Similar Projects
Hazardous Tree Removal Project
Term Contract
Sub-Bidding
Wanaque, NJ 07420

RFQ - Expand Pool Arborist Services - Per Diem
Term Contract
Sub-Bidding
Paterson, NJ 07505

Pest Control
Term Contract
Post-Bid
Camden, NJ 08103

Weekly Waste Management Services at 8 Head Start Locations
Term Contract
Post-Bid
Camden, NJ 08103

Snow Plowing Services
Term Contract
Sub-Bidding
West Milford, NJ 07480

Classroom Supplies, Classroom Furniture and Related Services
Term Contract
Post-Bid
Camden, NJ 08103

Rock Salt
Term Contract
Sub-Bidding
West Milford, NJ 07480

Office Supplies, Office Furniture and Related Services
Term Contract
Post-Bid
Camden, NJ 08103

Tree Removal Services
Term Contract
Sub-Bidding
Wayne, NJ 07470

2021 Shelter Renovation - Project # 2 - Install Exterior Drain to Existing Driveway
Alteration
Post-Bid
Hewitt, NJ

Furnish and Deliver Hydrated Lime for Calendar Years 2023 and 2024
Term Contract
Sub-Bidding
Wanaque, NJ 07420

2021 Shelter Renovation - Project # 4 - Installation of 6 Kitchenettes Including Architected Drawings, Appliances and Fixtures
Alteration
Post-Bid
Hewitt, NJ

Furnish and Deliver Powder Activated Carbon (PAC) for Calendar Years 2023 and 2024
Term Contract
Sub-Bidding
Wanaque, NJ 07420

Extermination and Pest Control
Term Contract
Post-Bid
Passaic, NJ

Furnish and Deliver Liquid Non-Zinc Orthophosphate for Calendar Years 2023 and 2024
Term Contract
Sub-Bidding
Wanaque, NJ 07420

Last Updated 08/17/2022 10:37 AM
Project Title

Furnish and Deliver Sodium Hypochlorite for Calendar Years 2023 and 2024

Physical Address View project details and contacts
City, State (County) Wanaque, NJ 07420   (Passaic County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate - 09/08/22
Owner View project details and contacts
Architect View project details and contacts
Description

The North Jersey District Water Supply Commission (the "Commission") proposes to purchase approximately 2,000,000 GALLONS, MORE OR LESS, OF SODIUM HYPOCHLORITE, for the two year term of the Contract as specified, for use at its Wanaque Water Treatment Plant or Original Treatment Plant located in the Borough of Wanaque, Passaic County, New Jersey. The quantity stated herein is the best estimate available; however, it is approximate and the actual needs may vary. The Commission, therefore, reserves the right to purchase the quantity it requires which may be more or less than the estimate, without any additional compensation to the successful bidder in the event the actual quantity is less than the estimate. The unit prices quoted in the bid shall not change with the total quantity ordered during the term of the contract. All bidders shall submit with the bid package, an analysis of the 15% Sodium Hypochlorite solution for Iron. This level shall not exceed 0.30 mg/L. This is requested due to the corrosivity of the iron on the Sodium Hypochlorite storage tanks. Sealed bids for furnishing and delivering of the materials described herein will be received by the Commission and a contract awarded in accordance with the operational requirements of the Commission. All bids must be made on the blank forms supplied by the Commission. The Commission and/or its employees do not express or imply any statements regarding existing conditions beyond what may be stated herein. Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. and all other applicable statutes, laws or regulations concerning discrimination in employment of workers on public works projects. If awarded a contract your company/firm will be required to comply with requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. Bidders are required to submit a valid Business Registration Certificate from the State of New Jersey Department of Treasury, Division of Revenue. Failure to submit proof of registration prior to the award of a contract shall be cause for rejection of the bid without further consideration. The Commission will assume no responsibility for bids, which are not properly labeled whether delivered by the bidder or the bidder's representative or if sent by mail or courier service. Bid Security: Each bid shall be accompanied by a certified check, cashier's check or bid bond for ten (10%) percent of the contract price (not to exceed $20,000) as a guarantee of execution of contract and the provision of performance security. Surety's Consent: Every bid must be accompanied by the consent in writing of a surety company (or surety companies) qualified to do business in the State of New Jersey, who shall, at the time of submission of such bid, qualify as to its (or their) responsibility in an amount equal to ONE HUNDRED PERCENT (100%) of the contract price of such bid., All bidders are considered to have full knowledge of the conditions and requirements, including the physical characteristics of the site and the project, which are necessary for an accurate bid. The Bidder shall be held to be aware of the Commission's requirements prior to the time of submitting bids and to have appraised all conditions under which the Contract is to be performed. Bidders are encouraged to visit the site prior to submitting their bid to determine the actual requirements and conditions required herein, and shall not at any time after the submission of the bid, dispute or complain of such statement or estimate of the Commission nor assert that there was any misunderstanding in regard to the nature or amount of work to be done. All Bidders are considered to have full knowledge of the conditions and requirements, including the physical characteristics of the site, which are necessary for an accurate bid. The Commission assumes no responsibility with respect to ascertaining for the Bidder the facts of these physical characteristics. The Bidder shall be held to be aware of the Commission's requirements prior to the time of submitting bids and to have appraised all conditions under which the Contract is to be performed. The initial term anticipated for this Contract is two (2) years. However, the Commission reserves the right to renew the Agreement, at its sole discretion, for up to two (2) consecutive, one (1) year terms, under the same conditions of the original Contract.

Details

Division 01 - General Requirements.
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