State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ST-0014-C01 Gloucester City ES/MS Gloucester City
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-0014-C01
Contract Name:                    Demolition of Existing Structures
District:                                 Gloucester
County:                                 Camden
No. of Schools:                    1 (Gloucester City M.S.)
CCE Range:                        $ 900,000 - $1,400,000


Brief description of work: Asbestos abatement, removal of above ground storage tanks, demolition of existing buildings, removal of structures and backfilling of excavations for 85 properties with 64 structures.

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:
Asbestos:                               C092
- OR -

Site 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 Site Demolition Contractor:
Asbestos:                                 C092
Bid proposals must list the names of the firms who meet the above classifications.

Bids will be received until July 28, 2005 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:       July 12, 2005
Pre-Bid Time:       10:00 AM (local time)
Pre-Bid Place:      Parking lot adjacent to 6th Street
                             between Powell and Hunter Streets
                             Gloucester City, 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 July 19, 2005 to Leonard 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
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 July 11, 2005 for a non-refundable fee of $150.00 for each set of documents, during regular business hours, from:
URS Corporation
1650 East Chestnut Avenue
Bldg 5, Suite A
Vineland, NJ 08361
856-405-0330
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: June 30, 2005

Top of Page04/27/2024