and Fees As of July 1, 2015
Water and Wastewater System Schedules of Rates and Charges and Fees As of July 1, 2015 East Bay Municipal Utility District Oakland, California Photos on cover: EBMUD crew replacing 16-inch diameter pipeline
More information2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE
PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01 11 01 SAFETY, HEALTH, AND EMERGENCY RESPONSE A. Pursuant to Section 107 of the Contract Work Hours and Safety Standards Act and DOL Regulations set forth in
More informationInstruction to Bidders: 1. Please select the currency of your choice, only one currency, either USD or SDG in filling up the Rates. # DESCRIPTION QTY UNIT UNIT RATE (USD/SDG) Total (USD/SDG) 1 Geophysical
More informationROCKLAND ELECTRIC COMPANY B.P.U. NO. 3 - ELECTRICITY. 1st Revised Leaf No. 18 Superseding Original Leaf No. 18 GENERAL INFORMATION
1st Revised Leaf No. 18 Superseding Original Leaf No. 18 No. 15 IDENTIFICATION OF EMPLOYEES Company employees or agents authorized to enter upon its customers premises are provided with photo identification
More informationCITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST
CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST Applicant shall provide three (3) copies of the following attachments: Geotechnical Report (Soils Report with grading specifications and
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for: Underground/Above Ground Storage Tank Work, will be received until 2:00 p.m. Wednesday, February 15, 2017, in the, New Castle County Government Center,, (Telephone: 302-395-5250).
More informationStandard Specifications for Work on Railroad Property
Standard Specifications for Work on Railroad Property Section 1. Section 2. Section 3. Section 4. Section 5. Section 6. Section 7. Section 8. Section 9. Section 10. Section 11. Section 12. Section 13.
More informationGP-4-1 of 9 GP-4 SCOPE OF WORK
GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,
More informationDunkirk Gas Corporation. Dunkirk Natural Gas Pipeline Project. Exhibit 6. Economic Effects of Proposed Facility
Dunkirk Gas Corporation Exhibit 6 Economic Effects of Proposed Facility EXHIBIT 6: ECONOMIC EFFECTS OF PROPOSED FACILITY This Exhibit addresses the requirements of 16 NYCRR 86.7 regarding the direct and
More informationUNDERGROUND UTILITY LINE PROTECTION LAW - OMNIBUS AMENDMENTS Act of Dec. 19, 1996, P.L. 1460, No. 187 Cl. 66 Session of 1996 No.
UNDERGROUND UTILITY LINE PROTECTION LAW - OMNIBUS AMENDMENTS Act of Dec. 19, 1996, P.L. 1460, No. 187 Cl. 66 Session of 1996 No. 1996-187 HB 2627 AN ACT Amending the act of December 10, 1974 (P.L.852,
More informationOil & Gas Supplemental Questionnaire
Oil & Gas Supplemental Questionnaire Section I Operational Summary GENERAL INFORMATION AND OPERATIONS Effective Date: Broker: Insured: Physical Address: City: ST: Zip Code: Mailing Address: City: ST: Zip
More informationLETTING : CALL : 056 COUNTIES : MILLE LACS
S T A T E O F M I N N E S O T A PAGE : -1 NUMBER OF DAYS: 0 BRIDGE COUNT : 3 CONTRACT DESCRIPTION : GRADING, BIT PAVING & SURFACING, ROUNDABOUT, AND BRIDGES. CONTRACT LOCATION: LOCATED ON T.H. 95 AT THE
More informationROAD CROSSING AGREEMENT FOR SUB-SURFACE FACILITIES. - and - NAME ADDRESS CITY, POSTAL CODE
Vulcan County File: [Type text] Applicant File: [Type text] ROAD CROSSING AGREEMENT FOR SUB-SURFACE FACILITIES THIS AGREEMENT made the [Type text]day of [Type text]2009. BETWEEN: VULCAN COUNTY a municipal
More informationCITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT
CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring
More informationREQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS
REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,
More informationBid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221
Bid : 7379 GENERAL 1 2 3 4 @ unit $ total $ @ unit $ total $ @ unit $ total $ @ unit $ total $ G-1.1 Mobilization 1 LS $ 450,000.00 $ 450,000.00 $ 720,000.00 $ 720,000.00 $ 750,000.00 $ 750,000.00 $ 530,000.00
More informationBID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.
PAVING IMPROVEMENTS 101 Mobilization and Bonds, LS 1 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 $ 225,000.00 102 Right-of-way Preparation LS 1 $ 365,500.00
More informationresidential property. A one-call notification system may be for a region of the state or statewide in scope, unless federal law provides otherwise.
CHAPTER 62 ARTICLE 14 Excavation Damage to Pipelines and Underground Utility Lines Section 62-14-1 Purpose and intent. 62-14-2 Definitions. 62-14-3 Excavation. 62-14-4 Emergency excavation. 62-14-5 Marking
More informationBID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $
2018 Annual Water Distribution Leak Repairs Contract, Package 1 SAWS Job Nos. 18-0103 (O&M) and 18-1401 (CIP) Solicitation No. B-18-001-JG BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting
More informationHYDROSTATIC TEST PLAN
Engineering and Projects HYDROSTATIC TEST PLAN Terminal Piping Enbridge Pipelines Inc. Tank 80 at Regina Terminal AFE: 1241021C80 Rev Date Status Description Initiator Approver 1 06/12/15 Issued Issued
More informationGENERAL LICENSE PROCESS INSTRUCTIONS
GENERAL LICENSE PROCESS INSTRUCTIONS Licensing Process: 1. Once the application package is received by Jones Lang LaSalle Brokerage, Inc. (JLL), the application and drawing will be forwarded to the engineering
More informationRevised Cal. P.U.C. Sheet No E Cancelling Original Cal. P.U.C. Sheet No E. ELECTRIC RULE NO. 15 Sheet 1 DISTRIBUTION LINE EXTENSIONS
Revised Cal. P.U.C. Sheet No. 20093-E Cancelling Original Cal. P.U.C. Sheet No. 15575-E ELECTRIC RULE NO. 15 Sheet 1 APPLICABILITY: This rule is applicable to extension of electric Distribution Lines*
More informationPower Construction Company CCIP Program Safety Requirements
Introduction The following safety requirements (herein known as safety requirements) apply to all subcontractors including tier subcontractors, employees, consultants, vendors, deliveries, visitors and
More informationNOTICE TO BIDDERS CONCRETE CONSTRUCTION
ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County
More informationOIL & GAS SERVICE CONTRACTOR SUPPLEMENTAL
OIL & GAS SERVICE CONTRACTOR SUPPLEMENTAL REQUIRED FOR QUOTATION: (To Be Accompanied By ACORD Forms As Applicable) The following schedules must be provided in order to receive a quotation for coverage
More information19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown
19th & Barker Roundabout / Waterline Improvement Project No. 56CP12901(C) Cost Breakdown Engineering Fees: Original Contract $ 71,861.00 Additional Services $ 8,744.00 Waterline Contract $ 17,500.00 TOTAL
More informationCHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES
CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES _ A Construction Staging Plan is required prior to permit issuance for all commercial and multi-family residential projects. It is intended to reduce
More information964 East Street, Suite 205 / PO Box 910 Pittsboro, NC WATER TREATMENT PLANT LAGOON BIOSOLIDS REMOVAL & DISOPSAL PROJECT
964 East Street, Suite 205 / PO Box 910 Pittsboro, NC 28312 919-542-8270 WATER TREATMENT PLANT LAGOON BIOSOLIDS REMOVAL & DISOPSAL PROJECT September 2016 INTRODUCTION LOCATION Chatham County is seeking
More information