State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
JE-0014-C01 Abatement/Demo/Site Improvements for PS #24 Jersey City
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.:                        JE-0014-C01
Contract Name:                    P.S. 24 - Renovation & Addition
District:                                 Jersey City
County:                                 Hudson
No. of Schools:                    1 (PS 24 Chaplain Charles J. Watters School)
CCE Range:                        $24,600,000 - $30,100,000


Brief description of work: Renovation and addition of approximately 149,282 SF of PS 24 Elementary School. Construction scheduled to begin third or fourth quarter of 2005.

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 C006 or 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:
Structural Steel:   C029
HVAC:                     C039
Plumbing:              C030
Electrical:              C047
Bid proposals must list the names of the firms who meet the above classifications.

To be determined when bids will be received 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 2nd mandatory pre-bid conference and site visit will be held as follows:

Pre-Bid Date:       June 16, 2005
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      URS Corporation
                             333 Washington Street
                              4th Floor
                             Jersey City, NJ 07302

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 22, 2005 to Mirna Quintana 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 June 10, 2005 for a non-refundable fee of $500.00 for each set of documents, during regular business hours, from:
R.S. Knapp Company, Inc. (NAPCO)
1000 Wall Street West
Lyndhurst, NJ 07071
201-438-1500
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 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: April 20, 2005
Top of Page05/10/2025