ADVERTISEMENT FOR BIDS
Notice is hereby given that sealed bids will be received by the Riverside Sewerage Authority, Burlington County, New Jersey, for the S340794-13 2025 Plant Upgrade Project - Headworks (the "Project") ERI Project No. 30424 93 until 10:00 AM prevailing time on June 2, 2026, at which time the bids will be opened and publicly read aloud at the Riverside Township Administrative Office Building at 237 S. Pavilion Avenue, Riverside, New Jersey 08075. Bids received after the designated time shall be deemed unresponsive and shall not be opened.
The Project generally includes: Upgrades to the Headworks Building at the Riverside WWTP. Construction activities as part of this project include but are not limited to: the installation of multi-rake bar screens, washing compactors, grit screws, grit pumps, fiberglass structure, grit classifiers, dumpster conveyor system, electrical improvements, and other improvements needed to provide a complete project. Bidders are welcome to attend a site walkthrough on May 18, 2026, at 10:00 AM. More information regarding the site walkthrough can be found in Section 002113 of the Specifications.
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.
The project or contract is funded in part by New Jersey wastewater treatment financing programs and the successful bidder must comply with all the provisions of N.J.A.C. 7:22-9.1 et seq. for the participation of small business enterprises owned and controlled by socially and economically disadvantaged individuals.
Neither the State of New Jersey, the New Jersey Environmental Infrastructure Trust 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.
In accordance with the provisions of N.J.S.A. 58-11B-26, N.J.A.C. 7:22-3.17(a) 24 and 4.17 (a) 24, the contractor (subcontractor) shall comply with all of the provisions of N.J.A.C. 7:22-9.
N.J.A.C. 7:22-3.17(a)24, 6.17(a)24, and 7:22A-2.4(a) provide that a goal of not less than 10 percent be established for the award of contracts to small business concerns owned and controlled by one or more socially and economically disadvantaged individuals. The goal of 10 percent applies to the total amount of all contracts for building, materials and equipment, or services (including planning, design, and building related activities) for a construction project. The project sponsor has identified that the SED utilization goal for this project is: 10 percent.
Awards will only be made to socially and economically disadvantaged business concerns that are certified by the New Jersey Commerce, Economic Growth and Tourism Commission, the New Jersey Department of Transportation, the Port Authority of New York and New Jersey, New Jersey Transit, or other agencies deemed appropriate by the Office as eligible minority businesses or female businesses. The invitation to bid is on an unrestricted basis whereby the successful bidder must fulfill the SED utilization requirements.
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. Copies of this document may be obtained from NJDEP.
Drawings, specifications, and contract documents for the proposed Project, prepared by Environmental Resolutions, Inc., Consulting Engineers, have been filed in the Office of the Consulting Engineer at 815 East Gate Drive – Suite 103, Mount Laurel, New Jersey 08054, and may be inspected by prospective bidders during normal business hours.
Bidders may obtain copies of the drawings, specifications and contract documents from the Office of the Engineer upon payment of One Hundred Twenty-Five Dollars and Zero Cents ($125.00). Checks should be made payable to Environmental Resolutions Inc. The payment for such documents is non-refundable. If the bidder requires the documents to be mailed to them, there is an additional Fifty-Five Dollars and Zero Cents ($55.00) fee for shipping via FedEx or UPS.
Bids must be made on the standard Bid form contained within the drawings, specifications, and contract documents, in the manner designated therein and required by the specifications. Further, bids must be enclosed in a sealed envelope bearing the name and address of the bidder and the Project title on the outside, and addressed to: Susan M. Dydek, Authority Secretary 237 S. Pavilion Avenue Riverside, NJ 08075.
Each bid must be accompanied by (i) all documents listed on the Bid Document Submission Checklist, as applicable, and (ii) a bid guarantee in an amount not less than Ten Percent (10%) of the total bid price as established in the Bid, not to exceed Twenty Thousand Dollars and Zero Cents ($20,000.00). The bid guarantee must be in the form of a bid bond, certified check, or cashier's check, must be drawn to the order of the Riverside Sewerage Authority and must be delivered simultaneously with the sealed bid.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq., N.J.A.C.17:27, and all other applicable laws referenced within the drawings, specifications and contract documents.
The Riverside Sewerage Authority reserves the right to (i) reject all bids pursuant to N.J.S.A. 40A:11-13.2 and (ii) to waive minor informalities and/or non-material exceptions in any bid should it be in the interest of the Riverside Sewerage Authority to do so. Further, Riverside Sewerage Authority shall reject any bid that contains material nonconformities or conditions, or which is materially nonresponsive. In the event Riverside Sewerage Authority does not reject all bids as permitted under N.J.S.A. 40A:11-13.2, in accordance with N.J.S.A. 40A:11-4, and other applicable laws, the Project will be awarded to the lowest responsible bidder.
By order of the Riverside Sewerage Authority, Burlington County, New Jersey.
May 6 2026
LSOM0511991
$87.36