Skip to main content
Home  >  Bids & Quotes

Bids & Quotes

IMPROVEMENTS TO JERRY UST RECREATIONAL COMPLEX

Reference IDUSTIMP
Advertise Date04/11/2025
Opening Date05/13/2025

ADVERTISEMENT AND NOTICE TO BIDDERS

 

Notice is hereby given that sealed proposals will be received by the Borough of Sayreville for the "IMPROVEMENTS TO JERRY UST RECREATIONAL COMPLEX" project and publicly opened and read aloud at the Borough Hall, 167 Main Street, Sayreville, New Jersey on Tuesday, May 13, 2025 at 11:00 a.m. prevailing time in Room 310 of the Municipal Building.

 

The project generally consists of upgrading the existing Jerry Ust Recreational Complex located on Bordentown Avenue. The work involved with these improvements includes the furnishing and installation of two (2) drainage system network and aggregate base construction improvements including reinforced concrete edge curbing and all appurtenances, that are necessary for the placement of two (2) new Synthetic Turf systems to be installed by Others under a separate Contract.  Athletic Field Sports Lighting will also be installed at the upgraded athletic fields by Others under a separate Contract and during the construction of this project. The work involved with these improvements includes paved access road extension and new parking lot area; maintenance and protection of vehicular / pedestrian traffic; all safety procedures / provisions, coordination / scheduling of all work; site clearing and site grading operations; cutting and removal of existing trees; construction of variable height modular block type retaining walls including design calculations and certifications; completely operational access road / parking lot lighting systems with all electrical appurtenances; coordination with JCP&L including necessary trench excavation / backfill, installation of PVC conduit, pullbox structure, reinforced concrete transformer pad and all other associated JCP&L work; coordination with Williams Gas Company including test pit excavations and compliance with all requirements / procedures; installation of approximately 2,650 lineal feet ± of 12” diameter perforated HDPE collector pipe / underdrain; installation of approximately 1,435 lineal feet ± of various sizes of RCP Class IV and V of storm sewer pipe reaches; construction of various types of storm sewer structures; rip-rap lined conduit outlet protection area; construction of approximately 2,400 cubic yards ± of underground detention basin facility including 36” diameter perforated HDPE pipe reaches, various types of drainage structures, clean crushed stone encasement, geotextile filter fabric and all appurtenances;  installation of approximately 600 lineal feet ± of 8” DIP water main; resetting of existing water main / hydrant valve boxes; removal and replacement of existing deteriorated sanitary sewer manhole frames / covers; construction of approximately 1,200 square feet ± of 6” thick reinforced concrete slabs; construction of approximately 8,000 square yards ± of HMA meandering walkways, milling existing pavement; installation of approximately 2,000 cubic yards ± of dense graded aggregate base course material; installation of approximately 3,000 tons ± of HMA base course material and  approximately 1,500 tons ± of HMA surface course material; parking area improvements including signage, bumper blocks and application of approximately 6,500 lineal feet ± of pavement stripes / markings (4” wide lines); furnishing and installation of approximately 2,100 lineal feet ± of timber guide rail and all appurtenances; timber post / rail type fence; installation of approximately 2,800 lineal feet ± of various height vinyl coated chain link fence and various height / width of vinyl coated chain link fence gates; one (1) galvanized steel chain link backstop, furnishing and installation of two (2) non-elevated bleachers; aluminum / galvanized steel benches, site landscaping including 24” thick topsoil and 4” thick hardwood mulch; furnishing and installation of approximately 33,500 square yards ± of 5” thick topsoil, seed and mulch and/or soil stabilization matting, where applicable; final clean-up; and all other associated site improvements, preparation, restoration and necessary work in accordance with the Contract Documents.

 

Contract Documents and Plans for the proposed work prepared by David J. Samuel, P.E., Borough Engineer, CME Associates may be examined at the office of said Engineer at 3141 Bordentown Avenue, Parlin, New Jersey and at the office of the Borough Clerk, 167 Main Street, Sayreville, New Jersey, during business hours and may be obtained at the Borough Engineer's Office until forty-eight (48) hours prior to the time set for the opening of Bids upon payment of $100.00 per set.   No refunds will be made.  Proposals in the Contract Documents must be enclosed in sealed envelopes bearing the name and address of the Bidder and the name of the work on the outside addressed to the Mayor and Borough Council, Borough of Sayreville, and must be accompanied by a Statement of Consent of Surety from a Surety Company authorized to do business in the State of New Jersey and acceptable to the Borough.

 

Each Bid must be accompanied by a certified check or cash in the amount of not less than ten (10%) percent of the Bid, but not more than $20,000.00 payable without any conditional endorsement as a guarantee that in case the Contract is awarded to the Bidder, he will within ten (10) days thereafter execute such contract and furnish satisfactorily performance bonds.  Upon failure to do so he shall forfeit the deposit as liquidated damages and the acceptance of the Bid will be contingent upon the fulfillment of this requirement by the Bidder.  No interest shall be allowed upon any such certified check or cash.  A bid bond in the amount of ten (10%) percent of the Bid, but not more than $20,000.00, may be substituted for certified check or cash.

 

Each Bid must also 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 Bond", U.S. Treasury Department, guaranteeing that if the proposal of the Bidder be accepted they will furnish the bond set forth in Articles 2 and 5  of the General Conditions Section F of the Contract and the acceptance of the Bid will be contingent upon the fulfillment of this requirement.

 

The Borough reserves the right to increase or decrease quantities specified in the manner designated in the Specifications.  The Borough reserves the right to award this Contract based on funds available.

 

All bidders are required to be registered with the New Jersey Department of Labor if they elect to bid public work projects.  The bidder shall be required to comply with “The Public Works Contractor Registration Act” (P.L. 1999, C. 238), as identified in Section B – Instruction to Bidders Paragraph B3.14 and in the Appendix of these Specifications.  All Contractors and Subcontractors working on prevailing wage projects, which have a public building component, must attach a certificate of registration from the Department of Labor, to all bids.

 

All bidders are required to submit “Proof of Business Registration” to the contracting agency if they elect to bid public work projects.  Proof of business registration shall be a copy of a Business Registration Certificate issued by the Department of the Treasury, Division of Revenue.  The bidder shall be required to comply with business registration provisions of N.J.S.A. 52:32-44; P.L. 2004, C.57 (Chapter 57), as identified in Section B-Instruction to Bidders Paragraph B3.15 and in the Appendix of these specifications.  All Contractors and Subcontractors working on public work projects must attach a Business Registration Certificate, to all bids.

 

The successful Bidder shall be required to comply with the provisions of the New Jersey Prevailing Wage Act, Chapter 150 of the Laws of 1963, effective January 1, 1964.

 

The successful Bidder shall be required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27.

 

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), as amended; 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.

 

No Bidder may withdraw his Bid for a period of sixty (60) days after the date set for the opening thereof.  The successful Bidder will be required to furnish a Surety Company Bond in the full amount of Contract price indemnifying the Borough of Sayreville, New Jersey for all proceedings suits or actions of any kind of description and conditional for the faithful performance of the work.

 

All Bid security will be returned to all Bidders except the three apparent lowest Bidders within ten (10) working days after the opening of Bids, and to the three apparent lowest Bidders within three (3) working days after the successful Bidder has executed the Contract and his Contract security has been approved by the Borough.

 

The Borough reserves the right to reject any, or all Bids if in its opinion it is in the best interest to do so and to award the Contract for any and/or all items.

 

BY ORDER OF THE MAYOR AND BOROUGH COUNCIL OF THE BOROUGH OF SAYREVILLE.

 

JESSICA MORELOS

BOROUGH CLERK

Clerk
Name Address Phone
Jay Cornell
Borough Engineer
JCornell@cmeusa1.com
  Tel: 732-727-8000