State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
NT-0014-C03 James Madison E.S. #10 Garfield
The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure a General Contractor for the construction of the James Madison ES #10 in Garfield, NJ. This solicitation seeks responses from interested Bidders in the form of a two-step submission to be evaluated on the basis of price and “other factors” pursuant to N.J.S.A. 52:18A-243, and regulations adopted by the Authority at N.J.A.C. 19:38B (N.J.R. 3462(a)), and as further described below and in the Request for Proposals issued by the NJSDA.

Copies of the RFP documents can be downloaded by clicking the link below:

Click here for electronic copies.

Contract No.:                        NT-0014-C03
Contract Name:                    James Madison ES #10
District:                                 Garfield
County:                                 Bergen
No. of Schools:                     1 (James Madison ES #10)
CCE Range:                         $14,000,000 - $18,000,000


Brief description of Work:

General Contracting Services for the construction of the James Madison Elementary School #10. The building is a three story facility approximately 53,000 square feet, designed to educate 275 students grades K-5 located in the Garfield School District.

The contract for the project will require that the awardee perform a Constructability Review of the Contract Documents (including the Plans and Specifications) to identify concerns, conflicts, omissions or other deficiencies in the documents that might affect the schedule or cost of completion of the Work. This Constructability Review is intended to identify any issues that may give rise to later changes in the work, so that such issues can be resolved through early modifications to the Contract Documents, before the commencement of construction. This Constructability Review is required of the awardee to augment and underscore the existing contractual obligation to review the Contract Documents and advise NJSDA of any deficiencies therein, to avoid excess costs.

This contract requires compliance with the New Jersey Prevailing Wage Act and the federal Davis-Bacon and Related Acts. 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 NJSDA web site here.

Procurement Overview

The first step in the two-step procurement process requires Bidders to submit a Project Rating Proposal, which results in the establishment of a Project Rating Limit for the Bidder. The second step of the response requires Bidders to simultaneously submit: 1) a Technical Proposal (one unbound original, seven bound copies and two full cover-to-cover copies in PDF format on electronic media (CD or comparable) required) and 2) a separate sealed Price Proposal.

The Technical Proposal provides information regarding the Bidder’s past experience and qualifications as well as the Bidder’s overall approach to the project and approach to the Constructability Review portion of the project, and will be evaluated by a Selection Committee charged with review and scoring of the submittals with reference to the non-price “Other Factors” criteria identified in this solicitation.

The “other factors” to be considered, and their relative weights, are as follows: Bidder’s experience on similarly sophisticated projects (20 points); Experience of Key Team Members on similarly sophisticated projects (15 points); Bidder’s prior affirmative action experience (5 points); Bidder’s schedule compliance on similar projects (10 points); Bidder’s safety record (5 points); Bidder’s history of claims on payment bond (5 points); Bidder’s overall approach to Project (25 points); and Bidder’s approach to Constructability Review (15 points), for a maximum total of 100 Technical points.

The Price Proposal, which states the Bidder’s fixed, lump-sum price for the project, will remain sealed until completion of the evaluation and scoring of the Technical Proposals. The Price Proposal will then be subject to scoring in accordance with the terms of the Request for Proposals (RFP), with the lowest price receiving 100 Price points, and all other bidders receiving scores in accordance with the percentage that each bid exceeds the lowest price.

Each Bidders’ Price and Technical scores will be weighted and combined for a final score, with the Price score weighted as ninety percent (90%) of the final score and the Technical score weighted as ten percent (10%) of the final score. The winning Bidder will be selected based on the Bidders’ final scores.

Procurement Requirements

To participate in the procurement, bidders must be classified with the Department of Treasury, Division of Property Management and Construction in one of the following DPMC Trade Classifications: C006 (CM as Constructor), or C008 (General Construction), must hold a valid Public Works Contractor Registration with the Department of Labor, Division of Revenue, and must hold a valid Notice of Prequalification issued by NJSDA as of the date for submission of the Project Rating Proposal.

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.

HVACR Branch: The bidder must identify a subcontractor that is DPMC classified in the trade of HVACR (C032) OR an HVAC Contractor classified in the former DPMC classification of C039 may also satisfy the HVACR (C032) requirement, if a bona-fide representative the Contractor has applied to be “grandfathered in” under the new Master Heating, Ventilating, Air Conditioning, and Refrigeration license offered by the State Board of Examiners for Heating, Ventilating, Air Conditioning and Refrigeration Contractors pursuant to N.J.A.C. 45:16A-26. Such a C039 Contractor or subcontractor must supply a copy of the “grandfathering” license application, as well as proof of payment of application fee, unless the bidder intends to self-perform for this trade. If the bidder intends to self-perform, the self-performing bidder must provide proof of the required HVACR license by providing evidence that a bona-fide representative of the firm holds a Master HVACR license, or providing evidence that a bona-fide representative of the firm has applied to be “grandfathered in” to the Master HVACR license based on experience without meeting education and examination requirements under N.J.A.C. 45:16A-26. If the bidder will contract with any additional subcontractors with DPMC Trade Classifications in the HVACR 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.

The project will also require identification and prequalification of subcontractors of any tier whose contract is in an amount equal to or more than $500,000 in any of the following DPMC Trade Classifications:

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
C032 - HVACR
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

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 winning Bidder to provide opportunities to SBE firms to participate in the performance of this engagement, consistent with NJSDA’s SBE set aside goals of 25% (5% to Category 4, 5% to Category 5, 5% to Category 6, with the remaining 10% to be allocated among firms in Categories 4, 5 and 6). The Small Business Administration size standards are established at 13 C.F.R. 121.201.

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 Submission Dates and Deadlines

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

Pre-Bid Date:               July 21, 2015
Pre-Bid Time:              11:00 AM
Pre-Bid Location:         SDA Newark Office
                                     375 McCarter Highway
                                     Newark, New Jersey 07114


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.
B.       In addition to participation in 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 2:00 PM (local time) on July 28, 2015 to Naimish Kathiari at the below NJSDA address:

If U.S. Mail:
NJSDA
P.O. Box 0991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
32 East Front Street
Trenton, NJ 08625-0991


Copies of the Project Rating Proposal forms are available here.

C.       Plans and specifications will be made available through a controlled-access website to prequalified firms that have attended the mandatory July 21, 2015 pre-bid conference and, if applicable, any mandatory site visit. In addition, plans and specifications will be made available thereafter for in-person review at NJSDA offices by appointment during normal business hours. To set up an appointment, please email Naimish Kathiari, Procurement Analyst, at nkathiari@njsda.gov.

D.       Interested firms must submit a Technical Proposal, which provides responses to the non-price “other factors” evaluative criteria requirements of the RFP. The Technical Proposals must be received by the NJSDA by 2:00 PM on September 9, 2015. Faxed or e-mailed Submittals shall not be accepted.

Bidders must also submit a Price Proposal which must be sealed and submitted with the Technical Proposal and received by the NJSDA by 2:00 PM on September 9, 2015. Faxed or e-mailed Price Proposals shall not be accepted. Any Technical or Price Proposal received after this date and time will be returned unopened. Technical Proposals and sealed Price Proposals shall be delivered to the NJSDA at the following address:

If U.S. Mail:
NJSDA
P.O. Box 0991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
32 East Front Street
Trenton, NJ 08625-0991

E.       The sealed Price Proposals shall be publicly opened and read at a bid opening at NJSDA offices on September 24, 2015 at 2:00 PM.

For further information on NJSDA, please visit us at “www.njsda.gov”.
DATE ADVERTISED: June 30, 2015
Top of Page04/28/2024