Web Content
Home
Bid Postings
Print
Sign up
to receive a text message or email when new bids are added!
Print
Bid Title:
2024 AND 2025 ROAD IMPROVEMENT PROGRAM
Category:
Construction Projects
Status:
Closed
Description:
Base Bid 1: 2024 Road Improvement Program
Base Bid 2: Resident Assessment for the 2024 Road Improvement Program
Base Bid 3:
2025 Road Improvement Program
Base Bid 4: Resident Assessment for the 2025 Road Improvement Program
Base Bid 5: 2024 CDBG ADA Curb Ramp Improvements
Alternate Bid: McKinley Avenue, Garfield Avenue, and North Highcrest Drive Improvements
Publication Date/Time:
4/4/2025 8:30 AM
Closing Date/Time:
5/1/2025 11:00 AM
Submittal Information:
SEALED BID PROPOSALS
Contact Person:
Boswell, Inc., 330 Phillips Avenue, South Hackensack, New Jersey 07606, between the hours of 9:00 a.m. and 4:00 p.m. prevailing time, Monday through Friday, excluding legal holidays.
Fee:
$10 per USB Flash Drive
Plan & Spec Available:
Boswell, Inc., 330 Phillips Avenue, South Hackensack, New Jersey 07606, between the hours of 9:00 a.m. and 4:00 p.m. prevailing time, Monday through Friday, excluding legal holidays.
Qualifications:
The work contemplated under this Contract shall be completed within 100 calendar days of notice to proceed.
Special Requirements:
Each bid must be made upon the prescribed forms, furnished with the contract documents, including the non-collusion affidavit and ownership statement compliance form and must be accompanied by a Consent of Surety and a certified check, cashier's check, or Bid Bond of not less than ten (10%) percent of the amount bid and, not to exceed $20,000.00.
Related Documents:
2024 and 2025 ROAD PROGRAM
Return To Main Bid Postings Page
Live Edit
Document Text
--- Document: 2024 and 2025 ROAD PROGRAM ---
NOTICE TO BIDDERS
BOROUGH OF HAWTHORNE
PASSAIC COUNTY, NEW JERSEY
Sealed bids will be received by the Borough of Hawthorne, Office of the Borough Clerk, 445 Lafayette
Avenue, Hawthorne, New Jersey 07506 in the County of Passaic and State of New Jersey on May 1,
2025 at 11:00 a.m. prevailing time, and then publicly opened and read aloud for:
2024 AND 2025 ROAD IMPROVEMENT PROGRAM AND 2024 CDBG ADA CURB RAMP IMPROVEMENTS
BOROUGH OF HAWTHORNE
PASSAIC COUNTY, NEW JERSEY
The work to be performed under this contract includes the following:
Base Bid 1: 2024 Road Improvement Program:
The milling and resurfacing of 4th Avenue from Van Winkle Avenue to Southern Dead End, Ethel Avenue
from Van Winkle Avenue to Florence Avenue, and the entire length of Annette Avenue and Frederick
Avenue.
Contract work includes tree removal, selective root pruning, ancillary drainage
improvements, ADA curb ramp improvements, curb reconstruction, and the installation of traffic
stripes, markings, and regulatory and warning signs.
Base Bid 2: Resident Assessment for the 2024 Road Improvement Program:
The spot sidewalk and driveway replacement of the properties along 4th Avenue from Van Winkle
Avenue to Southern Dead End, Ethel Avenue from Van Winkle Avenue to Florence Avenue, and along
the entire length of Annette Avenue and Frederick Avenue.
Base Bid 3: 2025 Road Improvement Program:
The milling and resurfacing of Florence Avenue from Fifth Avenue to Eleventh Avenue, north side of
North 13th Street from Prescott Avenue to Dead End, entire length of Tonia Terrace, Greenwood
Avenue from Hillcrest Avenue to Municipal Limit, Woodland Avenue from Longview Court to Municipal
Limit, and Highcrest Drive from Woodland Avenue to Municipal Limit. Contract work includes tree
removal, ancillary drainage improvements, ADA curb ramp improvements, curb reconstruction, and
the installation of traffic stripes, markings, and regulatory and warning signs.
Base Bid 4: Resident Assessment for the 2025 Road Improvement Program:
The spot sidewalk and driveway replacement of the properties along Florence Avenue from Fifth
Avenue to Eleventh Avenue and North 13th Street from Prescott Avenue to Dead End. Contract work
also includes tree removal.
Base Bid 5: 2024 CDBG ADA Curb Ramp Improvements:
ADA curb ramp improvements at Cathy Avenue and Henry Avenue Intersection, Cathy Avenue and
Sherman Avenue Intersection, Sherman Avenue and Kaywin Avenue Intersection, and Jefferson Place
and Grand Avenue Intersection.
Alternate Bid: McKinley Avenue, Garfield Avenue, and North Highcrest Drive Improvements:
Milling and resurfacing the entire length of North Highcrest Drive from Highcrest Drive to Dead End,
Garfield Avenue and McKinley Avenue from Lafayette Avenue to Grand Avenue.
Contract work
includes tree removal, selective root pruning, ancillary drainage improvements, ADA curb ramp
improvements, curb reconstruction, and the installation of traffic stripes, markings, and regulatory and
warning signs. Contract work also includes spot sidewalk and driveway replacement of properties
along the entire length of Garfield Avenue and along McKinley Avenue from Lafayette Avenue to Grand
Avenue.
Principal items of work in the project include:
Base Bid 1: 2024 Road Improvement Program:
·
18,965 S.Y.
HMA Milling, 3" or less
·
2,785 Ton
Hot Mix Asphalt 9.5M64 Surface Course
·
3,600 L.F.
9" x 18" Concrete Vertical Curb
Base Bid 2: Resident Assessment for the 2024 Road Improvement Program:
·
819 S.Y.
Concrete Sidewalk, 4” Thick
·
529 S.Y.
Concrete Driveway, 6” Thick
Base Bid 3: 2024 Road Improvement Program:
·
15,195 S.Y.
HMA Milling, 3" or less
·
2,245 Ton
Hot Mix Asphalt 9.5M64 Surface Course
·
2,525 L.F.
9" x 18" Concrete Vertical Curb
Base Bid 4: Resident Assessment for the 2025 Road Improvement Program:
·
450 S.Y.
Concrete Sidewalk, 4” Thick
·
158 L.F.
9" x 18" Concrete Vertical Curb
Base Bid 5: 2024 CDBG ADA Curb Ramp Improvements:
·
190 S.Y.
Concrete Sidewalk, 4” Thick
·
290 L.F.
9" x 18" Concrete Vertical Curb
Alternate Bid: McKinley Avenue and Garfield Avenue Improvements:
·
3,300 S.Y.
HMA Milling, 3" or less
·
485 Ton
Hot Mix Asphalt 9.5M64 Surface Course
·
178 S.Y.
Concrete Sidewalk, 4” Thick (Resident Assessment)
·
375 L.F.
9" x 18" Concrete Vertical Curb
The work contemplated under this Contract shall be completed within 100 calendar days of notice to
proceed.
A copy of the plans, specification, and contract documents will be on file for public inspection at
Boswell, Inc., 330 Phillips Avenue, South Hackensack, New Jersey 07606, between the hours of 9:00
a.m. and 4:00 p.m. prevailing time, Monday through Friday, excluding legal holidays. A digital copy,
provided on a USB flash drive, may be obtained for a non-refundable fee of $10.00 per USB flash drive.
Printed copies of the plans, specification, and contract documents may be obtained upon request, in
accordance with Boswell’s applicable printing fees at the time of request.
Each bid must be made upon the prescribed forms, furnished with the contract documents, including
the non-collusion affidavit and ownership statement compliance form and must be accompanied by a
Consent of Surety and a certified check, cashier's check, or Bid Bond of not less than ten (10%) percent
of the amount bid and, not to exceed $20,000.00. Such checks and Bonds shall be made payable to the
Owner and will be held as a Guarantee that in the event the Bid is accepted and a Contract awarded to
the bidder, the Contract shall be duly executed and its performance properly secured. The successful
bidder shall furnish and deliver to the Owner a performance and payment bond in the amount of 100
percent of the accepted bid amount as security for the faithful performance and payment of the
Contract. Further, the successful bidder must furnish the policies or Certificates of Insurance required
by the Contract. In default thereof, said checks and the amount represented thereby will be forfeited
to the aforesaid Owner as liquidated damages. Bids must be accompanied, in the case of corporations
not chartered in New Jersey, by proper certificate that such corporation is authorized to do business in
the State of New Jersey.
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27
regarding equal employment opportunity, as amended. All corporations and partnerships and limited
liability companies must comply with N.J.S.A. 52:25-24.2, regarding disclosure of partners and
stockholders. Each bid must be enclosed in a sealed envelope bearing the name and address of the
bidder, addressed to the Owner and labeled for the 2024 AND 2025 ROAD IMPROVEMENT PROGRAM
AND 2024 CDBG ADA CURB RAMP IMPROVEMENTS.
The successful bidder will be required to comply with all provisions of prevailing wage rates as
determined by the New Jersey Department of Labor. NJ law requires the contractor pay the HIGHER
of State prevailing wages or Davis-Bacon, for each class of worker.
All bids shall be irrevocable, not subject to withdrawal and shall stand available for a period of sixty
(60) days.
The Owner reserves the right to reject any and all bids, to waive informalities or irregularities in the
bids received and to accept the bid from the lowest responsible bidder.
Prevailing wages established under the Davis-Bacon Act will apply to this contract. The contract
documents contain requirements addressing prevailing labor wage rates, labor standards,
nondiscrimination in hiring practices, goals for minority and female participation, MBE and WBE
participation, and related matters. Each bidder must do outreach for MBE/WBE vendors. Please use
the
state
website
to
identify
potential
vendors:
http://www.state.nj.us/transportation/business/civilrights/dbe.shtm.
It is a requirement of the project that quantities and associated costs are kept separate for each
specified portion of work. The three portions are as follows: the Borough funded portion for various
streets (Ordinance No. 2244-20), Community Development Block Grant (CDBG) funded portion for
various streets (Ordinance No. 2244-20), and the Resident Assessment portion for various streets
(Ordinance No. 2246-20). It is the successful bidder’s responsibility to keep track of and breakdown the
quantities and associated costs in order to charge all billings to the correct ordinance number
throughout the duration of the project.
BOROUGH OF HAWTHORNE
Lori Fernandez, RMC, CMC, Borough Clerk