State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
PA-0006-C03 Marshall Street Elementary School Paterson
Sealed bid proposals will be received by the New Jersey Schools Development Authority (“NJSDA”) at their offices listed below for the following work:

Contract No.:               PA-0006-C03
Contract Name:           Marshall Street Elementary School & Pedestrian Bridge
District:                        Paterson
County:                        Passaic
No. of Schools:            One
CCE :                            $35,065,933
Brief description of work: New 108,700 square foot school with a pedestrian bridge over New Jersey Transit Line.

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 be included in the contract and is available at the NJSDA web site www.njsda.gov.

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 NJSDA in the following trade(s):

General Contractor with a DPMC Classification of C006 or C008 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:
Structural Steel:         C029
HVAC:                      C039
Plumbing:                  C030
Electrical:                  C047
Bid proposals must list the names of the firms who meet the above classification(s).

Bids will be received until September 22, 2009 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. Sealed bid proposals shall be delivered to the NJSDA at the following address:

If U.S. Mail:
NJSDA
P.O. Box 991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
1 West State Street
First Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991

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

Pre-Bid Date:       August 11, 2009
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      NJSDA Northern Office
                              375 McCarter Highway
                              Newark, NJ
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. All bidders that attended the July 30, 2009 pre-bid conference DO NOT need to attend the August 11, 2009 second pre-bid conference.

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 August 13, 2009 to Marty Taylor at the below NJSDA address:

If U.S. Mail:
NJSDA
P.O. Box 991
Trenton, New Jersey 08625-0991

If Fed Ex, UPS, Courier, Hand Delivery:
NJSDA
1 West State Street
First Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991


Copies of the Project Rating Proposal forms are available here.

Plans and specifications may be inspected or obtained as of July 30, 2009 for a non-refundable fee of $350.00 for each set of documents, at the pre-bid meeting or during regular business hours, from:
Bovis Lend Lease
821 Alexander Road
Princeton, New Jersey 08540
609-951-0500
Checks shall be made payable to the NJSDA.

A firm shall be precluded from being eligible for award of this contract if such firm or any affiliated firm is engaged under a prime contract with NJSDA to provide services as a project management firm or construction management firm, or engaged as a subconsultant to a current project management firm or construction management firm on an NJSDA project. Such firms shall also be ineligible to participate in this engagement as subconsultants or subcontractors.

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 contractor 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, and the remaining 10% to be allocated among Categories 4, 5 and/or 6). The Small Business Administration size standards are established at 13 C.F.R. 121.201.

In addition to all other requirements listed above, the NJSDA requires all subcontractors of any tier in the DPMC Trade Classifications listed below whose contract is in an amount which is equal to or greater than $500,000 be pre-qualified by the NJSDA.

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
C039 - HVAC
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

For further information on NJSDA, please visit us at “www.njsda.gov”.
DATE ADVERTISED: July 22, 2009
Top of Page04/27/2024