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


Outreach Coordinator

Nicholas Jones



Project Estimator

Dan Shults



Contact Information

Route 7 PO Box 219
Colliersville , NY 13747



Telephone

(315) 604-2402



Fax

(000) 000-0000



Jett Industries, Inc.
is seeking qualified DBEss


Project Name

WI-284, Reconstruction of Primary Tanks at Wards Island WRRF



Bid/Contract #

WI-284



Awarding Agency

New York State Department of Environmental Protection



Project Location

New York , New York County, NY



Bid Date

06/01/2022 at 10:00



Project Details

If you have any questions please reach out to the below or call (607) 433-2100

Daniel Shults - Estimate Lead

Hanna Majestic - Division 1 & Abatement Subs

Luke Spencer - AG Pipe & Misc Metals

Kimberly Miller - Process Equipment

Everett Thompson - Concrete Demolition & New, Crack & Spall Repairs.

David Hollander - Civil / Sitework

Vasily Podkopaev - HVAC & Plumbing



Jett Industries is the apparent low bidder for this project. We are still accepting quotes for all scopes of work listed. We encourage all MWBE vendors to also provide a quote.

The following is a general description of Work under this Contract only, and shall not be construed as a complete description of the work to be performed.

a. Reconstruction of Primary Settling Tank (PST) Nos. 2201 through 2210, including, but not necessarily limited to, the following:

i. Removal and disposal of hazardous material.

ii. Draining, removal of debris, and cleaning of each PST, including associated scum pits.

iii. Rehabilitation of existing structural concrete deficiencies including the repair of cracks, spalls, and expansion joints in the PSTs and the corresponding scum pits.

iv. Demolition and removal of the existing longitudinal and cross sludge collector mechanisms, including, but not limited to, flights, wearing shoes, flight chains, drive chains, drive units with motors, gear reducers, bevel gears, sprockets, shafts, wall bearings, collars, floor rails, upper and lower return rails, upper and lower return rail support systems, anchor bolts, local control stations and other appurtenances.

v. Demolition and removal of the existing tank drain slide gates, wall thimbles, floor stand operators, anchor bolts, and appurtenances.

vi. Demolition and removal of the existing primary tank influent gates, frames, floor stand operators, anchor bolts, and appurtenances.

vii. Demolition and removal of the existing target baffles.

viii. Demolition and removal of the existing effluent weir plates.

ix. Provision of new longitudinal and cross sludge collector mechanisms for each PST, including, but not limited to, flights, wearing shoes, flight chains, drive chains, drive units with motors, gear reducers, bevel gears, sprockets, shafts, wall bearings, collars, floor rails, upper and lower floor rails, upper and lower return rail support systems, anchor bolts, local control stations and other appurtenances.

x. Provision of new tank drain slide gates and floor stand operators.

xi. Provision of new primary tank influent gates, frames, floor stand operators, anchor bolts, and appurtenances.

xii. Provision of new target baffles.

xiii. Provision of new effluent weir plates.

xiv. Demolition and removal of the existing scum dipping troughs, wall thimbles, embedded pipe, anchor bolts, manual operators, and appurtenances.

xv. Provision of new, automated, chain-driven scum dipping troughs with modulating electric actuators, gear reducers, and local control stations for each PST, including, but not limited to new power and control wire, conduit, wall thimbles, anchor bolts, embedded pipe, and accessories.

xvi. Demolition and removal of the existing exterior light fixtures and poles.

xvii. Demolition and removal of existing walkway slabs and curbs at locations of new light poles.

xviii. Provision of new exterior light fixtures and poles at new walkway slabs.

xix. Removal of concrete slabs-on-ground between Pre-Houses and scum pits.

xx. Provision of new concrete slabs between Pre-Houses and scum pits.

xxi. Demolition and removal of the existing scum decant piping, fittings, valves, gates, wall thimbles, anchorages, anchor bolts, and appurtenances.

xxii. Provision of new scum drain gates, wall thimbles, telescoping weir and telescoping weir base support elbow, anchorages, floor stand operators, and anchor bolts.

xxv. Demolition of the 8-in. diameter drain from each scum pit to the 20-in. drain in the pipe gallery, including (but not limited to): excavation, bracing, dewatering, and backfilling

xxvi. Separate temporary pumping of the 20-in. Plant Drain at each Pre-House.

xxvii. Provision of a new 10-in. drain from each scum pit to the existing 20-in plant drain under the floor slab in the gallery.

xxx. Demolition, Repair, and Provision of new stainless steel handrails.

xxxi. Demolition and removal of the existing hydraulic bucket cranes for each scum pit.

xxxii. Provision of new hydraulic bucket cranes for each scum pit.

b. Upgrade Preliminary Sludge Pumping Station/Pre-House Nos. 1 through 5.

i. General Demolition, removal, and replacement of Electrical Equipment / conduit, HVAC equipment, and Plumbing equipment.

ii. General Demolition, removal, and replacement of Roofing, Masonry, Precast Planks, concrete floors and walls, Architectural work.

xix. Provision of an air lock vestibule at the North end of the Pipe Gallery.

xxii. Removal and replacement of compressed air system.

xxv. Provision of a new package service water system.

xxxii. Demolition & replacement of the existing fifteen (15) Primary Sludge Pumps.

3. Site restoration, including

a. Civil Work

i. Demolition and restoration of the existing Plant roads, curbs, and sidewalks in the vicinity of the PSTs.

ii. Installation of new yard hydrants at each Pre-House and scum pit.




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