State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
WT-0008-C01 Roebling School Addition/Renovations 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-0008-C01
Contract Name:                    School New Roebling School
District:                                 Trenton
County:                                 Mercer
No. of Schools:                    1 (Roebling School)
CCE Range:                        $ 53,500,000 - $63,000,000


Brief description of work: The Roebling School will be subject to a significant demolition and environmental remediation phase. There will be 171,500 sf of renovations over 4 buildings and 49,500 sf of new construction including a new gymnasium w/locker rooms, mechanical areas and new linking corridors. The completed project will include 70 general classrooms, 36 specialized classrooms (Science, Art, Computer, Technology), 2 cafeterias and 2 full service kitchens. The total area of the project site is over 6.5 acres.

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.

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.

Date to be determined for Bids to 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 second mandatory pre-bid conference will be held as follows:

Pre-Bid Date:       November 30, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Trenton B.O.E. Auditorium
                             108 N. Clinton Avenue
                             Trenton, NJ 08609
ANY FIRMS THAT ATTENDED THE NOVEMBER 25, 2003 MANDATORY PRE-BID CONFERENCE MUST ATTEND THE NOVEMBER 30, 2004 MANDATORY PRE-BID CONFERENCE AND RESUBMIT A NEW PROJECT RATING PROPOSAL.

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 5:00PM (LOCAL TIME) ON DECEMBER 7, 2004 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
Second 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 November 15, 2004 for a non-refundable fee of $700.00 for each set of documents, during regular business hours, from::
Hill International
144 W. State Street
Trenton, NJ
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 bidder agrees it shall make a good faith effort to meet the requirements of the SBE Utilization Attachment contained in the Contract Documents in order to ensure that small business enterprises, as defined in that attachment and in applicable regulation, have the maximum opportunity to compete for and perform subcontracts.

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 RE-ADVERTISED: February 1, 2005
Top of Page05/03/2025