State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
CA-0018-P01 Lanning ES 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-0018-P01 RB1
Contract Name:                    Demolition
District:                                 Camden
County:                                 Camden
No. of Schools:                    1 (Lanning Square E.S.)
CCE Range:                        $ 500,000 - $525,000


Brief description of work: Demolition of one building: elementary school building, two story, slab on grade reinforced concrete structure with masonry infill, approximately 76,422 sq.ft., built in 1966. Demolition Contractor must be registered as a SBE by the Department of Commerce by the time of award.

PLEASE BE ADVISED THAT IN ADDITION TO ALL OTHER REQUIREMENTS LISTED, IT IS REQUIRED THAT PRIOR TO THE AWARD OF THIS PROJECT, THE RESPONSIVE, LOW BID DEMOLITION CONTRACTOR MUST BE CLASSIFIED WITH THE NEW JERSEY DEPARTMENT OF COMMERCE AS A CATEGORY 4 OR CATEGORY 5 SMALL BUSINESS ENTERPRISE.

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):

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 Demolition Contractor:
Plumbing:         C030
Electrical:         C047
Abatement:         C092

Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until October 5, 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:       September 22, 2004
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Don Todd Associates
                    433 Market Street, Suite 202
                             Camden, NJ 08102
In addition to the mandatory pre-bid conference, all bidders on this project will be required to complete a project rating proposal and submit the completed project rating proposal by 5:00 PM (local time) on September 28, 2004 to Lenny Cinaglia 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
Third 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 September 15, 2004 for a non-refundable fee of $50.00 for each set of documents. Bidder must call Don Todd Associates one day in advance prior to picking up drawing set(s)and must indicate how many sets are desired:
Don Todd Associates
433 Market Street, Suite 202
Camden, NJ 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 the Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, to be engaged as a prime or subcontractor for this engagement. The Regional PMF or the sub-consultants to the Regional PMF, who provide services to the NJSCC for the above school district, shall not submit or be named in a bid for this engagement.

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: September 3, 2004
Top of Page04/24/2024