Start your 7-day free trial — unlock full access instantly.
← Back to Search1 CLAUSES FOUND1 CLAUSES FOUND
Lead Closed
This opportunity is no longer accepting submissions.
AI-Powered Lead Insights
Executive Summary
The Borough of Hawthorne is seeking bids for the Peach Tree Tank Rehabilitation project. The project consists of the rehabilitation and painting of the Peach Tree Court water storage tank as the base bid. Alternate Bid A includes rehabilitation of the valve vault, site clearing, and installation of asphalt driveway and curb. Bids are due on October 28, 2025, at 11:00 a.m. prevailing time, to the Office of the Borough Clerk at 445 Lafayette Avenue, Hawthorne, New Jersey. A digital copy of the plans and specifications is available on a USB flash drive for a non-refundable fee of $10.00 at Boswell Engineering, located at 330 Phillips Avenue, South Hackensack, New Jersey.
Web Content
Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Title: PEACH TREE TANK REHABILITATION Category: Construction Projects Status: Closed Description: The work to be performed under this contract includes the following: Base Bid - Rehabilitation and painting of the Peach Tree Court water storage tank. Alternate Bid A – Rehabilitation of the valve vault, site clearing and installation of asphalt driveway and asphalt curb. Principal items of work in the project include: Base Bid: · L.S. Tank Painting · L.S. Tank Improvements Alternate Bid A: · L.S. Valve Vault Rehabilitation · L.S. Site Clearing · 1,460 S.Y. Hot Mix Asphalt Driveway, 6” · 1,050 L.F. 9” X 6” Hot Mix Asphalt Curb Publication Date/Time: 10/27/2025 8:30 AM Closing Date/Time: 10/28/2025 11:00 AM Submittal Information: Sealed Bids Contact Person: Boswell Engineering, 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: $10.00 per USB flash drive Plan & Spec Available: A copy of the plans, specification, and contract documents will be on file for public inspection at Boswell Engineering, 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. Business Hours: 9:00 a.m. and 4:00 p.m. Qualifications: See Bid Posting Special Requirements: The work contemplated under this Contract shall be completed within 120 days. Related Documents: NOTICE TO BIDDERS - Peach Tree Return To Main Bid Postings Page Live Edit
Document Text
--- Document: NOTICE TO BIDDERS - Peach Tree ---
- 1 -
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 October 28, 2025 at 11:00 a.m. prevailing time, and then publicly opened and read
aloud for
PEACH TREE TANK REHABILITATION
BOROUGH OF HAWTHORNE
PASSAIC COUNTY, NEW JERSEY
The work to be performed under this contract includes the following:
Base Bid - Rehabilitation and painting of the Peach Tree Court water storage tank.
Alternate Bid A – Rehabilitation of the valve vault, site clearing and installation of asphalt
driveway and asphalt curb.
Principal items of work in the project include:
Base Bid:
·
L.S.
Tank Painting
·
L.S.
Tank Improvements
Alternate Bid A:
·
L.S.
Valve Vault Rehabilitation
·
L.S.
Site Clearing
·
1,460 S.Y.
Hot Mix Asphalt Driveway, 6”
·
1,050 L.F.
9” X 6” Hot Mix Asphalt Curb
The work contemplated under this Contract shall be completed within 120 days.
This project is funded in part by the New Jersey Environmental Infrastructure Bank and the
successful bidder must comply with all the provision of N.J.A.C. 7:22-9.1 et. seq. for the
participation of Socially and Economically Disadvantaged Individuals (SED’s).
In accordance with N.J.A.C. 7:22-9.1 N.J.A.C. 7:22-9.1 (a), this subchapter establishes
procedures for providing opportunities for socially and economically disadvantaged ("SED")
contractors and vendors to supply materials and services under State financed construction
contracts for environmental infrastructure facilities. To implement the policies established in
N.J.S.A. 58:11B-26, 40:11A-41 et seq., and 52:32-17 et seq., this subchapter applies to
environmental infrastructure projects receiving financial assistance from the Department and
the Trust pursuant to N.J.A.C. 7:22-3, 4 and 6 and 7:22A-6 and 7. Under the provisions of
N.J.A.C. 7:22-3, 4 and 6 and 7:22A-6 and 7, the Department and the Trust require recipients
of Trust and Fund loans and other assistance to establish such programs for socially and
economically disadvantaged small business concerns, to designate a project compliance
officer, and to submit to the Department and Trust procurement plans for implementing the
SED program.
- 2 -
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, 4.17(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%.
In accordance with N.J.A.C. 7:22-9.3 (b), the 10 percent SED utilization requirement shall be
accomplished by the following:
1. Bids shall be solicited on an unrestricted basis. The bid documents, however, shall
include a statement to the effect that the successful bidder must fulfill the SED utilization
requirements by subcontracting portions or the work to SEDs; or
2. Contractors also have the option of establishing unrestricted bidding procedures to fulfill
the 10 percent SED utilization requirement for the project.
All project sponsors, at least 30 days prior to public advertisement for bids, shall notify the
agencies specified in N.J.A.C. 7:22-9.13(a)8, of the availability of opportunities for SEDs to
provide services, to bid on unrestricted contracts or subcontracts, or to provide any other
necessary purchase or procurement. The notice shall include a description of the type and
scope of the services involved.
Awards will be made only 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.
In accordance with N.J.A.C. 7:22-9.10, lowest bid resulting in payment of unreasonable price:
(a) If the contracting agency determines that the acceptance of the lowest responsible bid
will result either in the payment of an unreasonable price or in a contract otherwise
unacceptable pursuant to the statutes and rules governing public contracts, the
contracting agency shall reject all bids.
(b) Bidders and the office shall be notified of the rejection of all bids, the reasons for the
rejection, and the contracting agency's intent to solicit bids for a second time.
(c) If the contracting agency determines a second time that the acceptance of the lowest
responsible bid will result either in the payment of an unreasonable price or in a contract
otherwise unacceptable pursuant to the statutes and rules governing public contracts,
the contracting agency shall reject all bids and notify the NJDEP Office of Equal
Opportunity and Public Contract Assistance and, after receipt of the NJDEP Office of
Equal Opportunity and Public Contract Assistance’s approval, shall amend the project
plan accordingly.
(d) Bidders shall be notified of the cancellation, the reasons for the cancellation and the
contracting agency's intent to resolicit bids on an unrestricted basis. SEDs may
participate in the bidding on an unrestricted basis.
A copy of the plans, specification, and contract documents will be on file for public inspection
at Boswell Engineering, 330 Phillips Avenue, South Hackensack, New Jersey 07606, between
- 3 -
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 Drawings and
Specifications, 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
PEACH TREE TANK REHABILITATION.
The successful bidder will be required to comply with all provisions of prevailing wage rates as
determined by the New Jersey Department of Labor.
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 Environmental Infrastructure
Trust. 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.
Unless otherwise permitted by N.J.S.A. 40A:11-23.3, all bids shall be irrevocable, not subject
to withdrawal and shall stand available for a period of sixty (60) days in accordance with
N.J.S.A. 40A:11-24. The Owner and Bidder may agree to hold bids for consideration for a
longer period of time, in accordance with N.J.S.A. 40A:11-24.
The Owner reserves the right to reject bids pursuant to N.J.S.A. 40A:11-13.2, N.J.A.C. 7:22-
9.10, or other applicable law; to waive minor informalities or non-material exceptions in the
bids received and to accept the bid from the lowest responsible bidder, as per N.J.S.A. 40A:
11-1, et seq.
BOROUGH OF HAWTHORNE
Lori Fernandez, RMC, CMC, Borough Clerk
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
Evidence Detected
"...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...."
liquidated damages
Evidence Detected
"...In default thereof, said checks and the amount represented thereby will be forfeited to the aforesaid Owner as liquidated damages...."
Quick Actions
Contacts
Lori Fernandez
Borough Clerk
Explore More
Timeline
First Discovered
Mar 31, 2026
Last Info Update
Apr 30, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial