Wastewater Treatment Plant ENR Upgrade
Bid Deadline: March 27, 2025Project Location: Rock Hall, Maryland
The ENR Upgrade to the Town of Rock Hall WWTP generally consists of, but is not limited to, the construction/installation of the following: Headworks improvements including grit removal and screening upgrades, upgrades to the existing Oxidation Ditch, Post Anoxic Reactor, upgrades to the existing Secondary Clarifiers, Denitrification Filter, Methanol and Chemical Feed structures and instrumentation, upgrades to the existing Aerobic Digesters and Sludge Drying Beds, upgrades to the Post Aeration System, upgrades to the UV Disinfection System, site work, yard piping, associated demolition work, miscellaneous structures, water quality analyzing instrumentation, modifications to the existing Control and ENR buildings, Installation and integration of new SCADA system to incorporate necessary systems.
The work also includes all requirements to provide fully finished and operable facilities including miscellaneous items and operations as shall be indicated, shown, specified or required to complete the work in strict conformity with the Contract Documents. The work also includes all specified, indicated and shown mechanical and electrical equipment, appliances, appurtenances, furnishings, instrumentation and controls, accessories, tests and sundry parts and material as shall be necessary and required for a completely operable installation satisfactory to the Engineer. The Contractor shall provide all plant, labor, equipment, tools, appliances, materials and incidentals and shall perform all operations required to completely finish all of the work in the manner approved by the Engineer.
View Bidding InstructionsContact Information
Christopher B. Derbyshire, P.E.
Sr. Vice President / Project Director
cderbyshire@gmbnet.com
Bidding Instructions
This project is funded through MDE’s Bay Restoration Fund (BRF) and Maryland Water Quality Revolving Loan Fund (SRF). All requirements of MDE’s funding insert will apply.
The Issuing Office for the Bidding Documents is GEORGE, MILES & BUHR, LLC, 206 West Main Street, Salisbury, MD, 21801, (410) 742-3115. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 AM to 5:00 PM and may obtain copies of the Bidding Documents from the Issuing Office as described below.
Copies of the Contract Documents may be purchased at the office of George, Miles & Buhr, LLC, 206 West Main Street, Salisbury, Maryland 21801, upon payment of Forty Dollars ($40.00) for each flash drive, non-refundable. Hard copies may be purchased for Three Hundred Dollars ($300.00). Checks shall be made payable to George, Miles & Buhr, LLC. Please email Sheryll Harrold (sharrold@gmbnet.com) in advance to coordinate Contract Document payment and pickup. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office.
A pre-bid conference will be held at 10:00 AM local time on March 6, 2025, at St John’s Church Hall, adjacent to 5585 N Main Street, Rock Hall, Maryland 21661 to allow Contractors an opportunity to obtain information on the project from the Consulting Engineer and the Owner. Attendance at the pre-bid conference is not mandatory. A site visit will be held immediately following the meeting.
Contractors having questions concerning the bid should submit them in writing via email to John Hibschman at jhibschman@gmbnet.com no later than 5:00 PM, on March 17, 2025. Questions shall include the project name (ROCK HALL WASTEWATER TREATMENT PLANT ENR UPGRADE) in the subject heading.
Each bid must be accompanied by a Bid Bond payable to the Owner for five percent (5%) of the total amount of the bid. Performance and Payment Bonds in the amount of 100% of the Contract Price are required when the Agreement is executed.
Davis-Bacon Prevailing Wage Rates and Regulations will apply to this project as well as requirements for Build America Buy America (BABA). If Bidder intends to let any subcontracts for a portion of the work, Bidder shall take affirmative steps to assure that Disadvantaged Businesses are used when possible as sources of supplies, equipment, construction, and services.
For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.
Addition for the Holly Center
Bid Deadline: March 28, 2025Project Location: Salisbury, Maryland
The completed work shall include construction of a new lobby and waiting area, new director’s and offices, new conference room, new play therapy area with viewing and storage areas, and new restrooms. The work will consist of slab on grade foundation with wood framing and pre-engineered wood trusses, interior fit-out items such as rough and finish carpentry, drywall, shingle and metal roofing, mechanical, electrical, and plumbing systems. The Contractor shall provide all necessary labor, equipment, tools, materials and incidentals, and shall perform all operations required to completely finish all of the work in the manner approved by the Architect.
Contact Information
Lee K. Whaley
Asst. Project Manager
lwhaley@gmbnet.com
Bidding Instructions
Bids must be on a lump sum basis and may not be withdrawn for 60 days.
A pre-bid meeting will be held on Friday, March 14, 2025 at 2:00 PM. Attendance is recommended but not mandatory to bid. Please contact Lee Whaley (lwhaley@gmbnet.com) for pre-bid meeting location. By submitting their bid, Bidders acknowledge they have examined the site in sufficient detail and familiarized themselves to prepare a complete and responsible bid for the specified work. No claims will be approved during construction for items that can be reasonably verified by field examination.
Bids will be received until 10:00 AM, Friday, March 28, 2025. Bids will be opened at the same location as the pre-bid meeting. Please contact Lee Whaley (lwhaley@gmbnet.com) for location. Bids will be opened publicly.
Drawings and specifications may be examined at DiCarlo Printing, 2006 Northwood Drive, Salisbury, Maryland. Bidders may purchase full set copies of the drawings and specifications from DiCarlo Printing for a sum determined by the printer.
No electronic files will be available from the Architect for bidding purposes.
Bidders must be registered to perform work in the State of Maryland and shall include their license number on the Bid Form.
Bid Security in the amount of ten (10) percent of the Bid must accompany each bid in the Instructions to Bidders. The successful Bidder’s security will be retained until the Contract is executed and furnish a Performance and Payment Bond, AIA Document A312, each in the amount of the contract sum.
The contractor is required, as an attachment to the bid, to provide a “Contractor’s Qualification Statement,” AIA Document A305, including financial data. Bids received without this information will be considered non-responsive.
State prevailing wage requirements apply to this entire project. Bidders are responsible for obtaining and verifying they have the most current copies of the referenced wage rates. Small and minority businesses and women’s business enterprises (SBE/MBE/WBE) participation is highly encouraged. You may obtain a list of Maryland-certified MBEs from the Maryland Department of Transportation, Office of Minority Business at 410-865-1269.
The right is reserved, as the interests of the Owner may appear, to reject any and all bids, to waive any informality in bids received, and to accept or reject any items of any bid.