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.: EL-0016-C02
Contract Name: School #21 (St. Catherine's) Temporary Swing Space Renovations & TCU's
District: Elizabeth
County: Union
No. of Schools: 1 (St. Catherine's School #21)
CCE Range: $ 1,980,000 - $2,400,000
Brief description of work: : Project will be the renovation of an existing 22,683 square foot building as a temporary facility for Pre-Kindergarten through Grade 3 students. Relocation of ten (10) temporary classroom units from Millville, New Jersey to project site, contractor to provide necessary site work for a completed relocation, including all disconnects at the Millville, New Jersey site and new scope at work site.
This work will be bid and constructed as a single overall contract (one lump sum for all trades).
This contract will be subject to the terms of a PROJECT LABOR AGREEMENT. The PROJECT LABOR AGREEMENT will either be included in the contract or issued as an addendum prior to the bid due date.
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 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:
HVAC: C039
Plumbing: C030
Electrical: C047
Bid proposals must list the names of the firms who meet the above classifications.
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.
Bids to be received will be determined at a later date 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: February 17, 2005
Pre-Bid Time: 10:00AM (local time)
Pre-Bid Place: Bovis Lend Lease
288 North Broad Street
Elizabeth, NJ 07208
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 February 24, 2005 to Bill Mahan 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.
Plans and specifications may be inspected or obtained as of February 17, 2005 for free, during regular business hours, from:
Bovis Lend Lease
288 North Broad Street
Elizabeth, NJ 07208
908-248-0276
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: February 10, 2005