Bidding Information

Lenape Regional High School District - Cherokee High School South Phase 3 HVAC-B Upgrades

hr

Owner: Lenape Regional High School District Board of Education

Location: Burlington County

Contract Type: Lump Sum

Architect's Project Number: 8300 - AWARDED REF21-33-8300

Budget: Not provided

Description:
1.4 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.

1. CONTRACT FOR MECHANICAL CONSTRUCTION – PROJECT DELINEATION.  The scope of the work of the different projects within this bid are as follows.  Refer to Architectural Drawing A1.0, “General Notes and Schedules” for a delineation of the areas included within each project referenced below:

a. CHS-06:  Stage and Auditorium R-22 phase out
1. The existing R-22 DX rooftop cooling / hot water heating units serving the Stage and Auditorium at Cherokee South are to be removed, including all associated pumps, piping and accessories not indicated to remain.
2. Provide (1) DX Cooling / HW Heating RTU, including all piping, pumps, insulation and accessories required for a complete operating system.
3. Existing ductwork in space will remain.  Ductwork modifications at unit will be made to complete final connections.
4. Equipment will be integrated into the BMS by the Owner’s integration Contractor (AME Inc.).
5. BACnet compatible controllers to be factory mounted, Integration to be performed by AME

b. CHS-07:  AA Wing Trainer, Admin, Media Center, Nurses Suite R-22 phase out
1. The existing R-22 DX cooling / hot water heating units serving the AA Wing Trainer, Admin, Media Center, Nurses Suite at Cherokee South are to be removed, including all associated pumps, piping and accessories not indicated to remain.
2. Provide (1) DX Cooling / HW Heating RTU, including all piping, pumps, insulation and accessories required for a complete operating system.
3. Existing ductwork in space will remain.  Ductwork modifications at unit will be made to complete final connections.
4. Equipment will be integrated into the BMS by the Owner’s integration Contractor (AME Inc.).
5. BACnet compatible controllers to be factory mounted, Integration to be performed by AME

c. CHS-08:  CC Wing Cafeteria, Staff Dining, Health Classroom and School Store R-22 phase out:
1. The existing R-22 DX cooling / hot water heating units serving the CC Wing Cafeteria, Staff Dining, Health Classroom and School Store at Cherokee South are to be removed, including all associated pumps, piping and accessories not indicated to remain.
2. Provide (1) DX Cooling / HW Heating RTU, including all piping, pumps, insulation and accessories required for a complete operating system.
3. Existing ductwork in space will remain.  Ductwork modifications at unit will be made to complete final connections.
4. Equipment will be integrated into the BMS by the Owner’s integration Contractor (AME Inc.).
5. BACnet compatible controllers to be factory mounted, Integration to be performed by AME

d. CHS-12:  DD Adaptive Gym, Instructor’s Office, Coaches Office R-22 phase out:
1. The existing R-22 DX cooling / hot water heating units serving the DD Adaptive Gym, Instructor’s Office, Coaches Office at Cherokee South are to be removed, including all associated pumps, piping and accessories not indicated to remain.
2. Provide (1) DX Cooling / HW Heating heating units, including all piping, pumps, insulation and accessories required for a complete operating system.
3. Existing ductwork in space will remain.  Ductwork modifications at unit will be made to complete final connections.
4. Equipment will be integrated into the BMS by the Owner’s integration Contractor (AME Inc.).
5. BACnet compatible controllers to be factory mounted, Integration to be performed by AME


2. CONTRACT FOR MECHANICAL CONSTRUCTION – GENERAL REQUIREMENTS
a. General Coordination responsibilities including the following:
1) Coordination of the work with other prime Contractors active on the project site.  Other Contractors shall act in accordance with the schedule dictated by the Owner, and shall coordinate all construction activities through the General Contractor and Owner, as agreed and accepted by the Owner and Architect.
b. Selective demolition responsibilities included within the scope of the project shall include the following:
1) Removal of wall mounted equipment and furnishings as designated and required to complete the scope of the proposed work
2) Preparation of existing masonry wall and substrates as required to accommodate the proposed construction.
3) Repair, patching and preparation of existing ceiling construction as required to accommodate the proposed construction, and as required to accept the specified finishes.
4) Removal and relocation of existing electrical, plumbing and mechanical systems indicated and required for the performance of the proposed work.
c. Supply and installation of steel roof frames, dunnage and supports as required to accommodate the proposed mechanical construction.  Note that the conditions vary at each area, and are to be field verified.
d. Removal and restoration of acoustical panel ceiling systems, including coordination and sequencing of the work with the owner and other contractors.
e. Patching of building finishes damaged or altered as a result of the work of this contract
f. Patching and repair of roofing finishes.  The contractor is advised that roof areas impacted by the work of this contract are not under warranty.  Repairs and alterations to these roof systems must be performed in strict conformation with the written requirements of the roofing system manufacturer, and performed by a roofing contractor pre-qualified by the roofing system manufacturer.

Addenda:
If Necessary, an Addendum will be issued on or before Friday, January 26, 2024.

hr

Pre-Bid Meeting Information

Mandatory: No

Date: Postponed to, January 17, 2024 at 12:00 Noon

Location:
Cherokee High School
120 Tomlinson Mill Road
All Participants are required to sign in at Main Office/Walk thru will follow meeting
Marlton, NJ 08055, NJ 08055
Phone: 6092682000

Document Availability

Available as of: on/after Friday, December 15, 2023

Cost: $25.00 Non-Refundable - Documents will be distributed electronically by Architect

Payable To: Lenape Regional High School District - MAIL CHECK TO ARHITECT

Return Policy: Non-Refundable

Available at:
The Design Collaborative Architects and Planners, PA
1940 Route 9 Norrth
ALL DOCUMENTS WILL BE DISTRIBUTED ELECTRONICALLY VIA ARCHITECT
Cape May Court House, NJ 08210
Phone: 609-465-4111

Bid Submission/Deadline

Bids Due By: Thursday, February 8, 2024 at 1:00 PM

Submit Bids to:
Lenape Regional High School District Board of Education
93 Willow Grove Road
Attn: Kara Huber, Business Administrator
Cape May Court House, NJ 08210
Phone: 6094654111

hr

Planholders

Dodge Data & Analytics - NJ
300 American Metro Blvd
Suite 185
Hamilton, NJ 08619
Phone: 413-930-4166

Falasca Mechanical
3329 North Mill Road
Vineland, NJ 08360
Phone: 856-794-2010

John C. Kohler Co.
1100 Detweiler Road
Lansdale, PA 19446
Phone: 215-855-7000

Kaser Mechanical, LLC
1150 East Broad Street
Burlington,, NJ 08016
Phone: 609-353-1360

LGB Mechanical, Inc.
555 North Route 73
West Berlin, NJ 08091
Phone: 856-719-1400

McCloskey Mechanical Contractors, Inc.
445 Lower Landing Road
Blackwood, NJ 08012
Phone: 856-784-5080

Bid Results

BidderTypeBase BidAwarded Amount
Falasca MechanicalLS$2,414,600.00
John C. Kohler Co.LS$2,470,000.00
McCloskey Mechanical Contractors, Inc.LS$2,980,000.00

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