State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
NT-0013-P01 Dayton Avenue and Henry Street Schools Passaic 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.:                        NT-0013-P01
Contract Name:                    Dayton Avenue School Campus Beth Israel Hospital Site Preparation
District:                                 Passaic
County:                                 Passaic
No. of Schools:                    1 (Dayton Avenue School Campus)
CCE Range:                        $ 4,300,000 - $5,300,000


Brief description of work: Site preparation work consists of the hazardous material abatement and building superstructure/substructure demolition of the Passaic Beth Israel Hospital and its support structures along with removal of all utilities complete with site fill and grading in preparation for the future school campus

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 C008 or C009who 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:
Plumbing:              C030
Electrical:              C047

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

Bids will be received until December 20, 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 3, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Passaic Beth Israel Hospital
                             70 Parker Avenue
                             Passaic, NJ 07055

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 9, 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 3, 2004 for a non-refundable fee of $500.00 for each set of documents, during regular business hours, from:
Skanska USA Building Inc.
777 Passaic Avenue, 5th Floor
Clifton, NJ 07012
973-594-9490
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: November 22, 2004
Top of Page04/28/2024