State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
PA-0008-C02 Don Bosco Academy Paterson
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.:                        PA-0008-C02 RB1
Contract Name:                    International High School, GC Pkg #2
District:                                 Paterson
County:                                 Passaic
No. of Schools:                    1 (International High School, GC Pkg #2)
CCE Range:                        $ 28,600,000 - $31,900,000


Brief description of work: Involves construction of a 113,000 sf high school and associated site improvements.

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

Bids will be received until February 8, 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:       November 29, 2005
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      NJSCC Regional Office
                             1 Garret Mountain Plaza
                             West Paterson, NJ
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 7, 2005 to Bill 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 November 1, 2005 for a non-refundable fee of $150.00 for each set of documents, during regular business hours, from:
Jacobs Facilities
80 Ward Street
Paterson, NJ 07505
973-247-7611
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 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: November 4, 2005

Top of Page04/27/2024