SBE SET-ASIDE Transformer Replacement/Relocation

Location: New Jersey
Posted: Mar 21, 2025
Due: May 14, 2025
Agency: State Government of New Jersey
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Solicitation No: WT-0024-N01
Publication URL: To access bid details, please log in.
contract no. rebid no. district general description advertisement date proposal Prebid Conference date due date bid open addendum #
WT-0024-N01 Trenton SBE SET-ASIDE Transformer Replacement/Relocation 03/21/2025 04/10/2025 05/14/2025 05/14/2025 NA

Attachment Preview

Contract No.
WT-0024-N01
Contract Name
Trenton – Grace Dunn Middle School
Transformer Replacement/Relocation
School District
Trenton
Construction Cost
Estimate Range
$200,000 - $300,000
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 Grace Dunn
Middle School Transformer Replacement/Relocation project in Trenton, NJ.
Brief Description of Work:
The Scope of Work associated with this project consists of a Transformer Replacement / Relocation service
including but not limited to: coordination with PSE&G, installation of new primary and secondary trenched
connections for the new transformer, new PSE&G approved pad for a new transformer, backfilling, grading and
restoration of the site to a documented condition.
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):
Electrical Contractor with a DPMC Classification and NJSDA Prequalification of C047 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 Electrical Contractor:
Site Work
C054
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 Trade(s) or
required to engage a subcontractor(s) classified in the following DPMC and NJSDA Specialty
Trade(s) if not possessed by the General Construction Contractor:
Electric
C047
OR
Site Work Contractor with a DPMC classification and NJSDA prequalification of C054 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 Site Work Contractor:
Electric
C047
PLEASE BE ADVISED THAT IN ADDITION TO ALL OTHER REQUIREMENTS LISTED, IT IS
REQUIRED THAT AT THE TIME OF SUBMISSION OF THE PROJECT RATING PROPOSAL AND
THE PRICE PROPOSAL, THE BIDDER MUST BE CLASSIFIED WITH THE NEW JERSEY
DEPARTMENT OF THE TREASURY-DIVISION OF REVENUE AND ENTERPRISE SERVICES, AS A
CATEGORY 4, CATEGORY 5 OR CATEGORY 6 SMALL BUSINESS ENTERPRISE.
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.
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 April 7, 2025, 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. A Mandatory Site Visit will be held as follows:
Mandatory Site Visit Date:
Mandatory Site Visit Time:
Mandatory Site Visit Location:
April 10, 2025
11:00 AM (local time)
Grace Dunn Middle School
401 Dayton Street
Trenton, NJ 08610
(actual site is Virginia Avenue and Stanton Street)
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.
C. Plans and specifications will be made available through a controlled-access website to prequalified firms
that have submitted a PRP, and that have attended the mandatory site visit.
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 April
23, 2025 to Alison Perry at aperry@njsda.gov.
All responses to such Bidders’ Questions shall be in the form of written Addenda.
D. Bids shall be submitted online at Bid Express and will be received until May 14, 2025 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: March 21, 2025
This is the opportunity summary page. It provides an overview of this opportunity and a preview of the attached documentation.
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 Aviation Research BAA 2025 Active Contract Opportunity Notice ID 692M15-25-R-00004 Related Notice

TRANSPORTATION, DEPARTMENT OF

Bid Due: 12/02/2029

Follow ESSM MK 39 and MK 40 for Chile Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/20/2025

Bid Number: ENGRG-21-20 Bid Title: ENGRG-21-20 RESURFACING/SAFETY IMPROVEMENTS ELK RD BWTN BRIDGETON PIKE

Gloucester County

Bid Due: 5/20/2025

2025 RFP - Metuchen Municipal Pool Concession Rebid

Metuchen borough

Bid Due: 5/28/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for 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.