State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
JE-0032-C04 Boiler replacements 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-0032-C04
Contract Name:                    Boiler Replacement and DHW System Upgrades
District:                                 Jersey City
County:                                 Hudson
No. of Schools:                    1 (PS #37)
CCE Range:                        $1,765,000 - $2,155,500


Brief description of work: The PS 37 project includes the replacement of existing Boilers and associated equipment, installation of breaching and chimney liners, combustion air intake louvers and safety controls, Domestic HW Heaters and Heat Exchangers, misc. piping and ductwork. PS 37 includes the replacement of an Aboveground Fuel Storage Tank, (AST), and enclosure. Some General Construction work is required.

This work will be bid and constructed as a single overall contract (one lump sum for all trades).

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.

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
- OR -

HVAC Contractor with a DPMC Classification of C039 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 Electrical Contractor:
General Contractor:            C008 or C009
Electrical:                                 C047
Plumbing:                     C030

Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until December 28, 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:       December 10, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      URS Group Consultants
                             333 Washinton Street
                             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 December 15, 2004 to Michael Corboy 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

Copy of your firm’s Business Registration Certificate MUST be submitted with the PRP.

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

Plans and specifications may be inspected or obtained as of December 12, 2004, during regular business hours, from:
URS Group Consultants
333 Washington Street
Jersey City, NJ 07302
201-761-0555

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: December 2, 2004

Top of Page04/27/2024