Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published October 17, 2025 at 8:00 PM
Updated October 18, 2025
Site work for a water / sewer project in Richmond, Texas. Completed plans call for site work for a water / sewer project.
As of October 17, 2025, this project has not yet been awarded. A timeline for award has not yet been established. Type:Lift Station Rehab Owner: City of Richmond Location Fort Bend County, TX Rehabilitation of N 2 nd St, Greenwood Dr, and N 7 th St lift stations and flood proofing them to protect them from future storm events. All lift stations shall be operational during construction. Use bypass pumping as needed during construction to keep the lift stations in operation. The scope of work at each lift station shall include the following: 1. N 2 nd St Lift Station (Base Bid): a. Demolish existing electrical building b. Saw cut the existing wet well slab to raise it to the floodproof elevation to protect the pumps and wiring from future storm events c. Replace the three existing pumps with new submersible pumps in wet well. The 3rd pump shall be sized to operate when Brazos lift station is pumping into the common discharge force main. The 3 rd pump shall be on standby during normal operations d. Replace the existing 8-inch discharge piping and the 12-inch combined header with new ductile iron pipe and tie-in to the existing force main e. Install a swing check valve, plug valve and a coupling adapter on the pump discharge piping and a combination air/vacuum release valve on the common discharge header f. Install a pressure gauge on each discharge piping and on the common discharge header g. Install a temporary bypass connection with a plug valve on the common discharge header h. Install a 10-inch ductile iron goose neck style vent with SS insect screen. i. Install a new hose bib and rack j. Install a new RPZ backflow preventor in a Hot Box style insulation box. Install a water meter upstream of the backflow preventor k. Replace all electrical equipment l. Install an elevated metal platform to place electrical equipment to floodproof them from future storm events m. Relocate the existing generator and fuel tank to the elevated electrical platform. Install an additional elevated platform to access the generator above the fuel tank n. Install metal stairs to access the electrical platform and the generator o. Relocate the existing odor control system to the south corner of the lift station. 2. Greenwood Dr Lift Station (Add Alternate Bid Item #1) a. Demolish existing FRP enclosure, pump system and slab b. Install new concrete wet well top slab with a flood tight access hatch c. Install 6-inch thick concrete pavement to access the lift station d. Replace existing self-priming pumps with new submersible pumps in wet well e. Replace the discharge piping with new 4-inch ductile iron pipe and tie-in to the existing force main underground f. Install a swing check valve, plug valve and a coupling adapter on the pump discharge piping and a combination air/vacuum release valve on the common discharge header g. Install a pressure gauge on the common discharge header h. Install a temporary bypass connection with a plug valve on the common discharge header i. Install a 4-inch ductile iron goose neck style vent with SS insect screen j. Install a new hose bib and rack k. Install a new RPZ backflow preventor in a Hot Box style insulation box. Install a water meter upstream of the backflow preventor l. Replace all electrical equipment m. Install an elevated metal platform to place electrical equipment to protect them from future flood events n. Install metal stairs to access the electrical platform o. Install new 6-foot-tall chain link fence with a 6-foot-wide double swing gate. 3. N 7 th St Lift Station (Add Alternate Bid Item #2): a. Demolish existing steel building and slab b. Plug the abandoned 6-inch and 8-inch sewers on the northwest and southeast directions respectively c. Install new concrete wet well top slab with a floodproof access hatch d. Replace existing self-priming pumps with new submersible grinder pumps in wet well e. Replace the discharge piping with new 3-inch ductile iron pipe and tie-in to the existing force main underground f. Install a swing check valve, plug valve and a coupling adapter on the pump discharge piping and a combination air/vacuum release valve on the common discharge header g. Install a pressure gauge on the common discharge header h. Install a temporary bypass connection with a plug valve on the common discharge header i. Install a 4-inch ductile iron goose neck style vent with SS insect screen j. Install a new hose bib and rack k. Install a new RPZ backflow preventor in a Hot Box style insulation box. Install a water meter upstream of the backflow preventor l. Replace all electrical equipment m. Install an elevated metal platform to place electrical equipment to protect them from future flood events n. Install metal stairs to access the electrical platform o. Install new chain link fence needed to accommodate proposed changes and tie-in to the existing fence. A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified, and required to install and test all exposed piping, fittings, and specials. The Work includes the following: a. All types and sizes of exposed piping, except where exposed piping installations are specified under other Sections. b. Unless otherwise shown or specified, this Section includes all piping beginning at the outside face of structures or structure foundations and extending into the structure. Piping embedded in concrete within a structure or foundation shall be considered as exposed and is included herein. Piping that is permanently or intermittently submerged, or installed in sub-aqueous environments, is considered as exposed and is included in this Section. c. Work on or affecting existing exposed piping. d. Installation of all jointing and gasket materials, specials, flexible couplings, mechanical couplings, harnessed and flanged adapters, sleeves, tie rods, and all Work required for a complete exposed piping installation. e. Supports, restraints, and other anchors. f. Field quality control, including testing. g. Cleaning and disinfecting. h. Incorporation of valves, meters, and special items shown or specified into the piping systems per the Contract Documents and as required. i. Pipe labels. 2. Coordination: a. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before exposed piping Work. b. Coordinate with appropriate piping Sections of Division 15, Mechanical. 3. Related Divisions: a. Division 09, Finishes A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install all couplings, adapters, and specials for process piping. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before couplings, adapters, accessories, and specials for process piping Work. C. Related Divisions: 1. Division 09, Finishes. 2. Division 15, Process Interconnections A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install process valves, four-inch diameter and larger, and appurtenances, complete and operational. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before process valves Work. C. Related Sections: 1. Section 02634 iDuctile Iron Pipe and Fittingsi. 2. Section 09901 iProtective Coatingsi. 3. Section 15052 iExposed Piping Installationi. A. A pre-approved Process Control System Integrator (PCSI) shall furnish all services and equipment defined herein and in other specification sections as listed in Paragraph 1.03, Related Work. B. All materials, equipment, labor, and services required to achieve a fully configured integrated and operational process control system shall be provided. The PCSI shall design and coordinate the process control system for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifications and with related existing equipment. C. Owner pre-selected Application Engineering System Supplier (AESS or SE) will provide all software programming and Programmable Logic Controller (PLC) hardware based on the Owner's defined standards. PCSI will provide space in the control panel for the AESS to provide and field install SCADA hardware including PLC, Cellular router, Ethernet switch, necessary power supplies, Uninterruptible Power Supply, wiring, terminal blocks, surge suppressors, and other related items. Programming, configuration, and integration, including but not limited to Ethernet configuration and communications between all field I/O and PLC communications shall also be provided by the SE. In addition, the SE shall be responsible for providing all third-party software/PLC code required to establish communication with the supplied hardware. SE is also responsible for any necessary coordination and additions to the Owner's existing SCADA system for remote monitoring and controlling of the system supplied under this project based on the Owneris operation needs. It shall be understood that when the PCSI is directed in this specification to provide any of the services reserved in this paragraph for the SE, the SE and not the PCSI shall provide those services. D. All configuration, and integration, including but not limited to: loading of all software on computers, network equipment configuration, Ethernet configuration, and communications between servers and RTUs shall be provided by the SE. All programming of RTUs and HMI shall be by the SE. The AESS shall furnish the operating system software and the application software. E. Auxiliary and accessory devices necessary for system operation or performance to interface with existing equipment or equipment provided by other suppliers under other sections of these specifications, shall be included whether or not they are shown on the drawings. These devices include, but are not limited to, transducers, current isolators, signal conditioners, interposing relays, power supplies, and fiber optic transceivers. F. Substitution of functions or type of equipment specified shall not be acceptable. In order to ensure parts are interchangeable, maintain quality, interface between the various subsystems, and establish minimums with regard to ranges and accuracy, strict compliance with the above requirements shall be maintained. System design shall allow for the removal of individual devices from service without disrupting other devices in service. G. Equipment shall be fabricated, assembled, installed, and placed in proper operating condition in full conformity with detail drawings, specifications, engineering data, instructions, and recommendations by the equipment manufacturer as approved by the Engineer. H. The PCSI shall be responsible for calibrating all existing instruments that will interface with the new control system. I. To facilitate the Owner's future operation and maintenance, products shall be by the same major manufacturer, with panel-mounted devices of the same type and model as far as possible. J. The lift station is an existing plant, and all work shall be coordinated with its operating personnel to minimize impact on daily operations. Specifically, the contractor shall be responsible for providing a detailed daily plan to demonstrate how each of the systems shall be replaced or modified so that there is no operational downtime experienced by the plant. This plan shall be submitted for review and approval before any work is started on site. The actual sequence of the work is left to the contractor, but extensive pre-planning is necessary to accomplish the work. K. The lift station is a fully operational facility monitored and controlled by local panels and PLCs. After the switchover, the PCSI and AESS both must demonstrate that all new equipment and reused existing equipment are connected to their supplied equipment and are fully functional as specified and shown on the Contract Drawings. L. The Owner shall retain salvage rights to all material and equipment removed in the course of this work. All materials and equipment retained by the Owner shall be delivered to a point designated by the Owner in Richmond, Texas. Any material or equivalent not retained by the Owner shall be removed from the site and disposed of by the General Contractor in accordance with applicable regulations and laws. M. All equipment and installations shall satisfy applicable Federal, State, and local codes. N. The Contract Drawings and related specification sections provide additional details showing building plan layouts, instrument device specifications, functional requirements of the system, and interfacing with other equipment. O. All materials, equipment, labor, and services necessary to achieve the monitoring and control functions described herein shall be provided in a timely manner so that the monitoring and control functions are available when the equipment is ready to be placed into service. P. The PCSI shall coordinate and schedule all required testing with the General Contractor, Owner, and Engineer. Q. The PCSI shall coordinate and schedule all required training with the General Contractor, Owner, and Engineer. R. The PCSI shall provide a monthly status report and updated project schedule to the General Contractor to be included in the General Contractoris overall project schedule. S. The PCSI shall provide control panels for all areas shown on the contract drawings and specified herein. The electrical contractor shall furnish all wiring between the instruments, PLC cabinet, and control panels. The PCSI shall coordinate the termination of all wires in the control panels and PLC cabinet. A. Furnish all labor, materials, equipment, and incidentals required to complete the testing of all devices and systems furnished and installed as detailed on Drawings, and as specified herein. A. If referred to anywhere else in the project manual, Application Engineering (AE) or Applications Engineering System Supplier (AESS) services are those services specified in this Section. AESS is pre-selected by the Owner and will have an allowance in the bid for their scope of work. PCSS and Contractor to coordinate with AESS as specified in Division 13. B. Provide all programming, configuration, and related services required to achieve a fully integrated and operational system as specified herein. All equipment shall be controlled in full conformity with the contract drawings, process control descriptions, specifications, engineering data, instructions, and recommendations of the equipment manufacturer. Coordinate the control system for proper operation with related equipment and materials furnished by other suppliers under other Sections of these specifications and with related existing equipment. 1. Provide programming and configuration of all PLCs/OITs supplied on the project along with overall SCADA/HMI integration will be performed by the AESS. 2. Provide configuration of the HMI/SCADA System to incorporate signals from the control panels. 3. Provide configuration of any alarm dialer(s) provided. 4. Provide for and test communications and functionality between all connected devices (such as PLCs/OITs) and the SCADA/HMI software packages, including devices supplied by others in order to provide a comprehensive working system of data collection, storage and reporting. 5. The standards and conventions used for programming the new PLCs/OITs and SCADA/HMI shall follow the existing standards in order to maintain consistency. C. All work shall be coordinated with plant operating personnel to minimize impacts on daily operation. Delays caused for any reason shall be noted and formally submitted to the Engineer and the Owner in the form of a letter. D. AESS shall utilize their system integrator development license to program the PLCs/OITs. No PLC or OIT software licenses shall be purchased for this project, nor will any be provided by the Owner. E. The AESS shall utilize their system integrator development license to program SCADA/HMI system. No SCADA/HMI software licenses shall be purchased for this project. The Owner will provide the AESS with accessto the existing overall SCADA system, allowing for necessary modifications and the integration of the lift station as described in the project scope. A. Refer to Section 13300. B. Furnish and install control panels and panel mounted equipment as specified herein and shown on the Drawings. C. The PCSI shall furnish all labor necessary for the design, fabrication, assembly, installation, and testing in full conformity with the Drawings, Specification, and schedules, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by Engineer, to fully meet the required functionality of the process control system. D. Each panel shall be supplied with full sub-panels with the minimum specified dimensions regardless of the quantity of mounted components inside the panel. All panel mounted components shall be mounted on the single rear-of-panel sub-panel unless the density of devices exceeds the panel mounting space permitted by the minimum panel dimensions specified. Side panel mounted components shall only be permitted after review and approval of the Engineer. E. Installation and configuration of network infrastructure cabling and equipment shall be a cooperative and coordinated effort between the Contractor and the PCSI. Question Deadline 08/20/2025 No oral interpretations will be made to any bidder. Each request for clarification shall be made in writing to the City/County or engineer no less than seven (7) days prior to the bid opening. Each interpretation made will be in the form of an Addendum to the contract documents and will be distributed to all parties holding contract documents no less than seven (7) days prior to the bid opening. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders.
Bid Results
Water / Sewer
$1,751,000.00
Public - City
Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
August 27, 2025
October 27, 2025
Multiple Locations, Richmond, TX
Related To This Project
Richmond, TX
Bid Date: Jul 15 2025
Richmond, TX
Bid Date: Sep 04 2025
Richmond, TX
--
Richmond, TX
--
Richmond, TX
Bid Date: Jul 10 2025
Richmond, TX
Bid Date: Jul 18 2025
Richmond, TX
Bid Date: Jun 24 2025
Richmond, TX
Bid Date: Jun 17 2025
Richmond, TX
--
Richmond, TX
--
Richmond, TX
--
Richmond, TX
--
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
