State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
CA-0010-P01 Morgan Village Middle School Camden
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.:                        CA-0010-P01
Contract Name:                    Abatement & Demolition of the Proposed Morgan Village Jr. High School Site.
District:                                 Camden
County:                                 Camden
No. of Schools:                     1 (Morgan Village Jr. High School)
CCE Range:                        $ 800,000 - $1,000,000
Brief description of work: This contract is for asbestos abatement, hazardous material removal, demolition of existing buildings and site improvements of 19 property sites. The contract work also includes tree removal, removal of utility systems rough grading, soil stabilization and permanent fencing.

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:
Plumbing:                  C030
Electrical:                  C047
- OR -

Demolition Contractor with a DPMC Classification of C021 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 DemolitionContractor:
Plumbing :            C030
Electrical:                     C047
Bid proposals must list the names of the firms who meet the above classification(s).

Bids will be received until November 21, 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 1, 2006
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Don Todd Associates
                              129 Market St
                              Camden, NJ 08102
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 November 8, 2006 to James McElhenny 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, 2006 for a non-refundable fee of $50.00 for each set of documents, during regular business hours, from:
Don Todd Associates
129 Market Street
Camden, New Jersey 08102
856-365-3330
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.

In addition to all other requirements listed above, the NJSCC 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 NJSCC.

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 NJSCC, please visit us at “www.njscc.com”.
DATE ADVERTISED: October 24, 2006
Top of Page04/19/2024