State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ST-0024-C01 Landis Intermediate School Vineland
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.:                        ST-0024-C01
Contract Name:                    Roofing Replacement
District:                                 Vineland
County:                                 Cumberland
No. of Schools:                     1 (Landis Intermediate)
CCE Range:                        $ 1,000,000 - $1,500,000
Brief description of work: Removal and replacement of entire slate roof (approx. 19,000 sf) with new slate, installation of lighting protection, restoration of copper and glass skylights and minor roof framing repair. New copper gutters, flashing, downspouts and ridge caps shall be included. All work done shall conform to the Secretary of the Interior’s “Standards for the Treatment of Historic Properties (1995)” and is subject to review by the New Jersey Historic Preservation Office. In order to be considered for award of the contract, bidders are required to provide evidence of successful experience on at least two (2) separate historic building projects involving similar scope and activities as the subject project and completed within compliance with the “Standards for the Treatment of Historic Properties (1995)” within the past 7 years.

This work will be bid and constructed as a single overall contract (one lump sum for all trades).

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:
Roofing Contractor:     C072
Electrical:                 C047
-OR-

Roofing Contractor with a DPMC Classification of C072 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 Roofing Contractor:
General Contractor:   C008 or C009
Electrical:                 C047

Bid proposals must list the names of the firms who meet the above classification(s).

Bids will be received until February 2, 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 22, 2003
Pre-Bid Time:       2:00 PM (local time)
Pre-Bid Place:      Landis Intermediate School
                              61 West Landis Avenue (Rt 56)
                              Vineland, 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 evaluation form by 5:00 PM (local time) on January 16, 2004 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
Second Floor (Wachovia Bank Building)
Trenton, NJ 08625-0991

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 22, 2003 for a non-refundable deposit of $100.00 for each set of documents, during regular business hours, from:
Cody Eckert & Associates, PA
191 Clarksville Rd
Princeton Junction, NJ 07753
609-716-8500
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 bidder agrees it shall make a good faith effort to meet the requirements of the SBE Utilization Attachment contained in the Contract Documents in order to ensure that small business enterprises, as defined in that attachment and in applicable regulation, have the maximum opportunity to compete for and perform subcontracts.

The NJSCC encourages 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% with 5% to businesses registered in the category of gross revenues that do not exceed $1 million; and 10% of businesses registered in the category of having gross revenues exceeding $1 million consistent with the standards established at 13 C.F.R. 121.201; and 10% to businesses in either category.

For further information on NJSCC, please visit us at “www.njscc.com”.
DATE ADVERTISED: December 5, 2003
Top of Page04/28/2024