New PreK-8 School - Demolition and Early Site Preparation

Agency: New Jersey Schools Construction Corporation
State: New Jersey
Type of Government: State & Local
Category:
  • P - Salvage Services
  • Y - Construction of Structures and Facilities
Posted: Sep 29, 2023
Due: Dec 12, 2023
Solicitation No: EL-0044-N01
Publication URL: To access bid details, please log in.
contract no. rebid no. district general description advertisement date prebid conference date proposal due date bid open addendum#
EL-0044-N01 Elizabeth New PreK-8 School - Demolition and Early Site Preparation 09/29/2023 10/27/2023 12/12/2023 12/12/2023 NA

Attachment Preview

Contract No.
EL-0044-N01
Contract Name
New PK-8 School – Demolition and
Early Site Preparation
School District
Elizabeth
Construction Cost
Estimate Range
$7,760,000 - $9,490,000
NOTICE
Pursuant to the Electronic Construction Procurement Act, N.J.S.A. 52:34A-1 through C.52:34A-8, this
procurement will employ an electronic bidding process. NJSDA will utilize the Bid Express internet-based,
electronic bidding platform. Contractors interested in submitting a bid for this procurement will need to
have an account with Bid Express. For technical assistance, please call the Bid Express Customer Success
team at 888-352-2439, option #1, or send an email to support@bidexpress.com. The Bid Express team is
available Monday - Friday from 7:00 am – 8:00 pm (ET).
ADVERTISEMENT
The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure a Contractor for the New PK-8
School – Demolition and Early Site Preparation project in Elizabeth, NJ.
Brief Description of Work:
Complete and total demolition of the Joseph Battin School No. 4 including all existing structures and associated
site conditions; abatement; and site preparation for new school construction.
This work will be bid and constructed as a single overall contract (one lump sum for all trades).
Eligibility Requirements for Bidders and Identification of Required Subcontractors:
Bid proposals for the above work will be received from bidders registered with the Division of Revenue and
Enterprise Services, registered with the Department of Labor and Workforce Development pursuant to the Public
Works Contractor Registration Act N.J.S.A. 34:11-56.48 et seq., and classified by the Department of the Treasury-
Division of Property Management and Construction (“DPMC”), and prequalified by the NJSDA in the following
trade(s):
Demolition Contractor with a DPMC Classification and NJSDA Prequalification of C021 who will
be required to also have the following DPMC and NJSDA Specialty Trade(s) or required to engage
a subcontractor(s) classified in the following DPMC and NJSDA Specialty Trade(s) if not possessed
by the Demolition Contractor:
Plumbing
Electrical
Asbestos Removal/Treatment
C030
C047
C092
OR
General Construction Contractor with a DPMC classification and NJSDA prequalification of C008
or C009 who will be required to also have the following DPMC and NJSDA Specialty Trades or
required to engage a subcontractors classified in the following DPMC and NJSDA Specialty Trades
if not possessed by the General Construction Contractor:
Demolition
Plumbing
Electrical
Asbestos Removal/Treatment
C021
C030
C047
C092
Bid proposals must list the names of the firms who meet the above classifications/prequalifications.
Pursuant to N.J.S.A. 52:32-44, the NJSDA is prohibited from entering into a contract with an entity unless the
Bidder and each subcontractor that is required by law to be named in a bid has a valid Business Registration
Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.
Prior to contract award or authorization, the selected Bidder shall provide NJSDA with its proof of business
registration and that of any named subcontractors.
In accordance with the requirements of N.J.S.A. 52:18A-243, each Bidder is 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 (“HVACR Branch”)
3. The electrical work (“Electrical Branch”)
4. The structural steel and miscellaneous iron work and materials (“Structural Steel Branch”)
When naming subcontractors in accordance with this section, a Bidder is required to name only those subcontractors
that are engaged directly by the Bidder (“first-tier subcontractors”). Bidders are NOT REQUIRED to name any
subcontractors engaged by the first-tier subcontractors or by others (e.g., “second-tier subcontractors” or “third-tier
subcontractors.”)
All subcontractors required to be named under this section must be DPMC classified and NJSDA prequalified as of
the submittal due date for bids. Each Bidder shall adhere to the following instructions in its identification of all
subcontractors with whom the Bidder will contract in the four branches:
1. Plumbing Branch: The Bidder must identify a subcontractor that is DPMC classified and NJSDA
prequalified 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.
2. HVACR Branch: The Bidder must identify a subcontractor that is DPMC classified and NJSDA
prequalified in the trade of HVACR (C032), 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 HVACR
(C032). 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.
3. Electrical Branch: The Bidder must identify a subcontractor that is DPMC classified and NJSDA
prequalified 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.
4. Structural Steel Branch: The Bidder must identify a subcontractor that is DPMC classified and NJSDA
prequalified 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.
In addition to all other requirements listed above, the NJSDA further 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 DPMC classified and NJSDA prequalified.
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
Additional Procurement Requirements:
Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 et seq.
Note that the selected Bidder shall be required to ensure that Small Business Enterprises (“SBEs”) and Disabled
Veteran Owned Businesses (“DVOBs”) have the maximum practicable opportunity to participate in the
performance of this engagement. A 25% Set-Aside Goal for SBEs and a 3% Set-Aside Goal for DVOBs have been
established for this Project.
This contract requires compliance with the New Jersey Prevailing Wage Act. 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 on the NJSDA website.
The selected Bidder shall be required to submit payroll information to the Division of Labor and Workforce
Development, with copies to the NJSDA, in accordance with the Diane B. Allen Equal Pay Act, P.L. 2018, c. 9.
Guidance and forms for compliance with this requirement are available at:
www.nj.gov/labor/equalpay/equalpay.html
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 NJSDA 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. This procurement schedule commences with the submission of Project Rating Proposals. All Bidders on
this Project will be required to complete a Project Rating Proposal (“PRP”) form and submit the completed
PRP form, no later than 2:00 PM (local time) on October 16, 2023, to Alison Perry, Procurement
Specialist. The PRP form is available on the NJSDA website. PRP forms will only be accepted by
overnight or hand delivery at the following address:
NJSDA
32 East Front Street
Trenton, NJ 08625-0991
B. Plans and specifications will be made available on or about October 20, 2023, prior to the mandatory site
visit, through a controlled-access website accessible by those NJSDA prequalified firms that have submitted
a PRP form.
C. A Mandatory Site Visit will be held as follows:
Mandatory Site Visit Date:
Mandatory Site Visit Time:
Mandatory Site Visit Location:
October 27, 2023
10:00 AM (local time)
Joseph Battin School No. 4
300 South Broad Street
Elizabeth, NJ 07202
In the event that the NJSDA determines, at its sole discretion, that additional site visits need to be held in
order to increase the pool of Bidders, it shall schedule subsequent site visits.
D. If the Bidder has any questions or finds any perceived error or omission in the Contract Documents or any
conflict or discrepancy within the Contract Documents or between the Contract Documents and any
applicable provision of law, the Bidder shall submit written questions (referred to hereinafter as “Bidders’
Questions”) to the NJSDA for interpretation or clarification. Failure to submit said Bidders’ Questions
shall be deemed a waiver for any claims for future compensation regarding discrepancies within the
Contract Documents.
The Bidder shall be responsible for delivery of such Bidders’ Questions by 2:00 PM (local time) on
November 17, 2023 to Alison Perry at aperry@njsda.gov.
All responses to such Bidders’ Questions shall be in the form of written Addenda.
E. Bids shall be submitted online at Bid Express and will be received until December 12, 2023 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.
For further information on NJSDA, please visit us at www.njsda.gov.
DATE ADVERTISED: September 29, 2023
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Industry Day 2023 - Hereford Inlet to Cape May Inlet Coastal Storm

Federal Agency

Bid Due: 10/31/2024

# Title Entity Description Type Status Pre-Conference Opening Date CCMUA Bid #21-18 Supply

County Camden

Bid Due: 10/28/2024

Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations Request For Proposal

Delaware River Port Authority

Bid Due: 5/06/2024

Status Ref# Project Department Close Date Days Left Action Open BC-C-24-006 Medical Examiner's

Bergen County

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.