Similar Projects
RFP - Environmental Inspection and Consulting Services - Lindenwold Public Schools
Term Contract - 234,839 SF
Conception
Lindenwold, NJ 08021

RFP - Environmental Inspection and Consulting Services - Lindenwold Public Schools
Term Contract - 234,839 SF
Conception
Lindenwold, NJ 08021

Toilet Room Renovation At Central Elementary School
Renovation
Design
$200,000 CJ est. value
Haddonfield, NJ 08033

Estelle V. Malberg Early Childhood Center - 2022 Bond - Cherry Hill School District
Renovation, Infrastructure
Design
$6,148,290 CJ est. value
Cherry Hill, NJ 08034

Industrial Arts Alteration
Renovation - 2,000 SF
Bidding
$1,579,404 CJ est. value
Gloucester City, NJ 08030

Industrial Arts Alteration
Renovation - 2,000 SF
Bidding
$1,579,404 CJ est. value
Gloucester City, NJ 08030

Gloucester Schools Security Vestibules
Renovation, Addition
Post-Bid
Blackwood, NJ

Gloucester Schools Security Vestibules
Renovation, Addition
Post-Bid
Blackwood, NJ

GCHS Main Entry Alterations
Renovation
Results
$262,000 est. value
Gloucester City, NJ 08030

Interior Alterations to the Main Entry
New Construction
Results
Gloucester City, NJ 08030

Eastside High School Renovation - Camden City Public Schools
Renovation, Infrastructure - 29,000 SF
Pending Verification
$49,000,000 CJ est. value
Camden, NJ 08105

Clara Barton Elementary School - 2022 Bond - Cherry Hill School District
Addition, Infrastructure, Renovation
Design
$13,486,187 CJ est. value
Cherry Hill, NJ 08002

Woodrow Wilson High School Home Economics Classroom Renovations
Renovation
Post-Bid
Camden, NJ 08105

Leap Academy University Charter School - 527 Cooper
New Construction
Results
Camden, NJ 08102

J.F. Cooper Elementary School - 2022 Bond - Cherry Hill School District
Renovation, Infrastructure
Design
$7,496,163 CJ est. value
Cherry Hill, NJ 08003

Last Updated 03/08/2023 06:32 PM
Project Title

2023 Partial Roof Replacement

Physical Address View project details and contacts
City, State (County) Cherry Hill, NJ 08002   (Camden County)
Category(s) Education
Sub-Category(s) Elementary School, Middle/Senior High School
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $6,991,500 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

Cherry Hill East High School 2023 Partial Roof Replacement, J.F. Cooper Elementary School 2023 Partial Roof Restoration, A. Russell Knight Elementary School 2023 Partial Roof Restoration and Joseph D. Sharp Elementary School 2023 Partial Roof Restoration. Bids shall be address to the Owner whose name appears in Paragraph 1a of the Instructions to Bidders; they shall be mailed or delivered to the address stated herein, enclosed in an opaque sealed envelope, clearly marked with the name of the Bidder and the name of the Project and the Bid# as described in the Notice to Bidders; and must be received by not later than the time designated in this Notice to Bidders. No responsibility will attach to Architect or Owner for premature opening of a bid which not properly identified. The Bidders shall submit, in accordance with N.J.S.A. 18A:18A-18(b)(2), one Lump Sum Bid for all the work and materials. Bidders must be pre-qualified by the New Jersey Department of Treasury, Division of Property Management and Construction (DPMC) with at least the DPMC classification associated w the work they intend to directly perform or, if Bidder will not directly perform any work, with DPM classification C006, C008, or (if the project does not call for construction of a new facility) C009. Bidders' Prime Subcontractors must be pre-qualified by DPMC with the DPMC classification associated with the work they intend to directly perform or subcontract. The Bidder and named Prime Subcontractors, defined as those listed in N.J.S.A. 18A:18A-18, listed must be pre-qualified prior to the date that bids are received. Bids must be accompanied by a certified check bank cashier's check, treasurer's check or Bid Bond in the form provided in the Contract Document with corporate surety satisfactory to the Owner, in an amount of 10% of the Base Bid (but in no case in excess of $20,000.00, pursuant to N.J.S.A. 18A:18A-24), naming as payee or oblige, as applicable, Cherry Hill Board of Education, to be retained and applied by the undersigned as provided in the Contract Documents in case the successful Bidder defaults in executing the Agreement or furnishing the bonds and insurance certificates as required by the Contract Documents. Prospective Bidders are advised that this Project is one which will be subject to and be governed by provisions of New Jersey law, including, but not limited to, those regarding (a) Prequalification of Bidders (N.J.S.A. 18A:18A-26 et seq.); (b) Prevailing Wage Rates (N.J.S.A. 34:11-56.25 et seq.); (c) Use of Domestic Materials, (N.J.S.A. 18A:18A-20) (d) Ownership Disclosure Certification, (N.J.S.A. 52:25-24.2); and (e) disclosure of investment activities in Iran Russia, and Belarus (N.J.S.A. 18A:18A-49.4 et seq. & N.J.S.A. 52:32-55 et seq.). The Public Work Contractor Registration Act N.J.S.A. 34:11-56.48 et seq. requires that the Bidder and Named Prim Subcontractors must be registered at the time of Bid. The Owner is requesting that copies of the Certificates for Bidder and its Named Prime Subcontractors be included in the Bidder's Bid Package but the Bidder must provide copies of the Certificates no later than the time of award. Pursuant t N.J.S.A. 52:32-44 all business organizations that do business with a local contracting agency, including Bidders and Named Prime Subcontractors, are required to be registered with the State through the New Jersey Department of Treasury, Division of Revenue. The Owner is requesting th Bidder's Bid Package, but the Bidder must provide proof of such Registrations prior to the award the Contract. In addition, each bid must be accompanied by a certificate from a surety company stating it will provide said Bidder with a bond in such sum as required by the N.J.S.A. 18A:18A-2 No bid may be withdrawn for a period of sixty (60) days after the dates set for the opening there The right is reserved to reject all bids pursuant to N.J.S.A. 18A:18A-22 or to waive minor informalities, defects, and non-material exceptions. Bidders are required to comply with the provisions of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1.1 et seq. Prospective bidders are advised that the Project is subject to a Project Labor Agreement (PLA). The successful bidder and subcontractors (of any tier) will be bound by the terms and conditions of the PLA. After award an prior to commencement of the work, the successful bidder and its subcontractors (of any tier) m also execute the Letter of Assent in the form provided. Friday 02/10/23 Deadline for Questions at 5:00 P.M. (email to jangelo@garrisonarch.com) BUDGET $6,900,000.00 2023 PARTIAL ROOF RESTORATION at the A. RUSSELL KNIGHT ELEMENTARY SCHOOL 140 OLD CARRIAGE ROAD CHERRY HILL, NEW JERSEY 08034 GA<<22-87K. 2023 PARTIAL ROOF REPLACEMENT at the CHERRY HILL EAST HIGH SCHOOL 1750 KRESSON ROAD CHERRY HILL, NEW JERSEY 08003 GA>>22-87E 2023 PARTIAL ROOF RESTORATION at the JOSEPH D. SHARP ELEMENTARY SCHOOL 300 OLD ORCHARD ROAD CHERRY HILL, NEW JERSEY 08003 GA#22-87S 2023 PARTIAL ROOF RESTORATION at the J.F. COOPER ELEMENTARY SCHOOL I960 GREENTREE ROAD CHERRY HILL, NEW JERSEY 08003 GA<<22-87C The Project consists of: 1. Partial Roof Replacement at Cherry Hill High School East, 1750 Kresson Road, Cherry Hill, NJ, 08003. 2. Partial Roof Restoration at James F. Cooper Elementary School, 1960 Greentree Road, Cherry Hill, NJ 08003. 3. Partial Roof Restoration at A. Russel Knight Elementary School, 140 Old Carriage Road, Cherry Hill, NJ 08034. 4. Partial Roof Restoration at Joseph D. Sharp Elementary School, 300 Old Orchard Road, Cherry Hill, NJ 08003. Bidding contractors are strongly encouraged to visit the site of the Project before submitting a bid. Such site visit shall be for the purpose of familiarizing the Contractor with the conditions as they exist and the character of the operations to be carried on under the Contract Documents, including all existing site conditions, access to the site, physical characteristics of the site and surrounding areas. 3. The Contractor shall survey, inspect, and document all existing under-deck conditions (exposed decks and above existing accessible ceilings) at all areas of roof replacement at each school. Identify all conditions that may interfere with roof system installation, including equipment, conduit and wiring mounted tight to the underside of the deck. Coordinate all roof system fasteners and new penetrations to prevent damage to existing systems. Remove and re-install existing systems, if necessary, to prevent damage. If existing systems are damaged due to new roof system installation, the Contractor shall be responsible for all costs to repair equipment and components of the damaged system to their original condition. Electrical systems must be repaired and/or refed by a licensed electrician. If data, security and/or fire alarm systems are damaged, the contractor shall pay all costs for repair, testing and programming to be performed by the Owner's vendor. 4. The project work involves demolition and disposal of the existing roof system and all associated components, installation of the new specified roof system, including all insulation, cover board, membranes, flashing, miscellaneous carpentry, electrical, plumbing, and mechanical work as required to accomplish the roofing work as indicated in the Contract Documents. 5. The scope of work also includes new metal wall panel assemblies at rising wall conditions as well as miscellaneous maintenance and waterproofing throughout the roof areas as noted on the contract documents. 6. Provide crickets/gussets as indicated on the new roof plan. In addition, provide crickets to divert water around all roof penetrations/obstructions. Sections shall be tapered to achieve proper slope as indicated. Provide additional mechanical fasteners at all roof edges and roof corners to meet code requirements. 7. Remove, raise the wood blocking curb and reinstall all rooftop equipment noted on the plans to be raised in order to maintain a minimum of 8" above the finished roof surface. Disconnect electrical service and controls and extend wiring/controls as necessary to meet minimum curb heights as mentioned above and/or noted on drawings. 8. Electrical work associated with replacement, removal and reinstallation of roof top equipment 9. All vent piping shall be a minimum of 12" above the finished roof surface. Provide extensions of vent piping as required. 10. The contractor shall provide a professional third party cleaning company on a daily basis to do protection work and cleaning below the roof deck in areas where there is demolition work occurring. The crew shall prep by covering all finishes with plastic and covering all fire detection devices, equipment, etc. The cleanup should be comprehensive following the roofing work including damp towel wiping down all surfaces, mopping all floors, vacuuming all carpets and vacuuming above all acoustical tile ceilings and all accessible finished ceiling areas. 11. The Roof Manufacturer shall provide Certified Roof Inspection Services to ensure the Owner of compliance with the manufacturer's installation requirements for their products and the warranty. The Roof Manufacturer's Daily Inspection Reports shall be issued to the Construction Manager daily via email. Handwritten notes are acceptable. Weekly summary reports shall be provided to the Construction Manager. 12. Temporarily protect / tarp and support all existing rooftop equipment in the area of work during construction activities. Do not store materials or tools on existing equipment. 13. The Contractor is not permitted access on any roof areas not in the contract. No one is to walk on or store any materials on adjacent roof areas that are not in the contract. 14. The Contractor shall locate all subsurface wires, cables, pipes and pipeline in and around the work area prior to construction at each site. See General Conditions Section 2.2.3 for additional information. 15. Dispose of material according to state and local code and Section 01524 - Construction Waste Management. 16. Restore all grades, lawns, concrete curbing and sidewalks, asphalt and pavement areas that are damaged due to the construction to pre-construction condition School Specific Summary Scope of Work: 1. Cherry Hill High School East - Partial Roof Replacement a. Demolition (tear-off) of existing low-sloped built-up roof system, leaving in place built-up roof directly adhered to gypsum deck where noted on the drawings. b. New tapered or uniform thickness polyisocyanurate insulation. Provide the base layer of insulation mechanically fastened to the gypsum deck with steel auger fasteners, subsequent layers adhered with hot asphalt. Include all sumps, crickets, gussets, etc. c. New 1/2 " high density wood fiber cover board adhered in hot asphalt. d. New 80 mil SBS-modified asphalt base ply adhered in hot asphalt. e. New 160 mil SBS-modified asphalt mineral-surfaced cap ply adhered in cold-applied asphalt adhesive. f. New 2-ply flashings at all walls and curbs, consisting of 40 mil SBS-modified asphalt base ply and 160 mil SBS-modified asphalt mineral-surfaced cap ply. g. New cast iron roof drain assemblies. Provide insulation on the roof drain and a minimum of 5 feet of pipe insulation on the existing piping. h. New soft metal flashing at plumbing stacks and roof drains. New aluminum cape and collar flashing at hot flue stacks. New fluid-applied flashing at other roof penetrations. i. New wood blocking where required to raise roof perimeter edges, equipment curbing, expansion joint curbing, etc. in order to accommodate new finished roof height. j. New through wall flashing and masonry veneer work at designated masonry walls where existing through-wall flashing height is inadequate for new finished roof height. k. Masonry brick veneer infill at the auditorium walls. Remove and replace the masonry in order to install raised new through wall flashing. Masonry tieback fastener installation at the precast architectural concrete veneer parapet at the gymnasium. l. Preventive maintenance work at the existing 18 year old roof areas, consisting of cleaning, roof drain maintenance, surface restoration and penetration flashing renewal. m. New metal wall panels at designated rising wall locations, including air and water barrier membrane, polyisocyanurate insulation, and 22 gauge minimum horizontal z furring. n. New aluminum expansion joint covers. o. New kynar-finished aluminum perimeter metal (copings and fascia), scuppers, collector boxes, and downspouts. All coping shall be shop welded and finished. No field cut connections or joints shall be permitted. 2. Cooper, Knight, and Sharp Elementary Schools - Gravel Surface Partial Roof Restoration a. Preparation of existing roof including field repair and removal of loose gravel surfacing from field of roof (only firmly embedded gravel to remain) and cleaning of all dirt and debris from roof surface. b. Asphalt primer applied to existing roof surface. c. New ply of flashing membrane at all wall and curb flashing. d. New cast iron roof drain assemblies. Provide insulation on the roof drain and a minimum of 5 feet of pipe insulation on the existing piping. e. New soft metal flashing at soil stacks and roof drains. New aluminum cape and collar flashing at hot flue stacks. New fluid-applied flashing at other roof penetrations. f. New kynar-finished perimeter metal. g. New flood coat applied over roof surface with aggregate surfacing. 3. Knight Elementary School - Mineral Surfaced Roof Restoration a. Preparation of existing roof including repairs and surface washing to remove dirt, loose mineral, and other debris. b. New SBS-modified cap flashing ply at perimeter. c. New cast iron roof drain assemblies. Provide insulation on the roof drain and a minimum of 5 feet of pipe insulation on the existing piping. d. New soft metal flashing at soil stacks and roof drains. New fluid-applied flashing at other roof penetrations. e. New kynar-finished perimeter metal. f. New fluid-applied aliphatic polyurea roof membrane installed over existing roof field and flashings. 4. Sharp Elementary School - Front Facade Metal Wall Panels a. Remove existing wall panels and trim components between roof fascia and second floor classroom windows. b. New metal wall panels at designated rising wall locations, including air and water barrier membrane, polyisocyanurate insulation, and 22 gauge minimum horizontal z furring

Details

Division 03 - Concrete, Concrete Forming and Accessories, Concrete Forming, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Steel Joist Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Windows, Hardware, Mirrors, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Painting.
Division 10 - Specialties, Visual Display Units, Chalkboards, Markerboards, Tackboards, Signage, Compartments and Cubicles, Toilet Compartments, Shower and Dressing Compartments, Toilet, Bath, and Laundry Accessories, Toilet Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Flagpoles.
Division 11 - Equipment, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Delivery Carts and Conveyors, Food Cooking Equipment, Food Dispensing Equipment, Service Line Equipment, Ice Machines, Cleaning and Disposal Equipment, Educational and Scientific Equipment, Library Equipment, Audio-Visual Equipment, Laboratory Equipment, Athletic and Recreational Equipment, Play Field Equipment and Structures.
Division 12 - Furnishings, Window Treatments, Casework, Countertops, Furniture, Office Furniture, Institutional Furniture, Classroom Furniture, Multiple Seating.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Common Work Results for Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Commercial Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Common Work Results for HVAC, HVAC Insulation, Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Commercial-Kitchen Hoods.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Common Work Results for Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Audio-Video Systems, Integrated Audio-Video Systems and Equipment, Integrated Audio-Video Systems and Equipment for Classrooms, Distributed Communications and Monitoring Systems, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, Common Work Results for Earthwork, Site Clearing, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Athletic and Recreational Surfacing, Fences and Gates, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

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