Skip to content Skip to left sidebar Skip to right sidebar Skip to footer

Notice RE Invitation to Bid for Thickening Facilities Upgrades

Section 001116.16 – Invitation to Bid
Contract No. 61-19

Notice for sealed bids for construction of Thickening Facilities Upgrades will be received by the Linden Roselle Sewerage Authority (Authority) at 5005 South Wood Avenue, Linden, N.J. 07036 until 11:00 AM, September 11, 2024 and at that time and place bids will be publicly opened and read aloud.

Contract Documents and plans for the proposed work prepared by Michael J. McClelland, P.E., Consulting Engineer, CME Associates, may be examined at the office of said Engineer, at 3141 Bordentown Avenue, Parlin, New Jersey between the hours of 9:00 a.m. and 3:00 p.m. Contract Documents and plans may be obtained at the Consulting Engineer’s office until the time set for the opening of bids upon issuance of a check for $150.00 per set payable to CME Associates and submission of contact information including an email address for digital receipt of the documents. Contract Documents including plans will thereupon be provided digitally via an FTP site with instructions emailed to the bidder. No refunds will be made, except as provided for in N.J.S.A. 40A:11-24(b) which allows for the return of documents in reasonable conditions within ninety (90) days of notice that the Contract has NOT been awarded.

Each Bid shall be submitted in accordance with the Instructions to Bidders and shall be accompanied by a Bid Security in the amount of ten (10%) percent of the Bid not to exceed $20,000. Bidders may not withdraw their Bids for a period of sixty (60) days after the actual date of the opening of Bids. The Successful Bidder must furnish a one hundred percent (100%) Performance Bond and a one hundred percent (100%) Payment Bond with a surety company acceptable to the Owner.

Complete instructions for filing Bids are included in the Instructions to Bidders.

Wage rates for this Project are subject to both the minimum wage rates as per State of New Jersey Prevailing Wage Act (P.L. 1963, Chapter 150) and to the minimum Federal Wage Rates, whichever is greater.

All applicable surety bonds required in connection with the advertisement and award of building contracts or sub agreements must be written by a surety company listed on the Federal Treasury List (Department Circular 570-Surety Companies Acceptable on Federal Bonds), incorporated herein by reference per N.J.A.C. 7:22-3.17(g). Copies of this document may be obtained from the Department.

Section 3 Business Concerns will receive preference. More information about “Section 3 Business Concerns” can be found online here. Firms wishing to receive preference as a Section 3 Business Concern are required to provide a Section 3 Business Self Certification form as part of their bid package. This form is included as part of the full solicitation.

The Owner reserves the right to waive any informality in or to reject any or all Bids if deemed to be in its best interest.

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.

Scope of Work Statement:

The Contract generally consists of the replacement of the existing primary sludge grit removal equipment including the installation of two (2) new grit washers with hydrocyclones, one (1) grit conveyor, one (1) roll-off dumpster station, and one (1) leveling cover system. Also included is the replacement of the internal mechanism, cleaning and repair of the existing Gravity Sludge Thickener Tank; and all other associated work as more particularly indicated, shown, or described in the Contract
Documents.

Funding Statement: N.J.A.C. 7:22-3.17(d):

This 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 and 10.

Jeffrey Williams, Executive Director