SECTION 00110
ADVERTISEMENT FOR BIDS LAWRENCE BAKER SHEPPARD DAM INTAKE TOWER GATE IMPROVEMENT PROJECT
OWNER: ENGINEER:
BOROUGH OF HANOVER GFT INFRASTRUCTURE, INC.
33 Frederick Street (FORMERLY GANNETT FLEMING, Hanover, Pennsylvania 17331 INC.)
300 Sterling Parkway, Suite 200
Mechanicsburg, PA 17050
SEALED Bids will be received by the Borough of Hanover (the OWNER) at the office address above, Attn: Tammy Snyder, Project Manager, Department of Planning & Engineering until 1:00 p.m., prevailing time, Wednesday, February 18, 2026. Bids received after the stated time will be returned unopened. The Bids will be publicly opened and read aloud shortly thereafter the same day at the same place. Any Bidder and any member of the public may be present at the Bid opening.
The Project consists of the replacement of the three 18-inch intake tower slide gates and rehabilitation of 48- inch intake tower low-level outlet slide gate at Lawrence Baker Sheppard Dam, located in West Manheim Township, York County, Pennsylvania. Project work will include demolition and removal of the three existing 18-inch cast-iron slide gates and their associated operating hardware/components (stems, stem guides, manual operators, etc.) from within the intake tower, furnishment and installation of new stainless steel fabricated slide gates with associated operating hardware/components (stems, stem guides, manual operators, etc.) in the same locations on the interior of the intake tower (three existing wall portals are to be reused), furnishment and installation of new custom-fabricated trashrack/bulkhead assemblies on the tower exterior outside of the 18-inch portals, removal of existing deteriorated intake tower access ladder rungs/manhole steps and replacement with newly furnished ladder rungs/manhole steps in the same general locations, refurbishment (abrasively blast and recoat) of the existing 48-inch cast-iron intake tower low-level outlet slide gate (gate assembly only, if determined to be serviceable after assessment), demolition and removal of the existing operating hardware/components (stem, stem guides, manual operator, etc.) for the existing 48- inch cast-iron intake tower low-level outlet slide gate from within the intake tower, furnishment and installation of new stainless steel operating hardware/components (stem, stem guides, manual operators, etc.) for the existing 48- inch intake tower low-level outlet slide gate, and minor concrete repair work and surface preparation for newly installed components. Additional anticipated activities include dewatering activities, as necessary, to perform Work under satisfactory conditions and rewatering activities at the completion of Work, final testing and commissioning activities for new and refurbished gates, maintenance of temporary staging areas during Work, installation and removal of any temporary facilities, scaffolding, and support structures required to complete Work, site restoration at the completion of Work, and any additional activities required to complete the Work detailed in the Specifications and Drawings.
The reservoir pool shall be maintained for the duration of Work and at least some underwater/dive team-supported inspection and construction work is anticipated, including but not limited to assessment of existing conditions, installation of trashrack/bulkhead assemblies and existing bulkhead stop plate to isolate tower interior, clearing/relocation of accumulated sediment at the base of the intake tower exterior, as necessary, to facilitate assessment, isolation, and refurbishment activities, and removal of bulkheads at completion of Work to test gates and rewater tower. A minimum PADEP-required conservation release of 552,000 gallons per day (average of 0.854 cubic feet per second) into the downstream receiving stream shall be maintained throughout the duration of the Project. Project work will be performed under a single contract.
Bidding documents may be obtained only from the Issuing Office at GFT Infrastructure, Inc. (the ENGINEER), by contacting Mr. Craig Snyder, CCM at (717) 886-5475, by email at csnyder@gftinc.com, or by mail at the following mailing address: GFT Infrastructure, Inc., 300 Sterling Parkway, Suite 200, Mechanicsburg, PA
17050. ENGINEER’s Project Number 066675.202417.
Bidders requesting Bidding Documents will receive a link to a web based collaborative project management system for viewing and downloading the Bidding Documents. There is no cost associated with obtaining electronic copies of the Bidding Documents.
Bidding Documents may also be examined at the OWNER’s or ENGINEER’s office at the addresses referenced at the beginning of this Section.
Each Bid shall be accompanied by a certified check, bank money order, or a Bid Bond in an amount not less than 10 percent of the Bid total, payable to the OWNER in accordance with Section 00200, Instructions to Bidders.
Direct all questions pertaining to securing Bidding Documents, the Bidder's list, and similar documents to Mr. Craig Snyder, CCM (csnyder@gftinc.com) at GFT Infrastructure, Inc. (Telephone: (717) 886-5475), and direct all questions pertaining to Technical Specifications, legal documents, and submitting Bids to Mr. William Kingston, PE (wkingston@gftinc.com) at GFT Infrastructure, Inc. While Bidders may make comments to clarify their bid, Bidders cannot change, modify, delete, alter, amend, or make additions to the wording of any of the Bidding Documents. Unauthorized conditions, exceptions, limitations, or provisions attached to a Bid may be cause for rejection of the Bid.
Laws and regulations applicable to this Contract include the following:
Commonwealth of Pennsylvania "Steel Products Procurement Act" - Act No. 3 of l978, as amended. Commonwealth of Pennsylvania Workers Compensation Act (Act 1915-338), as supplemented and
amended.
Commonwealth of Pennsylvania Prevailing Wage Act (Act of 1961, P.L. 987, No. 442). Bidders are subject to all applicable provisions of the Pennsylvania wage laws, and bids shall be prepared accordingly. The applicable wage predetermination is included in the Project Manual.
This Project is being funded in part by a grant from the Susquehanna River Basin Commission. All such requirements set forth in the corresponding grant agreement shall apply.
The successful bidder will be required to provide a performance bond in the amount of 100% of the successful bid amount.
All contractors on this Project are required to ensure that employees and applicants will not be discriminated against because of race, creed, color, religion, sex, age, handicap, marital status or national origins; and, that the statutes and regulations of federal and state law regarding non-discrimination are met. Bidders certified under a federal DBE/MBE/WBE program are encouraged to submit proposals.
A pre-bid conference will be held at 10:00 a.m., prevailing time, Friday, January 23, 2026, at the OWNER's office listed in this Section 00110, Advertisement for Bids. A visit to the dam site will follow. Conference attendance is recommended, but not mandatory.
Bids may be taken under advisement and the award of contract, if awarded, will be made within 60 days after the date of opening Bids, or otherwise provided by law. The OWNER reserves the right to formally award the contract by public announcement at a subsequent meeting. The OWNER intends to award the contract to the lowest responsible, responsive Bidder, as determined to be in the best interest of the OWNER. The OWNER reserves the right, at its option, to waive as an informality any defects, errors, omissions, irregularities, or informalities in any or all Bids, and to reject any or all Bids.