State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
WT-0004-C09 Trenton Central High School Trenton
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.:                        WT-0004-C09 RB1
Contract Name:                    Trenton Central High School Fencing
District:                                 Trenton
County:                                 Mercer
No. of Schools:                    1 (Trenton Central H.S.)
CCE Range:                        $ 533,000 - $542,000


Brief description of work: The scope of work for this contract includes the materials and installation of new decorative steel fencing along the front (West facade) and sides (North and South facades) of the property. This includes new steel gates and brick piers. The scope of work also includes the installation of new chain link fencing and some decorative steel fencing and brick piers between the parking and field areas; the installation of new, motorized sliding gates for automobile access and the repair of some of the existing decorative steel fencing.

PLEASE BE ADVISED THAT IN ADDITION TO ALL OTHER REQUIREMENTS LISTED, IT IS REQUIRED THAT AT THE TIME OF BID SUBMITTAL, THE RESPONSIVE, LOW BID GENERAL CONTRACTOR MUST BE CLASSIFIED, WITH THE NEW JERSEY DEPARTMENT OF COMMERCE AS A CATEGORY 4 or CATEGORY 5 SMALL BUSINESS ENTERPRISE.

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-

Fencing with a DPMC Classification of C022
Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until November 22, 2004 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:       October 21, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Trenton Central HS
                             400 Chambers St.
                             Trenton, NJ 08608
In addition to the mandatory pre-bid conference, all bidders on this project will be required to complete a project rating proposal and submit the completed project rating proposal by 5:00 PM (local time)on October 28, 2004 to Lenny Cinaglia 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
Third Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991

Copies of the project evaluation forms are available from the PMF or the NJSCC.

Plans and specifications may be inspected or obtained as of October 7, 2004 for a non-refundable fee of $35.00 for each set of documents, during regular business hours, from:
Hill International, Inc.
144 West State Street
Trenton, NJ 08608
609-278-2380
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 urges 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 the Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, to be engaged as a prime or subcontractor for this engagement. The Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, shall not submit or be named in a bid for this engagement.

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

For further information on NJSCC, please visit us at “www.njscc.com”.
DATE ADVERTISED: October 8, 2004
Top of Page04/19/2024