State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
JE-0016-C04 PS 3 Elementary School, MS 4 Middle School Jersey 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.:                        JE-0016-C04
Contract Name:                    Frank R. Conwell Public School #3 and Middle School #4
District:                                 Jersey City
County:                                 Hudson
No. of Schools:                     2 (Frank R. Conwell Public School #3 & Middle School                                                   #4)
CCE :                                    $696,607
Brief description of work:

Corrective work in both schools to address District concerns regarding construction defects and design omissions associated with the original school construction. Work to include skylight repair, installation of new and relocation of existing electrical outlets, water lines for kitchen appliances, encapsulation of fireproofing, re-grading of exterior courtyard for water infiltration control & miscellaneous other work.

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 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 classification(s).

Bids will be received until April 19, 2013 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. Sealed bid proposals shall be delivered to the NJSDA at the following 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 (Wells Fargo Bank Building)
Trenton, NJ 08625-0991

A mandatory pre-bid conference will be held as follows:

Pre-Bid Date:       April 2, 2013
Pre-Bid Time:       11:00 AM (local time)
Pre-Bid Place:      Frank R. Conwell PS #3
                              111 Bright St.
                              Jersey City, NJ 07302
Immediately following the Mandatory pre-bid there will be a Mandatory site visit.

In the event that the NJSDA determines, at its sole discretion, that additional pre-bid meetings need to be held in order to increase the pool of bidders, it shall schedule subsequent pre-bid meetings.

In addition to the mandatory pre-bid conference and site visit, all bidders on this project will be required to complete a Project Rating Proposal (PRP) form and submit the completed Project Rating Proposal form by 5:00 PM (local time) on April 5, 2013 to Naimish Kathiari 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 (Wells Fargo Bank Building)
Trenton, NJ 08625-0991

The Project Rating Proposal form is available here.

An Information Package, containing the Authority’s requirements for the Project as expressed in drawings, plans, Procedural and Performance Specifications and other documents, will be made available to pre-qualified firms through a controlled-access website at or after the April 2, 2013 pre-bid conference, and will be made available thereafter for in-person review at NJSDA offices by appointment during normal business hours. To set up an appointment, please e-mail Naimish Kathiari, Procurement Analyst at nkathiari@njsda.gov.

Any questions concerning this procurement can be directed to Naimish Kathiari at 609-943-4012 or nkathiari@njsda.gov

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 make good faith efforts to ensure that small business enterprises (SBEs) have the maximum practicable opportunity to participate in the performance of this engagement. A 25% target has been established pursuant to N.J.A.C.17:14 et seq.

A firm or person or an affiliate thereof may not serve as a general contractor or as a subcontractor or as a subconsultant on an authority project for which the firm or person serves as the construction manager or as a subcontractor or as a subconsultant to the construction manager.

Procurement Requirements

In accordance with the requirements of N.J.S.A. 52:18A-243, each bidder will also be required to set forth in its bid the name or names of all subcontractors to whom the bidder will directly subcontract for the furnishing of any of the work and materials specified in the plans and specifications for the following branches: (1) the plumbing and gas fitting and all work and materials kindred thereto (“Plumbing Branch”); (2) the steam and hot water heating and ventilating apparatus, steam power plants and all work and materials kindred thereto (“HVAC Branch”); (3) the electrical work (“Electrical Branch”); and (4) structural steel and miscellaneous iron work and materials (“Structural Steel Branch”). All such named subcontractors must be NJSDA prequalified. Each bidder shall adhere to the following instructions in its identification of all subcontractors with whom the bidder will contract in the four branches:

Plumbing Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Plumbing (C030), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Plumbing (C030). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Plumbing trade or other trades applicable to this branch, each such additional subcontractor must be identified.

HVAC Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of HVAC (C039), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of HVAC (C039). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the HVAC trade or other trades applicable to this branch, each such additional subcontractor must be identified.

Electrical Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Electrical (C047), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Electrical (C047). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Electrical trade or other trades applicable to this branch, each such additional subcontractor must be identified.

Structural Steel Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of Structural Steel (C029), unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the bidder must identify itself as self-performing in the trade of Structural Steel (C029). If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the Structural Steel trade or other trades applicable to this branch, each such additional subcontractor must be identified.

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: March 26, 2013
Top of Page04/28/2024