State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ET-0096-C01 Charles L. Spragg E.S. Additions/Alterations Egg Harbor City
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.:                        ET-0096-C01
Contract Name:                    Alterations/Additions to Charles L. Spragg ES
District:                                 Egg Harbor City
County:                                 Atlantic
No. of Schools:                     1 (Charles L. Spragg ES)
CCE :                                      $1,862,752
Brief description of work: Charles L. Spragg Elementary School is a PreK – 3rd grade school with a projected enrollment of 338 students. The school will undergo an addition of three (3) new kindergarten classrooms, one (1) special education classroom, and expansion and renovation of the existing media center and conversion of offices into a SGI. Approximate gross areas for the new addition and alteration are 4,053 SF and 4,010 SF, respectively.

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):

General Contractor with a DPMC Classification of C006, 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:
Structual Steel:                C029
HVAC:                           C039
Plumbing:                  C030
Electrical:                  C047

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

Bids will be received until July 24, 2008 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:       June 24, 2008
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Charles L. Spragg ES Multi-purpose Room
                              601 Buffalo Avenue
                              Egg Harbor City, NJ 08215
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 June 30, 2008 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 from the PMF or the NJSDA at the Pre-Bid meeting.

Plans and specifications may be inspected or obtained as of June 24, 2008 for a non-refundable fee of $200.00 for each set of documents, during regular business hours, from:
Greyhawk
224 Strawbridge Drive
Suite 100
Moorestown, New Jersey 08057
856-722-1800
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.

The NJSDA will not permit a firm engaged by the NJSDA as a project management firm (“PMF”) to bid as a prime or act as a sub-contractor for this NJSDA 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.

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: June 16, 2008
Top of Page04/26/2024