Bidding Information
Lenape Regional High School District - Seneca High School Synthetic Turf Phase I Site Preparation
Owner: Lenape Regional High School District Board of Education
Location: Burlington County
Contract Type: Lump Sum
Architect's Project Number: 8192/6-022-21/REF21-02-8192 - AWARDED
Budget: Not provided
Description:
1.1 WORK COVERED BY CONTRACT DOCUMENTS
A. Project Identification: TDC Project No. 8192
B. Project Location: Seneca High School
110 Carranza Road
Tabernacle, NJ 08088
C. Owner: Lenape Regional High School District
93 Willow Grove Road
Shamong, NJ 08088
D. Owner’s Representative: Anthony Voiro, Director of Buildings and Grounds
E. Architect: The Design Collaborative
1940 Route 9 North
Cape May Court House, New Jersey 08210-1110
F. Project Coordinator: Anthony Voiro has been appointed by Owner to serve as Project Coordinator.
G. The Work consists of the following: The Work as defined by the General and Supplementary Conditions, the extent of which is covered in the Contract Documents and is described herewith (briefly) and without force of effect upon the Contract Documents.
1.2 WORK OF THE CONTRACT
A. The Work as defined by the General and Supplementary Conditions, the extent of which is covered in the Contract Documents and is described herewith (briefly) and without force of effect upon the Contract Documents.
B. BASE BID SCOPE OF WORK – PHASE I TURF FIELD SITE PREPARATION. The scope of this project includes the site preparation work necessary to accommodate the installation of a new synthetic turf field. The Contractor is advised that the contract for the supply and installation of the proposed turf field (PHASE II TURF FIELD CONTRACT) has been awarded to Shaw Sports Turf, 185 South Industrial Blvd., Calhoun, GA 30701. The scope of the PHASE I TURF FIELD SITE PREPARATION CONTRACT shall include, but is not limited to, the following:
1. CONTRACT NO. 1 – CONTRACT FOR PHASE I SITE PREPARATION FOR NEW SYNTHETIC TURF FIELD
a. General Coordination responsibilities including the following:
1) Coordination of the work with the Owner, and the PHASE II TURF FIELD CONTRACTOR.
2) The Contractor shall be responsible for the complete preparation of the existing site, including but not limited to:
a) Excavation of the existing fields, and stock-piling / removal of excess fill, topsoil and debris.
b) Removal, capping and termination of utilities noted and impacted by the scope of the work including irrigations systems
c) Grading and compaction of the existing sub-base, including sub-grade work, soil stabilization and rock excavation as required.
d) Supply and installation of the aggregate turf field base. Scope of the work is to include testing for compaction and permeability of aggregate base.
e) Supply and installation of the new subsurface drainage facilities, inlets and manholes.
f) All indicated and required sediment/erosion control measures.
g) Preservation and reconstruction of existing site improvements noted.
h) Construction of new concrete curbs and nailers as detailed within the contract drawings.
i) Supply and installation of new goal posts.
3) Cleaning and site restoration as required to restore existing conditions to their pre-contract state.
2. RESPONSIBILITIES OF THE PHASE II TURF FIELD CONTRACTOR:
a. Supply and installation of the new synthetic turf field, including turf, fill, field markings, logos and post-construction G-Max Testing.
b. Coordination of the work with the Owner, and the PHASE I SITE PREPARATION CONTRACTOR (The work of this contract).
3. RESPONSIBILITIES OF THE OWNER:
a. Access to standard single phase electrical service for light equipment and tools required to perform the work. The contractor shall be responsible for the supply of temporary generators for three phase electrical service when and if required.
Provisions for access to the work area
Bid documents may be obtained on/after Monday, February 7, 2022 for a non-refundable fee of $25.00 from the Architect:
1940 Route 9 North
Cape May Court House, NJ 08210-1110
Phone (609) 465-4111
office@tdc-tvc.com
All fees (deposit checks for plans and specifications) shall be paid directly to LENAPE REGIONAL HIGH SCHOOL DISTRICT BOARD OF EDUCATION.
Bid documents may be examined by appointment at the office of Architect, The Design Collaborative, Architects & Planners, PA, 1940 Route 9 North, Cape May Court House, NJ 08210-1110
The Bidder, or its sub-contractors, shall be classified by the State of New Jersey – Division of Property Management and Construction in one of the following classification:
C054 “Site Work”
The Bidder, and any sub-contractor classified under the above categories must present evidence INCLUDED WITHIN THEIR FORM OF BID, of their pre-qualifications, including current Division of Property Management and Construction (DPMC) Copy of “Notice of Classification”, Current DPMC Copy of “Total Amount of Uncompleted Contracts” and Business Registration Certificate.
Bidding shall be in conformance with the applicable requirements of NJSA 18A:18A-1 et. seq., the Public School Contracts Law.
All questions pertaining to securing Contract Documents, Bidder’s Lists, etc. shall be directed to:
The Design Collaborative, Architects & Planners, PA
1940 Route 9 North
Cape May Court House, NJ 08210-1110
Phone (609) 465-4111
office@tdc-tvc.com
All questions pertaining to the contract documents, technical sections, legal documents, and bid submission shall be directed in writing, no later than Friday, February 25, 2022 at 12:00 Noon to The Design Collaborative, Architects & Planners, PA: fax: (609) 465-9358; email: Office@tdc-tvc.com.
IF NECESSARY, AN ADDENDUM WILL BE ISSUED on or before Friday, February 25, 2022.
The Lenape Regional High School District Board of Education assumes no responsibility whatsoever in connection with any defects arising out of the issuance of the Contract Documents or the receipt or failure to receive bids, including those which may arise from delay for any reason in obtaining the Contract Documents or submitting the Contract Bid Forms, including but not limited to traffic delay, messengering, mis-labeling, mis-directions from any source, mis-delivery or otherwise.
When it is its best interest to do so and to the maximum extent of its discretion under applicable law, the Lenape Regional High School District Board of Education may award the Contract in whole or in part, select any combination of bids and alternates, may waive informalities, and may reject any or all bids:
LENAPE REGIONAL HIGH SCHOOL BOARD OF EDUCATION
CONSTANCE L. STEWART BUSINESS ADMINISTRATOR/BOARD SECRETARY
Addenda:
If Necessary, an addendum will be issued on or before Friday, February 25, 2022
Pre-Bid Meeting Information
Mandatory: No
Date: Tuesday, February 22, 2022 at 10:00 AM
Location:
Lenape Regional High School District Board of Education
93 Willow Grove Road
All Participants are required to sign in at Main Office/Site Visits may be arranged upon request
Shamong, NJ 08088
Phone: 609-268-2000
Document Availability
Available as of: On or After Monday, February 7, 2022
Cost: $25.00 Non-Refundable - Documents will be distributed electronically by Architect
Payable To: Lenape Regional High School District - mail check to Architect
Return Policy: Non-Refundable
Available at:
Documents will be distributed via email link
The Design Collaborative Architects and Planners, P.A.
1940 Route 9 North
Cape May Court House, NJ 08210
Phone: 609-465-4111
Bid Submission/Deadline
Bids Due By: Tuesday, March 8, 2022 at 2:00 PM
Submit Bids to:
Lenape Regional High School District Board of Education
93 Willow Grove Road
Attn: Constance L. Stewart, Business Admin/Brd. Secretary
Shamong, NJ 08088
Phone: 609-268-2000
Planholders
American Athletic Track and Turf
2050 Route 206
Vincentown, NJ 08088
Phone: 609-859-1414
Command Company, Inc.
1318 Antwerp Avenue
Egg Harbor City, NJ 08215
Phone: 609-965-0399
Dodge Data & Analytics - NJ
300 American Metro Blvd
Suite 185
Hamilton, NJ 08619
Phone: 413-930-4166
Fred M. Schiavone Construction Inc.
1985 Dutchmill Road
PO Box 416
Malaga, NJ 08328
Phone: 856-697-4558
Grade Construction
110 Pennsylvania Avenue
Patterson, NJ 07503
Phone: 973-925-4021
Hellas Construction, Inc.
, TX 78613
Phone: 5122502910
JPC Group, Inc.
228 Blackwood-Barnsboro Road
Blackwood, NJ 08012
Phone: 856-232-0400
Mount Construction, Inc.
427 S. White Horse Pike
Berlin, NJ 08009
Phone: 856-768-8493
The LandTek Group, Inc.
105 Sweeneydale Ave
Shore Bay, NY 11706
Phone: 631-691-2381
Vollers Excavation & Construction, Inc.
3311 Route 22 East
North Branch, NJ 08876
Phone: 908-725-1026-
Bid Results
Bidder | Type | Base Bid | Awarded Amount |
---|---|---|---|
LS | $412,540.00 | ||
American Athletic Courts, Inc. | LS | $540,000.00 | |
Applied Landscape Technologies, Inc. | LS | $412,540.00 | |
Fred M. Schiavone Construction Inc. | LS | $645,600.00 | |
Grade Construction | LS | $604,537.83 | |
JPC GROUP INC. | LS | $857,000.00 | |
The LandTek Group, Inc. | LS | $578,000.00 | |
Vollers Excavation & Construction, Inc. | LS | $675,125.00 |
Legend
- GC - General Contractor
- P - Plumbing
- E - Electrical
- SS - Structural Steel
- V - Vendor
- HVAC - Heating, Ventilating, AC
- RS - Reporting Service
- SW - Site Work
- F - Furniture
- LS - Lump Sum