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

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

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

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

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

School House Lane Roadway and Utility Improvements
Infrastructure
Post-Bid
Hammonton, NJ

Resurfacing of Columbia Road (CR 693)–Section 1B-1C in the Town of Hammonton [Highway Route Segment Code(S) 693M0101 to 693M0103]
Infrastructure
Results
Hammonton, NJ 08037

Venice Lagoon Water Main Crossing
Infrastructure
Results
NJ

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

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

Reconstruction of Jackson Road Phase 1
Infrastructure
Bidding
$2,000,000 CJ est. value
Buena, NJ 08310

2021 Loading Bridge Rehabilitation Project
Renovation
Post-Bid
Egg Harbor Township, NJ 08234

Resurfacing of Second Avenue - Phase II
Infrastructure
Results
Galloway, NJ 08205

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

Athletic Center Renovation and Expansion
Addition, Demolition, Renovation, Infrastructure
Bidding
$685,000 CJ est. value
Galloway, NJ 08205

Last Updated 02/08/2023 03:37 PM
Project Title

Atlantic City International Airport Construct Deicing Facility - Phase IV

Physical Address View project details and contacts
City, State (County) Egg Harbor Township, NJ 08234   (Atlantic County)
Category(s) Heavy and Highway, Sewer and Water, Transportation
Sub-Category(s) Airline/Passenger Terminal, Lift and Pump Stations, Paving/Reconstruction, Runways/Taxiways, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected May 2022
Bids Due View project details and contacts
Estimated Value $4,817,875 [brand] Estimate
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

**As of May 4, 2022, This project has not yet been awarded. A timeline for award has not yet been established.** Base Bid Construct the third aircraft parking position of the deicing pad. Work includes drainage improvements, Portland cement concrete pavement installation, bituminous pavement installation, and airfield lighting and associated conduit/junction box removal and replacement. Add Alternate Construct the deicing facility infrastructure. Work includes the construction of the deicing control building, deicing fluid storage area, glycol collection force main, electric feeder and communication line from the terminal building to the deicing facility, bituminous pavement, spent glycol storage tank, wet well, and pump station. A Bid Security in the amount of five percent (5%) of the TOTAL BID PRICE is required to accompany all bid submissions. The Authority, in accordance with law, reserves the right to reject any or all bids either in whole or in part and also to waive any minor informality in any bid or bids so received. In order to bid this project, the bidder shall be pre-qualified under at least one (1) of the following NJDOT Class Code(s) or NJDPMC Trade Code(s) at the time of submission: NJDOT Class Code 1, Grading NJDOT Class Code 2, Paving NJDOT Class Code 3, Grading and Paving NJDOT Class Code 5, Heavy Highway NJDOT Class Code 8 General Concrete NJDPMC C008 General Construction NJDPMC C059 Road Construction and Paving In addition to the bidder prequalification, any subcontractor performing work on the project shall be pre-qualified, as applicable, under the following NJDOT Trade Code(s) or NJDPMC Trade Code(s) at the time of submission: NJDPMC C058 Underground Water & Utilities NJDPMC C047 Electrical* NJDPMC C032 HVACR* NJDPMC C118 Above Ground Storage Tank NJDOT CLASS CODE 7, Electrical* *To be declared on Subcontractor Declaration Section on Bid Express. Prospective Bidders are advised that the following federal provisions are incorporated by reference into this Notice, and shall be incorporated by reference into the contract upon award.: Buy American Preference (49 USC 50101); Foreign Trade Restriction (49 CFR part 30); Davis Bacon Act 2 CFR 200 Appendix II(D); Affirmative Action (41 CFR part 60-4, Executive Order 11246); Government wide Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility); Government wide Requirements for Drug-free Workplace (Executive Order 12564 and Public Law 100-71). NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for Minority Goals for Female Participation for Each Trade Participation in Each Trade 25.2% 6.9% These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subjected to the goals for both its federally involved and non-federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project, for the sole purpose of meeting the Contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Program (OFCCP), within ten (10) working days of award of any construction subcontract in excess of $10,000.00 at any tier of construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Atlantic City, Atlantic County, New Jersey. Prospective Bidders are further advised that: A) It is the policy of the SJTA to afford maximum opportunity for Disadvantaged Business Enterprises to participate in SJTA projects. The selected firm will be required to fully comply with all applicable requirements of 49 C.F.R. Parts 23 and 26. The SJTA has set an annual FY22 DBE goal of 4.0% participation for FAA assisted contracts.; and B) Title VI Solicitation Notice. The SJTA, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders or Offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. C) Buy American Preference. The Contractor agrees to comply with 49 USC 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. D) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. E) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor Wage and Hour Division. F) Pursuant to Executive Order 13502 signed by President Obama the Authority is authorized to require contractors on construction jobs utilizing Federal Funds to use, negotiate or become a party to a Project Labor Agreement (PLA) with one or more labor organizations. The Authority, in accordance with applicable law, reserves the right to reject any or all bids and also to waive any minor informality or non-material exceptions in any bid or bids so received. Notice of this bid and all procurement opportunities can also be downloaded from the Authority's website at www.sjta.com, under the "Bids and Contracts" tab. Any questions regarding this solicitation should be directed to bids@sjta.com 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 Mandatory Equal Employment Opportunity Regulations. Construct the third aircraft parking position of the deicing pad. Work includes drainage improvements, Portland cement concrete pavement installation, bituminous pavement installation, and airfield lighting and associated conduit/junction box removal and replacement.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Specialties, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Audio-Video Systems, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, 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, Tactile Warning Surfacing, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities.
Division 34 - Transportation, Airfield Signaling and Control Equipment.
Division 40 - Process Integration, Water Process Piping.
Division 41 - Material Processing and Handling Equipment, Conveyors.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater 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