State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ES-0007-P01 Park Ave. ES Renovation & Addition Orange
Sealed bid proposals will be received by the New Jersey Schools Construction Corporation (“NJSCC”) at their offices listed below for the following work:

Contract No.:                        ES-0007-P01
Contract Name:                    Park Avenue E.S. Demolition
District:                                 Orange
County:                                 Essex
No. of Schools:                    1 (Park Avenue Elementary School)
CCE Range:                         $430,000 - $524,000


Brief description of work: This is a 100% SBE set-aside project to abate and demolish six existing house/structures and three (3) garages located at 204 Duane Street, 191 Park Place, 195 Park Place, 203 Park Place and 221 Park Avenue in preparation for the construction of new additions to the existing school. Work also includes UST removals and related remedial activities

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 NJSCC in the following trade(s):


General Contractor with a DPMC Classification of C008 or C009

or

Demolition Contractor with a DPMC classification of C021


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 COMMERCE AS A CATEGORY 4 OR CATEGORY 5 SMALL BUSINESS ENTERPRISE.

Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until March 23, 2006 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.

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

Pre-Bid Date:        March 1, 2006
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Don Todd Associates, Inc.
                              60 Evergreen Place, Suite 501
                              East Orange, NJ 07018
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 March 8, 2006 to James McElhenny at the below NJSCC address:

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

If Fed Ex, UPS, Courier, Hand Delivery:

NJSCC
1 West State Street
First Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991


Copies of the Project Rating Proposal forms are available from the PMF or the NJSCC at the Pre-Bid meeting.

Initial set of plans and specifications may be inspected or obtained as of March 1, 2006 and are free for eligible bidders only. Additional copies are available for a non-refundable fee of $50. They can be picked up during regular business hours, from:
Don Todd Associates, Inc.
60 Evergreen Place
East Orange, NJ 07018
973-395-1300
Checks shall be made payable to the NJSCC.

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 NJSCC requires the contractor to provide opportunities to SBE firms to participate in the performance of this engagement, consistent with NJSCC’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.

The NJSCC will not permit a firm engaged by the NJSCC as a project management firm (“PMF”) to bid as a prime or act as a sub-contractor for this NJSCC managed project. Subconsultants to the PMFs are prohibited from working as primes or subcontractors in the region(s) for which they are on a PMF team.

The NJSCC reserves the right to waive any non-material defects or to reject any or all bids.

The NJSCC urges 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 must be pre-qualified by the NJSCC.

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 NJSCC, please visit us at “www.njscc.com”.
DATE ADVERTISED: February 21, 2006

Top of Page04/26/2024