State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
EP-0072-C01 Trenton Central West Condensate Replacement Trenton
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-0072-C01
Contract Name:                    Trenton CHS West Condensate Replacement
District:                                 Trenton
County:                                 Mercer
No. of Schools:                     1 (Trenton Central High School West)
CCE :                                    $1,170,180
Brief description of work:

Replacement of the boiler condensate system located in the basement and utility tunnels. Perform asbestos abatement of pipe insulation in utility tunnels, demolish below grade condensate lines and traps, and replace in kind. Demolish and replace in kind the condensate vacuum tank and feed tank.

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):

HVAC Contractor with a DPMC Classification of C039 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 HVAC Contractor:
General Construction:                           C008 or C009
Electrical:                        C047
Asbestos Abatement:                C093

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

Bids will be received until March 21, 2013 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:       February 27, 2013
Pre-Bid Time:       11:00 AM (local time)
Pre-Bid Place:      Trenton Central High School West
                              1001 West State Street
                              Trenton, 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.

Immediately following the Mandatory pre-bid there will be a Mandatory site visit.

In addition to the mandatory pre-bid conference and site visit, 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 5:00 PM (local time) on March 4, 2013 to Naimish Kathiari 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

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 February 27, 2013 pre-bid conference, and will be made available thereafter for in-person review at NJSDA offices by appointment during normal business hours. To set up an appointment, please e-mail Naimish Kathiari, Procurement Analyst at nkathiari@njsda.gov.

Any questions concerning this procurement can be directed to Naimish Kathiari at 609-943-4012 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.

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 20, 2012
Top of Page04/26/2024