Similar Projects
New SCADA System - City of Sea Isle City
Renovation
Conception
$1,000,000 CJ est. value
Sea Isle City, NJ 08243

Levine Reservoir Water Tanks Phase I / Paterson
New Construction, Infrastructure
Design
$45,000,000 CJ est. value
Paterson, NJ 07501

Replacement of Granulated Carbon at the Manasquan Reservoir System Manasquan Water Treatment Plant
Renovation
Bidding
$89,200 CJ est. value
Farmingdale, NJ 07727

Granular Activated Carbon Facilities for New Hampshire Avenue and Shorrock Street Water Treatment Plants
Infrastructure
Bidding
$670,000 CJ est. value
Lakewood, NJ 08701

Well 6 Pressure Filter Media Replacement
Renovation, Infrastructure
Post-Bid
$196,000 CJ est. value
Willingboro, NJ 08046

Replacement of Rotating Biological Contactor Equipment - Phase 5
Renovation
Post-Bid
$250,000 est. value
Roxbury Township, NJ 07876

Clarifier Rehabilitation
Renovation
Results
Wanaque, NJ 07465

Furnish and Deliver Methanol to the Seven Mile Beach/Middle Wastewater Treatment Facility
Renovation
Results
Cape May Court House, NJ 08210

Gravity Filter Rehabilitation - William Miller Water Treatment
Infrastructure
Construction
$931,600 CJ est. value
Brick, NJ 08724

Low Lift Pump Station, Control House and Old Administration Building Stone Pointing and Waterproofing
Renovation
Construction
$260,000 CJ est. value
Wanaque, NJ 07465

Suez Water New Jersey Treatment Plant
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Franklin Lakes, NJ 07417

Well Building and PFOA Treatment
New Construction, Infrastructure
Bidding
$1,731 CJ est. value
Hardyston, NJ 07460

Plants Improvement Project at the Township of Medford Sewage Plants
Renovation
Post-Bid
$500,000 est. value
Medford, NJ

Grit Facility Repairs and Improvements
Renovation
Results
$500,000 est. value
Union Beach, NJ 07735

Water Pollution Control Facility - Disc Filters
Renovation, Infrastructure
Construction
$1,067,000 CJ est. value
Livingston, NJ 07039

Last Updated 09/18/2023 12:17 PM
Project Title

Miscellaneous Building Rehabilitation

Physical Address View project details and contacts
City, State (County) East Orange, NJ 07017   (Essex County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $9,583,000 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

As of 9/13/23, this project has not yet been awarded. A timeline for award has not yet been established. Questions Deadline: 2/23/2023 04:00 PM (ET) NOTICE is hereby given that sealed proposals will be received by the Joint Meeting of the following municipalities: The CITY OF EAST ORANGE, the TOWNSHIP OF HILLSIDE, the TOWNSHIP OF IRVINGTON, the TOWNSHIP OF MAPLEWOOD, the TOWNSHIP OF MILLBURN, the CITY OF NEWARK, the BOROUGH OF ROSELLE PARK, the TOWNSHIP OF SOUTH ORANGE VILLAGE, the CITY OF SUMMIT, the TOWNSHIP OF UNION, and the TOWNSHIP OF WEST ORANGE, municipal corporations of the State of New Jersey, organized in Joint Meeting under the provisions of an ACT entitled "An Act to Authorize Two or More Municipalities in the State to Jointly Construct and Maintain Outlet or Trunk Sewers", approved March 15, 1899, and the supplements and amendments thereto, and codified as N.J.S.A. 40:63-68 to 138, hereinafter referred to as the "Joint Meeting". For THE JOINT MEETING OF ESSEX AND UNION COUNTIES WASTEWATER TREATMENT PLANT MISCELLANEOUS BUILDING REHABILITATION. The Work under this proposal shall include the furnishing of all labor, material and equipment necessary to perform the Work as shown on the Contract Drawings and as specified. All construction shall be included in a single overall Contract. The Contract generally consists of various structural repairs within the Screenhouse; repair of the Screenhouse roof; repair of the Old Chlorine Building basement concrete beams, floor hatch cover, and brick facade; repair of the Dechlorination Building's wall joints; repair of the Aeration Pipe Gallery deck; replacement of the Dewatering Building brick facade; repair of the Digester Building Penthouse brick facade and other associated Work as more particularly indicated, shown, or described in the Contract Documents. Each proposal shall be accompanied by Bid Security consisting of either a Bid Bond, cashier's check or a certified check made payable to the Joint Meeting of Essex and Union Counties and in the amount of ten percent (10%) of the Bid price, but not to exceed $20,000.00. Such checks or Bid Bonds will be returned to all except the three apparent lowest responsible bidders, unless otherwise requested, within ten (10) days, Sundays and holidays excepted, after the opening of Bids and the proposals of such bidders shall be considered as withdrawn. The checks or Bid Bonds of the remaining unsuccessful bidders shall be returned within three (3) days, Sundays and holidays excepted, after the awarding and signing of the Contract and the approval of the accepted Bidder's Performance Bond, or if no award will be made. Each bidder agrees that he will not withdraw his Bid except as allowed pursuant to N.J.S.A. 40A:11-23.3(a). Each proposal shall be accompanied by a certificate of Consent of Surety from a Bonding Company licensed to do business in the State of New Jersey and named in the current list of "Surety Companies Acceptable on Federal Bonds", U.S. Treasury Department Circular 570, for the furnishing of Bonds as hereafter described. A Performance Bond and a Labor and Materials Payment Bond for one-hundred percent (100%) of the Contract Price, issued by a company authorized to do business in the State of New Jersey, will be required for the faithful performance of the Contract. All required Bonds shall be submitted and approved on or before the time set for the execution of said Contracts. CERTIFICATES AND BONDS SHALL BE ON THE FORMS INCLUDED IN THE CONTRACT DOCUMENTS.Each proposal shall be accompanied by Bid Security consisting of either a Bid Bond, cashier's check or a certified check made payable to the Joint Meeting of Essex and Union Counties and in the amount of ten percent (10%) of the Bid price, but not to exceed $20,000.00. Such checks or Bid Bonds will be returned to all except the three apparent lowest responsible bidders, unless otherwise requested, within ten (10) days, Sundays and holidays excepted, after the opening of Bids and the proposals of such bidders shall be considered as withdrawn. The checks or Bid Bonds of the remaining unsuccessful bidders shall be returned within three (3) days, Sundays and holidays excepted, after the awarding and signing of the Contract and the approval of the accepted Bidder's Performance Bond, or if no award will be made. Each bidder agrees that he will not withdraw his Bid except as allowed pursuant to N.J.S.A. 40A:11-23.3(a). Each proposal shall be accompanied by a certificate of Consent of Surety from a Bonding Company licensed to do business in the State of New Jersey and named in the current list of "Surety Companies Acceptable on Federal Bonds", U.S. Treasury Department Circular 570, for the furnishing of Bonds as hereafter described. A Performance Bond and a Labor and Materials Payment Bond for one-hundred percent (100%) of the Contract Price, issued by a company authorized to do business in the State of New Jersey, will be required for the faithful performance of the Contract. All required Bonds shall be submitted and approved on or before the time set for the execution of said Contracts. CERTIFICATES AND BONDS SHALL BE ON THE FORMS INCLUDED IN THE CONTRACT DOCUMENTS. The party to whom this Contract is awarded shall be prepared to execute the Contract within ten (10) days of the date of the Notice of Award. Should the successful Bidder, to whom the Contract is awarded, fail to comply with the above provisions as to the Performance Bond and Labor and Materials Payment Bond and to execute said Contract within the time set forth above, the Joint Meeting may, at its option, declare the successful Bidder in default, the Contract abandoned by it, and may further take such proceedings as it may deem necessary to protect the interest of the Joint Meeting. During the Contract Period, the Contractor shall be required to comply with the provisions of N.J.S.A. 10:2- 1 through 10:2-4 dealing with discrimination in employment on public contracts and the rules and regulations promulgated pursuant thereunto are hereby made a part of this Contract and are binding on them. Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et. seq. and N.J.A.C. 17:27. Bidders are required to comply with the requirements of P.L. 1975, c.127. During the performance of this Contract, the Contractor agrees to comply with the requirements of P.L. 1975, c. 127 (N.J.A.C. 17:27), and N.J.S.A. 10:5-31 et seq., all requirements of the State of New Jersey Worker Health and Safety Act (N.J.A.C. 12:110 et seq.) as amended and the United States Occupational Safety and Health Act (OSHA) (29 CFR 1910), as amended with regard to worker and jobsite safety. The Contract or subcontract is expected to be funded in part with funds from the New Jersey Department of Environmental Protection and the New Jersey Infrastructure Bank. Neither the State of New Jersey, the New Jersey Infrastructure Bank, nor any of their departments, agencies, or employees is, or will be, a party to this Contract or subcontract or any lower tier Contract or subcontract. This Contract or subcontract is subject to the provisions of N.J.A.C. 7:22-3, 4, 5, 9 & 10, and 2 CFR 200.317 through 200.327 and 2 CFR 200 Appendix II. In accordance with the provisions of N.J.S.A. 58:11B-26, N.J.A.C. 7:22-3.17(a)24 and 4.17(a)24, the Contractor (subcontractor) shall comply with all provisions of N.J.A.C. 7:22-9 for the participation of small business enterprises owned and controlled by Socially and Economically Disadvantaged Individuals (SED's). The successful Bidder shall be required to comply with the provisions of the New Jersey Prevailing Wage Act, N.J.S.A. 34:11-56.25 et. seq. The Joint Meeting reserves the right to reject all Bids in accordance with N.J.S.A. 40A:11-13.2, and also reserves the right to waive any minor informality in the Bids, in accordance with law. The number of days allowed for the completion of the Contract shall be 500 calendar days in accordance with N.J.S.A. 40A:11-17. B

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