State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
NT-0032-C04 Clark Schools (4) rehab Clark
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-0032-C04
Contract Name:                    Clark Renovation & Addition
District:                                 Clark
County:                                 Union
No. of Schools:                    4 (Valley Road Elementary, Frank K. Hehnly Elementary, Carl H. Kumpf M.S., Arthur L. Johnson H.S.)
CCE Range:                        $ 14,850,000 - $18,150,000


Brief description of work: Renovations and additions which will include new electrical services, new HVAC systems with removal of all old equipment and support infrasturcture, new doors, hardware, ramps, lifts, etc. will be provided to meet ADA guidelines, additional storm drainage, new walkways and parking areas and a new one story power plant with high efficiency boilers, electrical switch gear and emergency generator.

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

Bids will be received until March 17, 2005 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 27, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Arthur L. Johnson High School
                             365 Westfield Ave.
                             Clark, NJ 07066

Mandatory walk thrus will be held on:
12/27/04 at A.L. Johnson High School at 1:00 PM           
12/28/04 at A.L. Johnson High School at 9:00 AM (needs 2 days)          
12/28/04 at Kumpf School at 1:00 PM          
12/29/04 at Hehnley School at 9:00 AM          
12/29/04 at Valley School at 1:00 PM          


In addition to the mandatory pre-bid conference, all bidders on this project will be required to complete a project rating proposal and submit the completed Project Rating Proposal ( PRP) by 5:00 PM (local time) on JANUARY 4, 2005 to Susan Brown 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 December 20, 2004 for a non-refundable fee of $150.00 for each set of documents, during regular business hours, from:
Epic Management
136 Eleventh Street
Piscataway, NJ 08854
732-752-6100
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: December 13, 2004
Top of Page04/28/2024