State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
NE-0015-C01 McKinley ES Newark
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.:                        NE-0015-C01 RB2
Contract Name:                    Soundproofing of McKinley E.S.
District:                                 Newark
County:                                 Essex
No. of Schools:                    1 (McKinley E.S.)
CCE Range:                        $ $10,000,000 - $10,256,000


Brief description of work: The work includes the replacement of existing windows with soundproofed windows, retrofitting air-conditioning to instructional spaces, and related demolition, asbestos abatement, civil and architectural work.

This work is being funded by Federal and State funds and therefore shall be subject to both Federal and State laws, statutes and regulations, and 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 be included in the contract and is available at the NJSCC web site www.njscc.com. The Bidders shall be required to pay at least the higher of the US Department of Labor Davis Bacon Prevailing Wage Rates or the New Jersey Department of Labor Previling Wage Rates in effect at the time of contract award. All questions regarding wage determinations should be directed to Ms. E. Tracie Long, Labor Workforce Coordinator, at 609-341-5916.

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:
HVAC:                     C039
Electrical:              C047
Asbestos:              C092
Structural Steel:        C029
Plumbing:            C030
Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until April 11, 2006 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:       March 9, 2006
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      McKinley Elementary School
                             1 Colonnade Place
                             Newark, NJ 07104

Only bidders that attend the pre-bid conference will be eligible to bid on this project. 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 on March 16, 2006 to William 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 March 3, 2006 for a non-refundable fee of $100.00 for each set of documents, during regular business hours, from:
PB+3DI
375 McCarter Highway
Suite 102
Newark, NJ 07114
973-273-2947 or 2946
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 Regulation and Executive Order #11246 for Federal Equal Employment Opportunity.

Bidders shall be advised that a portion of the contract is federally funded and the balance is NJSCC funded. Federal Guidelines and requirements must be met in addition to the NJSCC Guidelines and requirements and State of New Jersey laws, statutes and regulations as set forth in the Contract Documents.

Bidders are alerted to the Instructions to Bidders Section 9 - Federal and Port Authority Requirements, 16.4% Disadvantaged Business Entity (DBE) Participation Goal. The SBE Set Aside Goals are inapplicable to this contract. The Federal DBE requirements shall govern.

According to the Federal Aviation Safety and Capacity Expansion Act of 1990, the Contractor shall agree that in the performance of construction, the Contractor shall comply with the “Buy American Steel and Manufactured Products for Construction Contracts” requirements as set forth in the Instructions to Bidders, Section 9.

The NJSCC will not permit a firm engaged by the NJSCC as a project management firm (“PMF”) to bid as a prime or act as a sub-contractor for this NJSCC managed project. Subconsultants to the PMFs are prohibited from working as primes or subcontractors in the region(s) for which they are on a PMF team.

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: March 2, 2006
Top of Page04/28/2024