State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
EP-0061-C01 Orange M.S. - Roof and Masonry - SBE Set-Aside 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-0061-C01
Contract Name:                    Orange MS Roof Replacement and Masonry
District:                                 Orange
County:                                 Essex
No. of Schools:                     1 (Orange MS)
CCE :                                    $1,593,409
Brief description of work:

Where indicated on drawings and plans, remove and replace: existing modified bitumen roofing systems, existing slate shingle roof system, roof drain assembly, existing roof coping system, gutter and downspout systems, all aged and brittle mastics and sealants, and all lose mortar from existing brick masonry. Provide 3-ply bitumen roofing system - hot applied; new metal coping system; new metal gutter, scupper and downspouts, new architectural asphalt shingle roof system, and rake, repoint and seal all open joints. Non-friable ACM is present in the roofing system.

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):

Roofing Contractor with a DPMC Classification of C068 or C070 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 Roofing Contractor:
General Construction:                           C008 or C009
                                                                    OR

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 or C070

PLEASE BE ADVISED THAT IN ADDITION TO ALL OTHER REQUIREMENTS LISTED, IT IS REQUIRED THAT AT THE TIME OF SUBMISSION OF THE PROJECT RATING PROPOSAL AND THE PRICE PROPOSAL, THE BIDDER MUST BE CLASSIFIED WITH THE NEW JERSEY DEPARTMENT OF THE TREASURY, DIVISION OF REVENUE, 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 April 23, 2014 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 0991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
32 East Front Street
Trenton, NJ 08625-0991

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

Pre-Bid Date:       April 3, 2014
Pre-Bid Time:       11:00 AM (local time)
Pre-Bid Place:      Orange Middle School
                              400 Central Avenue
                              Orange, NJ 07050-2420
Immediately following the Mandatory pre-bid there will be a Mandatory site visit.

ANY FIRM THAT ATTENDED THE MARCH 27TH MANDATORY PRE-BID CONFERENCE AND SITE VISIT DO NOT NEED TO ATTEND THE APRIL 3RD MANDATORY PRE-BID CONFERENCE AND SITE VISIT.

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 (PRP) form and submit the completed Project Rating Proposal form by 2:00 PM (local time) on April 8, 2014 to Naimish Kathiari at the below NJSDA address:

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

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
32 East Front Street
Trenton, NJ 08625-0991

The Project Rating Proposal form is available here.

An Information Package, containing the Authority’s requirements for the Project as expressed in drawings, plans, Procedural and Performance Specifications and other documents, will be made available to prequalified firms through a controlled-access website at or after the April 3, 2014 pre-bid conference..

Any questions concerning this procurement can be directed to Naimish Kathiari at 609-858-2986 or nkathiari@njsda.gov.

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 make good faith efforts to ensure that small business enterprises (SBEs) have the maximum practicable opportunity to participate in the performance of this engagement. A 25% target has been established pursuant to N.J.A.C.17:14 et seq.

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.

Procurement Requirements

In accordance with the requirements of N.J.S.A. 52:18A-243, each bidder will also be required to set forth in its bid the name or names of all subcontractors to whom the bidder will directly subcontract for the furnishing of any of the work and materials specified in the plans and specifications for the following branches: (1) the plumbing and gas fitting and all work and materials kindred thereto (“Plumbing Branch”); (2) the steam and hot water heating and ventilating apparatus, steam power plants and all work and materials kindred thereto (“HVAC Branch”); (3) the electrical work (“Electrical Branch”); and (4) structural steel and miscellaneous iron work and materials (“Structural Steel Branch”). All such named subcontractors must be NJSDA prequalified. Each bidder shall adhere to the following instructions in its identification of all subcontractors with whom the bidder will contract in the four branches:

Plumbing Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Plumbing (C030), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Plumbing (C030). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Plumbing trade or other trades applicable to this branch, each such additional subcontractor must be identified.

HVAC Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of HVAC (C039), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of HVAC (C039). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the HVAC trade or other trades applicable to this branch, each such additional subcontractor must be identified.

Electrical Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Electrical (C047), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Electrical (C047). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Electrical trade or other trades applicable to this branch, each such additional subcontractor must be identified.

Structural Steel Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Structural Steel (C029), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Structural Steel (C029). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Structural Steel trade or other trades applicable to this branch, each such additional subcontractor must be identified.

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: March 28, 2014
Top of Page03/29/2024