Similar Projects
LMC Emblem at Winslow Township
New Construction, Infrastructure
Conception
$20,000,000 CJ est. value
Hammonton, NJ 08037

Ocean Wind
New Construction, Infrastructure
Design
$1,600,000,000 CJ est. value
Atlantic City, NJ 08401

U-Haul Expansion / Egg Harbor Township
Addition, New Construction, Infrastructure
Design
$3,000,000 CJ est. value
Egg Harbor Township, NJ 08234

RFP - Development of the Boardwalk Rotunda
Infrastructure
Bidding
$300,000 CJ est. value
Atlantic City, NJ 08401

Rebid - Demolition of Temporary Classroom Units, New Exterior Plaza / Basketball Court & Curtain Wall Replacement at Absegami High School
Demolition, Renovation, Infrastructure
Bidding
$599,800 CJ est. value
Galloway, NJ 08205

Site Renovations and Comfort Station at Gardners Basin
Infrastructure
Post-Bid
Atlantic City, NJ

Fabrication and/or Installation of Structural Steel & High and Low Pressure Pipe Work
Infrastructure
Post-Bid
$190,000 CJ est. value
Camden, NJ 08104

Additions & Renovations Dr. J.P. Cleary Elementary School & Partial Roof Replacement
Renovation, Addition - 3,650 SF
Results
$1,800,000 est. value
Buena, NJ 08341

Buena Regional High School Athletic Fields & Site Improvements
Alteration
Results
Buena, NJ 08310

NJ Transit Raritan River Bridge, GC-02
Demolition, New Construction, Infrastructure
Pending Verification
$143,924 CJ est. value
Newark, NJ 07102

Deicing Pads Phase IV - South Jersey Transportation Authority
Infrastructure
Pending Verification
$1,000,000 CJ est. value
Egg Harbor Township, NJ 08234

AutoZone #5882 / Buena
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Buena, NJ 08310

Municipal Aid - FY 2023 - Reconstruction of West Jersey Avenue - Phase II
Infrastructure
Bidding
$250,000 CJ est. value
Egg Harbor Township, NJ 08234

Construction Management Services
Renovation
Post-Bid
Atlantic City, NJ

Runway Rubber and Contaminant Removal, Surface Preparation and Runway/Taxiway Painting at the Atlantic City International Airport
Infrastructure
Results
Egg Harbor Township, NJ 08234

Last Updated 06/29/2023 08:17 AM
Project Title

Replacement of the Trash Enclosure Slab (Re-Bid)

Physical Address View project details and contacts
City, State (County) Ventnor City, NJ 08406   (Atlantic County)
Category(s) Education, Heavy and Highway
Sub-Category(s) Elementary School, Middle/Senior High School, Site Development
Contracting Method Bids by Invitation, Competitive Bids
Project Status Construction start expected June 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of 6/28/23 all bids rejected. A timeline for the rebid has not yet been established. The Board of Education reserves the right to reject any or all bids, either in whole or in part and also waive any informality in any bid or bids received, in accordance with applicable law. Bids must be on the bid form prepared by Remington and Vernick Engineers, in the manner designated therein and required by the specifications, must be enclosed in sealed envelopes bearing the name and address of the bidder on the outside and also bearing on the outside reference to the particular work bid upon. Each bid shall be accompanied by a certified check, cashiers check or bid bond duly executed by the bidder as principal and having as surety thereon a surety company approved by the Board of Education in an amount not less than ten percent but in no case in excess of $20,000.00 of the amount bid. Any such bid bond shall be without endorsement or conditions. The bidder must be pre-qualified by the New Jersey Department of the Treasury, Division of Property Management and Construction, and have a valid up-to-date notice of classification prior to the date that bids are received. Any bid submitted under the terms of the New Jersey statutes not including a copy of a valid and active pre-qualification/classification certificate will be rejected as being non-responsive to the bid requirements. Each Bidder will submit with their bid a Certificate of Consent of Surety as per N.J.S.A. 18A:18A-25 from a Surety Company stating that it will provide the bidder, if successful, with a Performance/Payment Bond in the full amount of the contract. The award of the contract shall be made subject to the necessary moneys to do the work being provided by the Ventnor Board of Education in a lawful manner. The contract to be executed by the successful bidder will provide that it shall not become effective until the necessary moneys to do the work have been provided by the Ventnor Board of Education in a lawful manner. The award shall further be subjected to the securing of necessary State, Federal or Local permits governing the work. No bid may be withdrawn for a period of sixty (60) days after the date set for the opening thereof. Bidding shall be in conformance with the applicable requirements of N.J.S.A. 18A:18A-1 et seq., pertaining to the Public School Contracts Law. All Bidders are placed on notice that they are required to comply with all requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27, Affirmative Action, current regulations, N.J.S.A. 34:11-56.25 et seq., New Jersey Prevailing Wage Act, and American With Disabilities Act of 1990 (42 U.S.C. S12101, et seq.). All Bidders must comply with all requirements of Federal, State and Local and current applicable regulations. The contractor is further notified that he must comply with N.J.S.A. 52:25-24.2 and submit a Disclosure Statement listing stockholders with his bid. The contractor is further notified that he must comply with N.J.S.A. 34:11-56.48 et seq. Public Works Contractor Registration Act and he and any subcontractors must be registered in accordance with the act. The contractor is also further notified that he must comply with N.J.S.A. 52:32-44 and submit proof of business registration and submit proof of business registration for any named subcontractors in accordance with the act. Prospective bidders must call Remington and Vernick Engineers at 609-645-7110 prior to obtaining the plans and specifications in order to schedule a time to obtain said plans and specifications. Payment Must Be Received Prior to Obtaining Said Specifications, Either by Mail or in Person. The Base Bid includes but is not limited to the following work: 1. Remove existing trash enclosure slab. Work shall consist of removing the existing trash slab which is to be a 3" to 4" concrete slab poured over an existing 8" slab with #5 rebar at 12" on center top and bottom, saw cutting and a concrete curb against the building facade. Contractor shall verify if rebar is tied in from slab to footing and shall remove without damaging the building footings. This item will be paid under the Lump Sum Base Bid Item #1 "CLEARING SITE". 2. Remove portions of existing brick walls (wall footings can remain but portions must be removed for fence/gate posts and one pipe penetration) and privacy fence. One brick wall is free standing and one is adjacent to the school building This item will be paid under the Lump Sum Base Bid Item #1 "CLEARING SITE". 3. Remove existing 6" thick concrete driveway/apron located in front of the walls and trash enclosure slab. This item will be paid under the Lump Sum Base Bid Item #1 "CLEARING SITE". 4. Excavate 8" below proposed slab, and removal of existing soil for the proposed 6" perforated drain system. This item will be paid per Square Yard for Base Bid Item #2 "EXCAVATION, VARIABLE DEPTH". 5. Installation of 8' chain-link fence with two (6 FT wide by 8 FT height) out swing gates with privacy slats. Contractor to remove the demolished wall footing as necessary to install footings for the fence and gate. This item will be paid as a Lump Sum item for Base Bid Item #5 "8' CHAINLINK FENCE WITH PRIVACY SLATS AND TWO SWING GATES (6 FT WIDE BY 8 FT HEIGHT)" 6. Installation of a 6" Perforated Schedule 40 PVC drain system. The drain system will include washed gravel, fabric filter, connection of one (1) roof drainpipe, penetration through brick wall footing for an 8" pipe and connected to existing 8" drainpipe. 6" pipe will be installed at 1/4 inch per foot directed down towards the existing 8" drain. This item will be paid as a Lump Sum item for Base Bid Item #6 "6" SCHEDULE 40 PERFORATED PVC DRAIN INCLUDING WASHED GRAVEL, FABRIC FILTER, CONNECTION TO ONE ROOF DRAIN AND CUT PIPE PENETRATION THROUGH BRICKWALL FOOTING TO REINSTALL INTO EXISTING DRAINPIPE". SCOPE OF WORK SCOPE-2 7. Remove, support and reinstall bottom layers of the brick veneer as needed to drill 3/4" weep holes into every CMU block cavity installed on top of the footing and cut and remove existing rubber flashing and install moisture control barrier (installed as per manufacturers recommendations) to direct water to the proposed perforated drain system. Contractor shall not drill through CMU wall in the school for support. Once the proposed 8" slab is poured the brick veneer shall be reinstalled with new vertical weep drains 24" on center. This item will be paid as a Lump Sum item for Base Bid Item #7 "REMOVE, SUPPORT AND REINSTALL BRICK VENEER, COST TO INCLUDE DRILLING WEEP HOLES IN CMU, WEEP HOLES IN BRICK VENEER AND MOISTURE 8. Repair any damage and/or appearance of the brick veneer from the demolition of the existing wall. Repair will include changing bricks as needed, cutting any metal structural tie-in connections, repointing mortar and removal/sanding any caulking between the structure and the demolished wall. This item will be paid as a Lump Sum item for Base Bid Item #8 "REPAIR BRICK VENEER ON TRASH ENCLOSURE WALL". 9. Installation of an 8" thick reinforced slab with variable depths on the perimeter haunch. The slab will utilize a haunch perimeter to support the slab on the existing footings to minimize settling. The slab will use #5 rebar installed 12" on center in both directions. This item will be paid as a Square Yard item in Bid Item #4 "REINFORCED CONCRETE SLAB". 10. Installation of washed gravel, 8" Thick under the proposed reinforced concrete slab (washed gravel installed for the perforated pipe drain trench will be paid in Bid Item #6). This item will be paid as a Square Yard item in Bid Item #9 "WASHED GRAVEL, 8" THICK". 11. Installation of mortar joint sealant along the interior cove joint. Installation of cove joint sealer (installed as per manufacturers recommendations) will include the removal of existing carpet tile and vinyl wall cove base as needed. Seal the cove joint with Quikrete Self Leveling Sealant or approved equal. Install new carpet tile and vinyl wall cove base (color and style to match existing). Carpet to be Mannington Commercial - Style: Charge; Color: 84364 Contact (or approved equal). This item will be paid as a Lump Sum item for Base Bid Item #10 "SEAL INTERIOR COVE JOINT, COST TO INCLUDE REMOVAL AND REPLACEMENT OF CARPET TILE AND WALL BASE". 12. Upon completion of the project it will be cleaned and restored to pre-construction condition. This item will be paid as a Lump Sum item for Base Bid #11 "CLEANING AND RESTORATION".

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