Welcome to DBE Journal, formerly Outreach Impact.
NEWS & EVENTS       GET CERTIFIED       FIND SUBCONTRACTS
Find Subcontract Opportunities


Outreach Coordinator

Colleens Connors-Casenta



Project Estimator

Ryan Mliczek



Contact Information

150 Meadowlands Parkway, 2nd Floor
Secaucus, NJ 07094



Telephone

(201) 867-5070 ext. 7136



Fax

(000) 000-0000



Schiavone Construction Co. LLC
is seeking qualified MBEs, WBEs, SEDs


Project Name

Construction of Perimeter Floodwall (B041), Stormwater Pumping Stations (B042), and Stormwater Collection System (B043)



Bid/Contract #

B203



Awarding Agency

Passaic Valley Sewerage Commission (PVSC)



Project Location

Newark, Essex County, NJ



Bid Date

11/08/2019 at 10:00



Project Details

Duration: 48 Months
Minority Goal: SED: 10% (7% Minority-Owned SED Business, 3% Women-Owned SED Business)

As part of the Flood Resiliency Program, the Passaic Valley Sewerage Commission (PVSC) intends on constructing a new perimeter floodwall, three (3) new major stormwater pumping stations, and improvements to their stormwater collection system, which includes upgrades to a smaller existing stormwater lift station and construction of an additional new stormwater lift station (Witco Pump Station) exterior to the floodwall. This work will be completed under a single construction contract.

The work of this contract is located at the Passaic Valley Sewerage Commission, in the City of Newark, Essex County, New Jersey. The site is located at 600 Wilson Avenue, Newark, New Jersey 07105.

The scope of work for each project under this single construction contract is briefly described as, but not limited to, the following:

Perimeter Floodwall (B041):
1) Construct a pile supported floodwall around each of the East Side and West Side of the facility. The floodwall is a reinforced concrete, pile supported wall, typically with both vertical and battered piles. Depending on the soil profile, some of the piles are drilled caissons and others are concrete filled pipe piles. The pile cap is attached to a continuous below grade sheet pile wall. Where utilities or overhead obstructions inhibit the installation of sheet piles, jet grouting is utilized to fill the gaps. The wall is clad with a porcelain panel on the exterior and has a form-lined finish on the interior. There are steel gates at vehicular and pedestrian access openings which are powered and centrally monitored.
2) Remove and replace site elements around the PVSC plant as needed for construction including security fencing, security gates, traffic barrier arms, bollards, curbs, pavement, lighting and trees.
3) Raise the existing berm at the south portion of the west ring to meet the top of the design flood elevation. The installation of the sheet pile wall continues within the berm, tying into the adjacent concrete walls. The berm construction also includes the installation of new rip-rap and a gravel road, as well as rip rap protection of the slope of the berm along Jasper Creek.
4) Construct a pile supported box culvert and reroute two 60" City of Newark storm drainage lines
5) Construct new drainage lines and structures supported on the floodwall pile cap
6) Construct new concrete walking path and seating areas around the plant which include a masonry security platform and storage room, a ramp with concrete knee walls, and blue lights along the path
7) Furnish and install security cameras and link them via a communications loop around each of the rings of the PVSC plant. Tie the loop to the existing PVSC system.
8) Provide soil erosion and sediment control, as well as maintenance and protection of traffic

Stormwater Pumping Stations (B042):
1) Construct three (3) stormwater pumping stations within PVSC plant property: West Pumping Station, Northeast Pumping Station, and Southeast Pumping Station. All three pumping stations will consist of below-grade wet well and an adjacent electrical building. The wet wells will be cast-in-place concrete structures and will house the stormwater pumps and dewatering pumps. A monorail and monorail support structure will be constructed to allow for removal of pumps. Each wet well will also be equipped with gooseneck vents for ventilation purposes. Each pump will have a dedicated effluent line with a connection to a recycle line and will be routed over the floodwall. The discharge point will be equipped with an energy dissipation structure to minimize erosion.
2) Install manholes with stationary screens upstream of the pumping stations
3) All pumping stations require secant pile walls for support of excavation and the Northeast and Southeast Pumping Stations require deep foundations (micropiles)
4) Adjacent electrical buildings will house switchgears, motor control centers (MCCs), distribution and lighting panels, soft starters, programmable logic controllers (PLCs), as well as heating, ventilation and air conditioning units. The building exterior will consist of brick veneer. Additionally, each station will have outdoor electrical equipment consisting of two step-down transformers and two load break switches. Electrical buildings will be equipped with fire suppression systems.
5) Relocate 18" HDPE pipe "leachate line" and electrical conduits at the Northeast Pumping Station

Stormwater Collection System (B043):
1) Improvements to the existing PVSC on site stormwater collection system includes the demolition and/or abandonment in place of existing stormwater piping and structures and installation of new stormwater piping and structures on site as well as along Wilson Avenue and Doremus Avenue. The proposed piping will consist of approximately 5,000 LF of 12" diameter through 60" diameter HDPE pipe supported on stone bedding and approximately 13,000 LF of 12" diameter through 72" diameter RCP supported on timber piles. The structures shall consist of both cast-in-place and precast concrete structures.
2) Clean and close caption televise the entire onsite stormwater collection system upon completion
3) Installation of a proposed stormwater pump station (Witco Pump Station) which includes the modification of the existing influent stormwater collection system to connect to the proposed wet well. This work also includes the modification of the existing Witco Pump Station to serve as the Stormwater Lift Station for drainage collected within the proposed floodwall by the existing Dehumidification Building. A precast concrete wet well and separate valve vault will also be installed. The wet well shall consist of a rectangular structure with an influent chamber, rock trap, pump chamber, and two (2) proposed 5,400 gpm capacity pumps. The valve vault will contain the proposed discharge forcemain along with isolation and check valves. An exterior staircase will be constructed to access the top of the pump station and both structures will be supported via a pile supported concrete mat.
4) Installation of a 18" diameter HDPE discharge forcemain to discharge to an energy dissipation structure
5) Restoration and replacement of all curbing, asphalt, driveways, plantings, landscaping, etc. damaged and/or removed during construction

This Project is funded in part by NJ 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.

This Project is funded in part by NJ environmental infrastructure financing programs and the successful bidder must comply with all the provisions of N.J.A.C. 7:22-9 for the participation of small business enterprises owned and controlled by socially and economically disadvantaged individuals.

Firms must be certified by NJ Commerce, Economic Growth and Tourism Commission, NJ Department of Transportation, the Port Authority of New York and New Jersey, New Jersey Transit or other agencies deemed appropriate as eligible minority or female businesses.

Plans, Specifications, Addendums, and Boiler Plate Templates of our Subcontract/Purchase Order ("Agreement") are available on SmartBidNet.com, of which your firm will be required to execute IF AWARDED the contract. You must base your bid upon the contractual terms and conditions as they are reflected in the Agreement, without amendment. The upstream contractual environment on the Project is demanding and we will not entertain revision to the contractual boilerplate, which should instead be reflected in your bid price. Any questions or concerns please email Colleen Connors-Casenta at cconnors@schiavone.net.

Please provide a price proposal to Furnish/Install or Supply your scope or supply of work including but not limited to work and jobsite delivery; all in accordance with and conforming to the project contract documents and additional requirements necessary to complete the work as specified herein. The referenced work scope shall also be performed to comply with the requirements of the project schedule, Milestones, including work staging and phasing, work restrictions and constraints, site access conditions and be coordinated with all other aspects of the project.

Please upload Proposals and Scopes to SmartBidNet.com at least three (3) business days prior to the bid date. Also, please email your Proposals and Scopes to Colleen in Purchasing cconnors@schiavone.net and Ryan, our Project Lead Estimator rmliczek@schiavone.net .

All proposals must include: Bid Item Numbers; Addenda's; Copy of SED - MBE/WBE Certificate, Copy of NJ Business Registration; Copy of NJ Public Works



Please advise what work you are coded for along with description.

Thank you in advance for your cooperation

Questions or concerns may be addressed via email to cconnors@schiavone.net.

Schiavone is an Equal Opportunity Employer/Contractor.

Your participation is greatly encouraged and appreciated.




Copyright © 2024, DBE GoodFaith, Inc. All rights reserved.