State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
CA-0012-C01 Camden High School Camden
Sealed bid proposals will be received by the New Jersey Schools Development Authority (“NJSDA”) at their offices listed below for the following work:

Contract No.:                        CA-0012-C01-RB2
Contract Name:                    Tower and Entry Masonry Restoration
District:                                 Camden City
County:                                 Camden
No. of Schools:                     1 (Camden High School)
CCE :                                      $4,279,353
Brief description of work: This project involves the resolution of the emergent condition associated with Camden High School: restoration of deteriorating masonry within the main entry to the building and its central tower. The masonry component will stabilize and restore terra-cotta, stone and brickwork in the building's main entry, and thereby mitigate an emergent condition.

This work will be bid and constructed as a single overall contract (one lump sum for all trades).

Bid proposals for the above work will be received from bidders registered with the Division of Revenue and Department of Labor, and classified by the Department of Treasury, Division of Property Management and Construction and the NJSDA in the following trade(s):

Historical Restoration Contractor with a DPMC Classification of C024
Bid proposals must list the names of the firms who meet the above classification(s).

Bids will be received until June 4, 2009 at 2:00 PM (local time) at which time the bids will be publicly opened and the lump sum base bid price submitted by each bidder will be read. Any bid proposal received after this date and time will be returned unopened. Sealed bid proposals shall be delivered to the NJSDA at the following address:

If U.S. Mail:
NJSDA
P.O. Box 991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
1 West State Street
First Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991

A mandatory pre-bid conference will be held as follows:

Pre-Bid Date:       May 14, 2009
Pre-Bid Time:      3:30 PM (local time)
Pre-Bid Place:      Camden High School
                              1700 Park Avenue
                              Camden, NJ 08103
In the event that the NJSDA determines, at its sole discretion, that additional pre-bid meetings need to be held in order to increase the pool of bidders, it shall schedule subsequent pre-bid meetings.

In addition to the mandatory pre-bid conference, all bidders on this project will be required to complete a project rating evaluation form and submit the completed Project Rating Proposal (PRP) evaluation form by 5:00 PM (local time) on May 19, 2009 to Daryl Johnson at the below NJSDA address:

If U.S. Mail:
NJSDA
P.O. Box 991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
1 West State Street
First Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991

Copies of the Project Rating Proposal forms are available here.

Plans and specifications may be inspected or obtained as of May 14, 2009 for a non-refundable fee of $200.00 for each set of documents, at the pre-bid meeting or during regular business hours, from:
New Jersey Schools Development Authority
32 Front Street – Second Floor
Trenton, New Jersey 08625
609-439-7250
Checks shall be made payable to the NJSDA.

Bidders are required to comply with the requirements of P.L. 1975, c. 127 (N.J.A.C. 17:27), pertaining to affirmative action and equal employment opportunity.

The NJSDA requires the contractor to provide opportunities to SBE firms to participate in the performance of this engagement, consistent with NJSDA’s SBE Set-Aside Goals of 25% (5% to Category 4, 10% to Category 5, and the remaining 10% to be allocated among Category 4 and/or Category 5). To be registered in Category 4, a business must have gross revenues that do not exceed $1 million. To be registered in Category 5, a business must have gross revenues exceeding $1 million. The Small Business Administration size standards are established at 13 C.F.R. 121.201.

A firm shall be precluded from being eligible for award of this contract if such firm or any affiliated firm is engaged under a prime contract with NJSDA to provide services as a project management firm or construction management firm, or engaged as a subconsultant to a current project management firm or construction management firm on an NJSDA project. Such firms shall also be ineligible to participate in this engagement as subconsultants or subcontractors.

In addition to all other requirements listed above, the NJSDA requires all subcontractors of any tier in the DPMC Trade Classifications listed below whose contract is in an amount which is equal to or greater than $500,000 be pre-qualified by the NJSDA.

C006 - CM as Constructor
C007 - Design Build
C008 - General Contractor
C009 - GC/Alterations & Additions
C019 - Concrete/Foundation/Footings/Masonry work
C021 - Demolition
C029 - Structural Steel
C030 - Plumbing
C039 - HVAC
C045 - Sprinkler Systems
C047 - Electrical
C066 - Roofing-Membrane EPDM
C067 - Roofing-Membrane PVC/CPE/CSPE
C068 - Roofing-Membrane Modified Bitumen
C069 - Roofing-Urethane
C070 - Roofing-Built Up
C071 - Roofing-Metal
C072 - Roofing-Tile/Slate/Shingles
C092 - Asbestos Removal/Treatment
C093 - Asbestos Removal/Mechanical
C096 - Lead Paint Abatement

For further information on NJSDA, please visit us at “www.njsda.gov”.
DATE ADVERTISED: May 8, 2009
Top of Page04/23/2024