Georgetown County Water And Sewer District

1y ago
10 Views
1 Downloads
970.76 KB
16 Pages
Last View : 16d ago
Last Download : 3m ago
Upload by : Joanna Keil
Transcription

Georgetown County WaterAnd Sewer DistrictProject 20-35FY21 Sewer CCTV InspectionBidding Package

Bid SummaryGeorgetown County Water and Sewer DistrictOwner456 Clearwater DrivePO Box 2730Pawleys Island, SC 29585AddressFY 20 SEWER CCTV INSPECTION – PROJECT #20-35Sealed bids for the cleaning and CCTV inspection of the sewer gravity system located in theWaccamaw Neck area of Georgetown County are due on or before Thursday October 29, 2020 at2:00 PM. Pricing shall include unit pricing for all labor, equipment, and materials for propercleaning, televising, and PACP coding of the required area. Work shall be done by followingGeorgetown County Water and Sewer District (GCWSD), South Carolina Department of Healthand Environmental Control (SCDHEC), and South Carolina Department of Transportation(SCDOT) requirements and regulations. . The contractor shall certify compliance with the S.C.Illegal Immigration Reform Act. Without in anyway limiting a party’s liability, or responsibilityunder the agreement, the Contractor will, at its sole expense, procure and maintain in effect duringthe term of this Agreement, with respectable and financially responsible insurance companies thefollowing minimum insurance. Approved contractors shall submit certificates of insurance to theDistrict for the following policies: Comprehensive general liability insurance, including personalinjury liability, Blanket contracted liability, and Property damage liability coverage, GeneralAggregate 1,000,000, Personal injury 1,000,000, each occurrence 500,000, automobile bodilyinjury and property damage liability insurance covering owned, non-owned, rental, or hired autos.The combined single limit for bodily injury and property damage shall not be less than 500,000,statutory workers compensation and employee liability insurance as required by state law,Professional liability insurance in an amount not less than 100,000. NO BID, PERFORMANCEOR PAYMENT BONDS will be required for this project.The sealed Bids/Proposals shall be received by the Georgetown County Water and SewerDistrict at their office located at 456 Clearwater Drive, Pawleys Island, S.C. until 2:00 PM,\\GTOWNSERV01\data\Developer Projects\Project Files 2020\20-35 - FY21 Outsourced CCTV Inspection\Bidding\Bid Summary 20-35.doc

Thursday, October 29, 2020. If mailing your Bid, mail to PO Box 2730 Pawleys Island, SC29585. Georgetown County Water and Sewer District is not responsible for late mail delivery.The District reserves the right to reject any and all Bids.September 22, 2019Matt LowenbachGeorgetown County Water and Sewer District456 Clearwater DrivePawleys Island, SC 29585\\GTOWNSERV01\data\Developer Projects\Project Files 2020\20-35 - FY21 Outsourced CCTV Inspection\Bidding\Bid Summary 20-35.doc

REQUEST FOR PROPOSALSForGEORGETOWN COUNTY WATER AND SEWERDISTRICTCLOSED CIRCUIT TELEVISION (CCTV) INSPECTION AND SEWER PIPE CLEANING SERVICESSeptember 2020I.INTRODUCTIONThrough this Request for Proposals (RFP), Georgetown County Water and Sewer District (GCWSD) issoliciting a proposal from firms for closed circuit television (CCTV) inspection services and sanitary sewercleaning services throughout the sewer collection system. The intent of this solicitation is to select a qualifiedcontractor for cleaning and inspection services based on qualifications and price. The decision made byGeorgetown County Water and Sewer District is final. GCWSD reserves the right to reject any or allapplicants, in whole or in part, as may, in the judgment of GCWSD, serve its best interest and to waive minorirregularities and informalities in any proposal.GCWSD anticipates that at the conclusion of the RFP process, it will name the successful contractor andnegotiate a final contract based on the services detailed below that GCWSD finds to be in its best interest.The selected contractor will be responsible for working closely with District staff and its representatives toensure proper inspection is performed on all specified sewer mains.II. REQUEST FOR PROPOSALS SUBMITTAL PROCEDURESA. Contact Person for QuestionsSubmit all questions related to this RFP in writing to the following contact person(s) by October22, 2020 at 5:00 pm. To assure consistent information is disseminated to all proposers; questionsrelated to this RFP are to be asked to other District staff only with the knowledge and consent ofthe contact person(s) named below.Matt LowenbachPO Box 2730Pawleys Island, SC, 29588Email: mattl@gcwsd.comPhone: 843-436-6156Only questions answered in writing via addendum will be binding. Oral and other interpretationsshall be without legal effect. All such addenda or clarifications/modifications shall become part ofthe Contract Documents.B. RFP ScheduleThe following timeline contains the anticipated dates of major milestones related to this RFP:Pre-submittal ConferenceProposal Due DateOctober 15, 2020 at 10:00amOctober 29, 2020 at 2:00pm

Proposal Evaluation / Board ApprovalNovember 12, 2020If, based on the proposals submitted, the District decides to conduct presentations then theshort- listed firms will be notified.C. Pre-Submittal ConferenceContractors that are interested in submitting a proposal are encouraged to attend a nonmandatory pre-submittal conference on October 15, 2020 at 10:00 am at the address of 456Clearwater Drive, Pawleys Island, SC 29585. Attendees should be familiar with this RFP andindicate to the above reference contact person if they will be attending. The meeting will includean overview of the project and a review of RFP requirements.D. Number of Submittals and Cover LetterProposer shall submit one (1) hard copy of their proposal. The proposal shall be in a sealedenvelope addressed to Georgetown County Water and Sewer District, Post Office Box 2730,Pawelys Island, SC 29585. Each sealed envelope containing a proposal must be plainly markedon the outside as “PROPOSAL FOR FY21 CCTV”. The envelope should also bear on theoutside the Proposer’s name, address, and license number.Please note that GCWSD’s mailing address is PO Box 2730, Pawleys Island, SC 29585 andphysical address is 456 Clearwater Drive, Pawleys Island, SC 29585. Mail by way of USPS willnot be delivered to the physical address.E. Deadline for SubmittalsProposals are due no later than October 29, 2020 at 2:00 pm. Proposals that are deliveredafter this time will be considered nonresponsive. GCWSD is not responsible for mailingdelays.F. Discretion of Georgetown County Water and Sewer DistrictFor the purposes of this RFP, “applicant” or “contractor” shall mean any contractor presenting theirqualifications for the Closed Circuit Television (CCTV) Inspection and Cleaning program. Closecoordination of activities with GCWSD operating staff will be required. The successful Applicant willbe required to furnish all labor, materials, equipment, tools, and services required to complete theCCTV inspection and sanitary sewer cleaning in accordance with the Specifications. Any companythat proposes is responsible for familiarizing themselves with the area and project scope. Theintent of this solicitation is to make a selection based on both qualifications and cost.Of course, once a contract is signed, the parties to the contract may enforce the contract accordingto its terms as allowed by applicable law.III. STATEMENT OF QUALIFICATIONSThe proposal shall provide the following information and be in the format listed below:

A. Project Performance and Firm ExperienceProvide information for similar projects conducted in the last 10 years. Include projects that are mostsimilar in scope to this project. Provide documentation of successful completion of CCTV inspectionsfrom prior contracts. Please include specific experience on projects that includes difficult and off-roadaccess, and the methods / equipment utilized to perform CCTV/cleaning. Provide information on eachproject including the following:1. Project Name, Location, and Owner2. Project Manager with email and phone contact information3. Linear feet and pipe diameters inspected4. Contract Dates, start to completion – indicate if contract time was exceeded5. Description of Contract6. Contractor’s project manager overseeing project7. Number of years the Contractor has been regularly engaged in similar municipalwork.B. Personnel Qualifications and ExperienceThe contractor shall designate a project manager that has experience on projects of similar size andscope. Provide information on staff’s individual years of experience being regularly engaged in similarmunicipal work. The following qualifications will also be considered in this evaluation:1. Show the applicant's corporate organizational chart and provide number ofemployees. Emphasize years of CCTV inspection experience and experience onsimilar projects for key personnel.2. Certifications3. Experience with municipal clients closely consideredC. EquipmentDetail the equipment readily available to the applicant to perform required CCTV inspection activities.The Contractor shall also have ample repair parts and supplies to maintain all equipment properly.Detail the equipment readily available to the applicant to perform off-road CCTV inspection activities.Provide detailed information relating to the financial resources of the Contractor.Equipment shall be compatible with Granite Net software. The Contractor shall use DISTRICTPROVIDED COMPUTERS with Granite Net Software installed. The contractor shall label CCTVvideo inspections based on the sewer mains PW ID or any other identifiers that GCWSD requires.Identifiers will be required in order to share the database onto GCWSD’s GIS systems. Work willnot be accepted if the database cannot be shared.D. CostThe contractor shall provide a unit price cost for all work shown in the specification section asdetailed below in Exhibit A.IV. EVALUATION CRITERIAIn considering a prospective applicant for selection, the District shall be the sole judge of the firm’s

qualifications, whether or not the applicant possesses a sufficient number of experienced qualifiedpersonnel and has a demonstrated record of providing timely and high quality inspection services.A. Project Understanding and ApproachDuring evaluation of project performance, emphasis will be placed on recent projects of a similar sizeand nature to the District’s project, including applicant’s ability to meet the required specified servicesand response time.B. Personnel Qualifications and Project ExperienceQualifications of the project manager, lead and back-up technicians, and others with an active roleon the project are critical. Persons holding a professional engineering license and/or certificationsheld such as NASSCO certified inspectors shall be noted.C. EquipmentEasy access to or ownership of all necessary equipment to complete the work identified in thespecifications is required.D.CostProposals shall include unit prices for the work as specified in Exhibit A.E.Evaluation of ProposalsProposals will be evaluated by Georgetown County Water and Sewer District based on the pointsystem outlined below:CriteriaProject Understandingand ApproachExperience /Qualifications /EquipmentReferencesCost of ServicesDescription Description/understanding of required servicesOverall plan of project executionNarrative of the approach of the project requirementsExplain how firm will ensure excellent communication from ProjectManager, how will project oversight and administration becoordinated, including any partnering and/or subcontractorarrangementsQAQC processPercent of CCTV footage that is reviewed in QAQC processKey personnel detailsInformation on Firm’s experienceEquipment listing and availabilityAbility to perform work in off road environmentDescribe the amount of the Work the company can accomplish in 1yearCurrent project listing and completion datesClient reference listCompletion of Cost of Services ProposalTOTAL SCOREMaximumScore20201050

TECHNICAL SPECIFICATIONS – CLEAN, FLOW CONTROL, AND CCTV INSPECTION1. SCOPE: The Contractor shall furnish all licensing, equipment, materials, labor and supervision, as may benecessary to provide for completion of the work as described elsewhere.2. COMPLIANCE WITH APPLICABLE LAWS: The Contractor shall be fully and solely responsible for the safework and complete safety compliance of the Contractor's employees and agents, in accordance with allapplicable Federal, State and local laws and regulations as may apply, including, but not limited to OSHAParts 1910 and 1926.3. NOISE ORDINANCE: The Contractor shall comply with the District’s noise ordinance which, generally,prohibits construction activities, without prior written approval by the engineer, between the hours of11:00 p.m. and 7:00 a.m., seven days per week and in the vicinity of religious establishments at such timesas their religious services are being conducted. Normal working hours shall be from 8:00am until 5:00pmMonday through Saturday, unless Contractor has received prior written permission from the District.4. SUBCONTRACTING: No work shall be subcontracted by the Contractor without the prior writtenauthorization of GCWSD.5. SPECIFIC WORK LOCATIONS: The District shall designate the specific areas in which the Contractor willwork. The District reserves the right to direct the Contractor to move from place to place, including outsideof the initial areas for the performance of the work set forth in this contract. The Contractor shall beresponsible for the safe and nondestructive movement of his equipment across roadways, streams,wetlands, yards and other obstacles, by the use of mats, temporary stream crossings, or other equipmentas may be needed. The Contractor shall be responsible for the transportation of its equipment from placeto place on appropriate truck/trailer equipment as may be needed.6. WORK PRECAUTIONS: The Contractor shall work in a skillful manner and shall exercise extreme cautionnot to damage any property outside the easement by any means. The Contractor shall be responsible forrepair or restoration of any and all damage to property outside the area of work designated by GCWSD,due either to normal work procedures or to the negligence of the Contractor or employees or agentsthereof. The District may, in writing, require the Contractor to remove from the project any employeethe District deems to be incompetent or careless.7.NOTICE TO PROCEED: No work will commence until such time that a preconstruction conference is heldand Contract documents are executed.8.ACCESS: GCWSD will designate a potential means of access to all areas in which work is to be performedunder this contract. The Contractor shall not work outside the District easements for any purpose,including access, unless directed by the District.9.EQUIPMENT AND MANPOWER: The Contractor shall perform the work with equipment and manpowerthat will produce the desired results, both specified and those implied by the Contract Documents.10. PROGRESS: If the Contractor fails to make acceptable progress, as defined by the Engineer, the Ownershall have the right to:a. suspend the work until the Contractor can demonstrate that he or she can produce at an

acceptable rate, orb. terminate the contract.If either of the above situations occur then the Contractor shall not receive any additional compensationother than what work was performed11. PAYMENT: GCWSD will pay the unit price as provided in the quotation on a monthly progress paymentbasis, based upon the Contractor’s submittal on an acceptable form.12. CLEANUP: The Contractor shall keep the work site clean and orderly, free of debris and discardedmaterials. The contractor shall leave all work areas free of debris or disturbed ground, such as ruts, etc.that will inhibit the access of any equipment, or cause water to pond or be directed in an abnormal way.The Contractor shall have a vac-truck on site and in use for clean-up of the debris in the gravity sewer.Failure to remove loosened debris and flushing it downstream, shall result in damages charged to theContractor based on equipment and labor charges by the District to remove said debris.13. WEEKLY REPORTS: The Contractor shall provide to the Engineer a weekly report concerning all workperformed. The weekly report needs to be completed by Tuesday for work performed the previous week.This shall include the CCTV database that summaries the coding of segments between manhole numbersand reaches.14. WATER: The contractor shall utilize water from GCWSD. Water shall only be obtained through the use ofa Hydrant flow meter, complete with a back flow device issued by the District. The contact for watersupply is:Matt Lowenbach 843-436-6156, Mattl@gcwsd.com15. CONFINED SPACE: As the Contractor encounters confined spaces, proper safety equipment, including airmonitoring devices and lifting equipment shall be used. Contractor staff shall be trained in working withinconfined spaces and shall have a competent safety person assigned on site.16. SPECIAL REQUIREMENTS: The Contractor shall make note of the Special Requirements containedelsewhere in this document.

SANITARY SEWER CLEANING1. GENERAL: The designated sanitary sewers shall be cleaned of root intrusion, sedimentation, and foreignmaterials, by the Contractor using hydraulically propelled, high velocity jet, or mechanically poweredequipment. The use of chemical root treatments or grease solvents by the Contractor shall not be permitted.Selection of the equipment used shall be at the option of the Contractor and shall be based on the conditionof the pipe at the time work commences. The equipment and methods selected shall be approved by theEngineer.The equipment used by the Contractor shall be capable of removing roots, dirt, grease, rocks, sand, othermaterials, and obstructions from the sewer pipe and manholes. The Contractor shall effectively clean eachsanitary sewer for the purpose intended or shall restore sewers to minimum of 95% of the internal pipediameter. The Contractor shall also clean manhole walls, benches, and inverts of all such debris, as directed.2. HYDRAULICALLY PROPELLED EQUIPMENT: The use of sewer cleaning balls or other hydraulically propelledequipment that cannot be collapsed will not be permitted. The flow of sewage shall be utilized by theContractor to provide the necessary pressure to propel hydraulic cleaning devices. The use of additional waterfrom hydrants or other public outlets to supplement the normal flow of sewage for this purpose will not bepermitted.3. HIGH‐VELOCITY JET CLEANING: High velocity jet cleaning equipment shall be constructed for ease and safetyof operation. The equipment shall have a selection of high velocity nozzles as may be necessary to producea scouring action from 15 to 45 degrees in all size pipes designated to be cleaned.The equipment shall also include a high‐velocity gun for washing and scouring manhole walls and floors. Thegun shall be capable of producing flows from a fine spray to a solid stream of sufficient velocity for itsintended purpose. The equipment shall carry its own water tank, auxiliary engines, pumps and hydraulicallydriven hose reel.4. MECHANICALLY POWERED EQUIPMENT: Mechanically powered equipment with direct drive that couldcause damage to the pipe shall not be permitted. Bucket machines shall be in pairs with sufficient power toperform the work in an efficient manner. Machines shall be belt operated or have an overload device. Apower rodding machine shall be either a sectional or continuous rod type capable of holding a minimum of750 feet of rod. The rod shall be specifically heat‐treated steel. The machine shall be fully enclosed andhave an automatic safety clutch or relief valve.5. OBSTRUCTIONS: Should the Contractor be unsuccessful in the cleaning of an entire sewer reach from onedirection, the equipment shall then be reset from the opposite manhole and the cleaning again shall beattempted. If, on this second attempt from the opposite direction, successful cleaning cannot beperformed or the equipment fails to traverse the entire sewer reach, it will be assumed that a majorblockage exists, and the cleaning effort for that reach shall be abandoned until such time as the sewer reachcan be inspected by television.Should television inspection indicate a condition such as a collapsed pipe, or other major blockage thatwould prevent cleaning from being accomplished without additional damage, the Contractor will not berequired to clean that specific reach to the degree specified. Notification to the District contact person shallbe made immediately after discovery of such blockage. Should the television inspection indicate an

obstruction that may be removed by cleaning, the Contractor shall again attempt the cleaning of thatsegment of line so that the television inspection of the entire manhole reach can be completed.6. DAMAGES TO SEWER LINE DURING NORMAL OPERATIONS: If in the course of normal cleaning operationsperformed by the Contractor by a method that is satisfactory to the Engineer and while using due care,damage results to the sewer pipe from pre‐existing and unforeseen conditions, the Contractor shall not beheld responsible, but shall notify District personnel immediately.7. PRECAUTIONS: The Contractor shall utilize all necessary precautions in the use of cleaning equipment or toolswhich retard flow in the sewer lines to insure that the water pressure created does not damage or floodpublic or private property being serviced by the sewer. The contractor’s public notification shall includeinstructions to customers to leave toilet seats down to minimize any sewer blow‐out during the sewer linecleaning. Notifications should include door hangers for residents.8. REMOVAL OF MATERIAL: All sludge, dirt, sand, rocks, grease and other material resulting from the cleaningoperation shall be removed at the downstream manhole of each section to be cleaned. Passing of materialfrom sewer section to sewer section shall not be permitted.All materials removed from the sewer shall be disposed of by the Contractor on a daily basis in a mannerthat is satisfactory to GCWSD. The District shall provide a disposal site for materials removed from the sewerduring the performance of the contract at its Pawleys Island WWTP location at 456 Clearwater Drive, PawleysIsland, SC 29585.Failure to properly remove the material from the sewer section may result in fiscal damages to the Contractor.Charges for removing left debris shall be tracked and charged to the Contractor based on the District’s laborand equipment costs.9. MANHOLE CLEANING: The Contractor shall clean the walls of all manholes that are associated with thereaches (segments) being cleaned (upstream and downstream manholes) of any buildup of material(grease, sediment, mud, etc.) encountered during the work.

SANITARY SEWER FLOW CONTROL1. GENERAL: Should the depth of flow within a sanitary sewer outfall, main, or service lateral, exceed 20% ofthe pipe diameter for the work being contemplated, or should the flow otherwise prevent the properexecution of work in progress, the Contractor shall reduce the flow prior to proceeding, by plugging, blocking,or bypassing the flow as may be necessary.2. PLUGGING AND BLOCKING: The Contractor may control the sewer flow by plugging or blocking the flowupstream of the sewer reach being worked. The plug shall be so designed that all or any portion of the flowcan be released. The plug shall at all times be secured in such a manner that will prevent the plug from entryinto the outlet pipe of the manhole being used. Mechanical plugs requiring manned entry into the manholeto release the flow shall not be permitted. It will be the Contractor’s responsibility to monitor the flowupstream from the plug and ensure no over flows occur.3. BY‐PASS PUMPING: Should flow bypassing be required, the Contractor shall provide the pumps, conduits,and other equipment as may be necessary to divert the flow of sewage around the sewer reach in whichwork is to be performed. The bypass system shall be of sufficient capacity to manage the flow ratesencountered throughout the bypassing operation. The Contractor shall have, on site, sufficient back‐upequipment, hoses, and power supply, equal to or better than the primary equipment, to immediately replacepumping equipment, in the event of a failure.4. EQUIPMENT BLOCKAGES: Should at any time cleaning or television equipment or flow control devicesbecome lodged within the sewer the Contractor shall take immediate steps to set a flow bypass system todivert the flow of sewage around the problem area, and the Contractor shall immediately inform GCWSD ofthe problem and make immediate plans and take action to remedy the situation at the Contractor’sexpense.5. PRECAUTIONS: The Contractor shall take sufficient precautions to protect the sewer lines from damage thatmay result from sewer surcharging, and to insure that sewer flow control operations do not cause flooding ordamage to public or private property being served by the sewer lines involved. At such times as the flow ina sewer is plugged, blocked, bypassed or unintentionally obstructed by lodged equipment or devices, theContractor shall protect, indemnify, and save harmless The District from any and all claims, damages, orexpenses that may be incurred and resulting from such occurrences. The Contractor shall restore propertyat his own expense, to a condition similar or equal to that which existed before such damages werecommitted, by cleaning, repairing, rebuilding, or replacing, as may be required by the Engineer.

TELEVISION INSPECTION1. GENERAL: The Contractor, upon completion of the successful cleaning, shall visually inspect and recordthe conditions of all sanitary sewers as herein by means of closed circuit television (CCTV).2. EQUIPMENT: The Contractor shall be capable of television inspection through a single port of access tothe pipe line by means of a "tractor‐camera", or "push‐pull" type video cable. The television equipmentutilized by the Contractor for inspection shall be specifically designed and constructed for such inspections.Lighting for the camera shall be suitable to allow a clear and properly contrasted picture of the entireperiphery of the pipes to be inspected. The camera, television monitor, and other components of the videosystem shall be capable of producing a clear, high quality unobstructed picture for the entire length of thereach, from manhole to manhole including the connections on either end, to the satisfaction of theEngineer.The camera shall be moved through the sewer in either direction at a moderate rate, stopping whennecessary to permit proper documentation of the sewer's structure and condition. Manual winches,power winches, TV cable and power rewinds or other devices that do not obstruct the camera view orinterfere with the proper documentation of the sewer inspection may be used to move the camerathrough the sewer. In no case, shall the camera progress at a rate greater than 30 feet per minute.3. DEPTH OF FLOW AND SAGS IN SEWER MAIN: Should the depth of flow exceed 30% of the pipediameter at any time during the inspection of a sewer line, the Contractor shall reduce the flow to a depthwithin the maximum level by plugging, blocking, or bypassing the flow as herein specified. Where sags inreaches create standing water, the cleaning operation shall remove enough water such that the entirepipe is visible for inspection.4. BLOCKAGES: Should the Contractor be unsuccessful in the television inspection of an entire sewer reachfrom one direction, the equipment shall then be reset from the opposite manhole and television inspectionshall again be attempted. Should the television inspection indicate an obstruction that may be removed bycleaning, the Contractor shall again attempt the cleaning of that segment of line so that televisioninspection of the entire sewer reach can be completed. If unable to complete inspection due to a blockageor without causing more damage to the segment, the Contractor shall contact GCWSD staff immediately tonotify them of the damage.5. FINAL DELIVERABLE INFORMATION / GIS: A NASSCO compliant PACP database shall be submittedfollowing the project and will serve as the project deliverable. GIS edits shall be communicated to Districtstaff so that GIS can be properly updated prior to the contractor’s inspection to reflect the proper locationand connectivity of all pipes and manholes. Newly found manholes shall be reflected in the database andshown in the proper location. The Contractor must use the same manhole and PW ID identificationnumbers as the District’s GIS system for the database to properly sync the PACP information. The databasewill not be accepted otherwise.6. MANHOLES THAT CANNOT BE LOCATED: GCWSD would like correct mapping and updated GIS ofall assets involved with this project. When manholes cannot be located, a metal detector shall be usedto detect manhole lid for 10 minutes. Probing rods shall be used to locate manholes. When a manholecannot be found even after using metal detector and probe rod, the contractor shall utilize the footage

from CCTV to clearly mark on the ground as accurately as possible where the manhole is believed toexist. An area photo of the markings with background landmarks shall be provided to the District on aweekly basis, so that GCWSD can attempt to uncover and if necessary raise the manhole.Exhibit A – COST SCHEDULE:QTY (LF)8 inch Clean and CCTV39,65210 inch Clean and CCTV9,67112 inch Clean and CCTV30UnitPrice (Per Unit)MobilizationTraffic Control (per day)GRAND TOTAL: Extended Total

LegendForce LineGravity LineCIPP ONLY UNSHADED AREA.Effluent 82#Y48561#Y48562#Y48573#Y48523#Y48522#YFIREHOUSE Y48396#Y48397#Y48391 8#Y4837

If mailing your Bid, mail to PO Box 2730 Pawleys Island, SC 29585. Georgetown County Water and Sewer District is not responsible for late mail delivery. The District reserves the right to reject any and all Bids. September 22, 2019 Matt Lowenbach Georgetown County Water and Sewer District 456 Clearwater Drive Pawleys Island, SC 29585

Related Documents:

SECTION 6: SANITARY SEWER SERVICE LINES 6.1 Scope SEWER-26 6.2 Quality Assurance SEWER-26 6.3 Job Conditions SEWER-26 6.4 Pipe SEWER-26 6.5 Flexible Couplings SEWER-27 6.6 General SEWER-27 6.7 Trenching, Backfilling and Compaction SEWER-27 6.8 Taps SEWER-27

Georgetown-ESADE Global Executive MBA www.globalexecmba.com Georgetown University Georgetown-ESADE Global Executive MBA Program Rafik B. Hariri Building 37th and O Streets, Suite 462 Washington, DC 20057, USA Phone 1 202 687 2704 Fax 1 202 687 9200 globalemba@georgetown.edu ESADE Business School Georgetown-ESADE Global Executive MBA Program

2.Tysons West Pump Station, Force Main, and gravity sewer 115.4M 3.Enlarge Accotink Interceptor from 30" sewer to 42" 33.0M 4.Lakevale sewer project 2.2M 5.Enlarge 12" sewer to 18" sewer in Merrifield 2.3M 6.Enlarge and relocate gravity sewers along Route 1 BRT 29.5M Project in Construction: Upsize Alexandria Renew line 58/615M

1 Introduction: There are two types of public sewer systems used in the United States for collecting and conveying sanitary sewage, combined sewer systems (CSS) and sanitary sewer systems (SSS). Combined sewer systems collect and convey sanitary sewage and urban runoff in a common piping system.

Beaufort. A city of 9,000 residents, Georgetown is located an hour north of Charleston and 90 minutes south of Myrtle Beach. From the years of early settlement until the Civil War, Georgetown grew with a plantation economy. By 1840, Georgetown County produced nearly a third of the United States' rice, and the Port of Georgetown was the busiest

Limestone County Water & Sewer Authority At LCWSA we are committed to providing our customers with quality drinking water & sewer services. LCWSA Facts LCWSA was formed in 1980 from 4 small water systems. LCWSA has 17,478 Water Customers LCWSA has 334 Sewer Customers LCWSA has 8 sewer plants and a large transfer station.

Mountain Water District CANCELLING P.S.C. KY. NO. 2 (Name of Utility) SHEET NO. 2 RIJLES AND REGULATIONS Sewer Rates Monthly Rates First 2,000 Gallons Over 2,000 Gallons 14.00 Minimum Bill Connection Fee Gravity Sewer Standard Residential Gravity Sewer Connection 750.00* Other Than Standard Residential Gravity Sewer Connection AT COST

VOLUME 99 OCTOBER 2018 NUMBER 4 SUPPLEMENT Supplement to The American Journal of Tropical Medicine and Hygiene ANNUAL MEETING SIXTY-SEVENTH “There will be epidemics ” Malaria Cases on the Rise in Last 3 Years-2016 Ebola Out of Control-2014 Zika Spreads Worldwide-2016 Island Declares State of Emergency Over Zika Virus, Dengue Fever Outbreak-2016 EBOLA: WORLD GOES ON RED ALERT-2014 An .