Similar Projects
Wastewater Treatment Plant - Village of Marcellus
Renovation
Conception
$4,400,000 est. value
Marcellus, NY

Brookview Village - Expansion Phase III
Infrastructure
Design
$500,000 to $1,000,000 est. value
Greenfield Center, NY 12833

Water Pollution Control Plant Unit Process Upgrades and Disinfection
Renovation
Design
$354,169 CJ est. value
Peru, NY 12972

Onsite Wastewater Treatment Systems
Term Contract
Bidding
NY

Water Treatment Plant Upgrades - Contract 1G - General Construction
Renovation
Bidding
$600,000 CJ est. value
Niskayuna, NY 12309

Replace Wastewater Treatment Plant at Highland RC
Post-Bid
$3,325,000 to $4,650,000 est. value
Highland, NY 12528

WPCP Secondary Clarifiers
Renovation
Post-Bid
Poughkeepsie, NY 12601

Wastewater Treatment Facility at Amy Bull Crist Campus
Results
$1,000,000 to $1,200,000 est. value
Goshen, NY 10924

WWTP Upgrades Project
Results
Less than $4,000,000 est. value
Middleburgh, NY 12122

Wastewater Treatment Plant Phase I Upgrades
Construction
North Tonawanda, NY 14120

WWTF Improvements Phase 2 - General Improvements
Construction
Akron, NY 14001

Rogers Multifamily Residential
New Construction
Pending Verification
Westhampton Beach, NY 11978

WWTP Upgrade Modified SPDES - City of Kingston
Renovation
Pending Verification
$8,200,000 CJ est. value
Kingston, NY 12402

RFP Construction Manager - Construction Management Services for the Port Richmond Wastewater Research Recovery Facility Headworks Improvements
Infrastructure
Bidding
$51,500,000 CJ est. value
New York, NY 10024

Frank E Vanlare Water Resource Recovery Facility Administration Building Laboratory Improvements
Renovation
Post-Bid
NY

Last Updated 09/29/2022 03:19 PM
Project Title

Installation of Transfer Pumps Project

Physical Address View project details and contacts
City, State (County) Harriman, NY 10926   (Orange County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $200,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The installation two variable frequency drive (VFD) transfer pumps and 3-inch steel process pipe and flow meters, associated with Well HH-3. The project Substantial Completion date must be within 30 days of receipt of all equipment. All technical questions, comments and inquiries should be directed to WSP USA (Attn: Michael Shortell) email Michael.Shortell@WSP.com. The Contractor shall be required to provide Performance and Payment Bonds, each equal to 100% of the Contract amount and insurance coverages as specified in the Contract Documents, with the Village and Engineer (WSP USA) as additionally insured, and prior to final Payment, a one-year Maintenance Bond against any defects in workmanship or materials in an amount equal to 10% of the Contract Price at Substantial Completion. All bid security whether they be bonds or certified checks, shall be made in favor without condition to the Village of Harriman, which check or bond, may be forfeited should the successful bidder fail to enter into a contract with the Owner. The successful bidder shall be required to comply with the provisions of the most recent New York State Prevailing Wage Law. The current prevailing wage schedule at the time of this bid request is attached. Please note that certified payrolls must be submitted with all invoices. Invoices will not be processed if the certified payroll is not provided. The Contractor must comply with all applicable Federal and State regulations as described in the bid documents. The Owner accepts no responsibility for any bids prior to their presentation at the date and hour indicated for formal opening. No bids will be accepted after the hour named. Bid Bond or a Cashier's Check issued by, a responsible surety, bank or trust company acceptable to the Owner (collectively "Bid Security"), payable to Owner, Village of Harriman, signed and sealed by the principal (Contractor) and surety. The Bid Security shall be in the amount of TEN PERCENT (10%) of the Bid Price. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the specifications, or the latest revision thereof, must be paid on this project. The Contractor's and their Sub- Contractor's must comply with the "Equal Opportunity for Employment" requirements as promulgated by the Federal and State governments as described in the bid documentation. OSHA Legislation: Chapter 282 of the Laws of 2007, codified as Labor Law 220-h; Effective July 18, 2008: OSHA 10-hour Construction Safety and Health Course-S1537-A. This provision is an addition to the existing prevailing wage rate law, Labor Law. This provision is an addition to the existing prevailing rate law, Labor Law 220, section 220-h. This provision requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 10-hour construction safety and health course. The intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training "prior to the performing any work on the contract". All contractors and subcontractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Any questions regarding this statue may be directed to the New York State Department of Labor, Bureau of Public Work at (518) 485-5696. Bidders may not withdraw their respective bids for a period of forty-five (45) days after receipt of same by the Owner. Based on the specifications, the Owner reserves the right to reject any and all bids, to waive informalities and to award the contract in a manner deemed in the best interest of the Owner.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents