State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
EP-0036-C01 Warwick Institute - Emergent Work - Roof Repairs East Orange
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.:                        EP-0036-C01
Contract Name:                    Emergent Project - East Orange Dionne Warwick Institute
District:                                 East Orange
County:                                 Essex
No. of Schools:                     1 (Dionne Warwick Institute)
CCE :                                    $652,500
Brief description of work:

Roof Repair #6 & 8, replace roofs 1 thru 5, new aluminum coping covers, remove three (3) skylights and replace with metal deck and roofing. Ceiling repairs in classroom #09, 1st floor Media Room, 2nd floor janitor closet, toilet rooms, Gym and re-glaze curtain walls at east facade.

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):

General Contractor with a DPMC Classification of C008 or C009 who will be required to also have the following DPMC Specialty Trade(s) or required to engage a subcontractor classified in the following DPMC Specialty Trade(s) if not possessed by the General Contractor:
Roofing:                  C068

PLEASE BE ADVISED THAT IN ADDITION TO ALL OTHER REQUIREMENTS LISTED, IT IS REQUIRED THAT AT THE TIME OF SUBMITTAL OF THE PROJECT RATING PROPOSAL THE BIDDER MUST BE CLASSIFIED WITH THE NEW JERSEY DEPARTMENT OF TREASURY, DIVISION OF MINORITY AND WOMEN BUSINESS DEVELOPMENT AS A CATEGORY 4, CATEGORY 5 OR CATEGORY 6 SMALL BUSINESS ENTERPRISE.

Bid proposals must list the names of the firms who meet the above classification(s).

Bids will be received until March 31, 2011 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 (Wells Fargo Bank Building)
Trenton, NJ 08625-0991

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

Pre-Bid Date:       March 9, 2011
Pre-Bid Time:       11:00 AM (local time)
Pre-Bid Place:      Dionne Warwick Institute
                              120 Central Avenue
                              East Orange, NJ
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 Proposal form and submit the completed (PRP) form by 5:00 PM (local time) on March 14, 2011 to Martin Taylor 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 (Wells Fargo Bank Building)
Trenton, NJ 08625-0991

Copies of the Project Rating Proposal forms are available here.

Initial set of plans and specifications may be inspected or obtained as of March 9, 2011 and are free for eligible bidders only. Additional copies are available for a non-refundable fee of $75. They can be picked up during regular business hours, from:
New Jersey Schools Development Authority
Devang Kapadia
1 West State Street
Trenton, New Jersey 08625
609-984-0675
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, 5% to Category 5, 5% to Category 6, and the remaining 10% to be allocated among Categories 4, 5 and/or 6). The NJ Small Business Set Aside Program sets the employee size at 100 or less per NJ Statue, as well as sets it revenue standards based on the federal guidelines established at 13 C.F.R. 121.201.

A firm or person or an affiliate thereof may not serve as a general contractor or as a subcontractor or as a subconsultant on an authority project for which the firm or person serves as the construction manager or as a subcontractor or as a subconsultant to the construction manager.

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: February 25, 2011
Top of Page03/29/2024