TITLE OPS No. P4194 - Design Services

Agency: New Jersey Turnpike Authority (NJTA)
State: New Jersey
Type of Government: State & Local
NAICS Category:
  • 541191 - Title Abstract and Settlement Offices
  • 541310 - Architectural Services
  • 541330 - Engineering Services
Posted Date: Mar 28, 2024
Due Date: Apr 18, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
OPS No. P4194 - Design Services

Request for Expressions of Interest

Design Services for Contract No. P200.808

Shoulder Erosion Improvements, Milepost 154 to 156

EOI’s are due no later than 10:00 a.m. on April 18, 2024

Attachment Preview

Request for Expressions of Interest
OPS No. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Page 1 of 43
March 28, 2024
To:
ALL QUALIFIED FIRMS
Subject:
REQUEST FOR EXPRESSIONS OF INTEREST
ORDER FOR PROFESSIONAL SERVICES NO. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Enclosed (See Attachment A) herewith is a Request for Expressions of Interest (“RFEOI”) by the New Jersey Turnpike
Authority (Authority) for professional engineering design services to provide for contract documents to improve the
Parkway Southbound median from Milepost 154.7 to 155.4. In accordance with N.J.A.C. 19:9-2.8(b), this Order for
Professional Services (“OPS”) is considered a Simple procurement.
To be considered as eligible and qualified to submit an Expression of Interest (“EOI”) for the professional engineering
services being solicited in this RFEOI, a Firm must be prequalified in the following Profile Code:
Profile Code
A250
Description
Fully Controlled Access Highways
A Qualified Firm, eligible to submit an EOI for this RFEOI solicitation, is one that has a current “Professional Service
Prequalification Questionnaire” (“PSPQ”) package on file with the Authority prior to submission of the EOI. A current PSPQ
is one that has been on file with the Authority for no more than 24 months, or in certain cases for no more than 12 months.
Prequalification is not required for subconsultants. Prequalification is required for Joint Ventures.
A list of Qualified Firms eligible to submit an EOI for the above referenced assignment is attached (See Attachment B4).
*Joint Ventures (*Qualified Firms interested in submitting an EOI as a Joint Venture must be prequalified as a Joint
Venture with the Authority) that meet all Profile Code requirements are also eligible to submit an EOI.
The Authority is seeking participation of Small Business Enterprises (SBEs) as subconsultants to the Qualified Firm that
is awarded a contract under this RFEOI (the “Successful Qualified Firm”). The SBE project goal is 25%. The Authority
has also adopted a Disabled Veteran Owned Business (DVOB) Enterprise Program (the “DVOB Program”) pursuant to
which the Success Qualified Firm must make a good faith effort to award at least three (3) percent of the assignment to
DVOBs, all as more fully described in this RFEOI. See Attachment “C”, Subsection C12, “Small Business
Enterprise/Disabled Veteran-Owned Business Programs”.
All submittals required pursuant to N.J.S.A. 19:44A-20.13 to 20.25 (P.L. 2005, c.51), N.J.S.A. 19:44-20.26 (P.L. 2005,
c.271s.2), P.L. 2023, c.30 (The Elections Transparency Act) and Executive Order 333 (2023 Murphy) will be requested
from the Successful Qualified Firm only. The relevant forms will be transmitted to the Successful Qualified Firm by the
Authority and are to be returned to the Authority within five (5) business days from receipt.
Request for Expressions of Interest
OPS No. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Page 2 of 43
The following attachments are incorporated into and made part of the RFEOI:
ATTACHMENT A – Expression of Interest and Fee Proposal Submission Requirements (A1 and A2).
ATTACHMENT B - Standard Information (B1 through B4).
ATTACHMENT C - Standard Supplemental Information and Forms (C1 through C13(k)).
ATTACHMENT D - N.J.A.C. 19:9-2.8 Procedures for Prequalification and Award of Contracts for Architectural,
Engineering and Land Surveying Services.
Staff Qualifications
It will be the Successful Qualified Firm’s responsibility to ensure that the project is fully and adequately staffed for the
successful completion of the project.
A description of services being solicitated by this RFEOI can be found in Attachment B, Subsection B2 “Scope of Services”
of this RFEOI.
Project Description
The Parkway Southbound median from Milepost 154.7 to 155.4 is experiencing extensive erosion which has resulted in
drop-offs along the left shoulder and pavement instability. The left shoulder in many locations within the referenced limits
is less than two-feet (2’) in width. The Authority has evaluated the median and provided conceptual alternatives for
consideration. Based on the evaluation of these alternatives, asphalt millings were installed as the temporary solution to
address pavement edge instability resulting from the median erosion while a permanent solution is developed.
The work to be performed by the Successful Qualified Firm for this OPS consists of professional engineering design
services for the development of construction documents to provide a five-foot (5’) wide full depth paved left shoulder along
the Southbound Parkway within the referenced limits. The assignment will also require the evaluation of the existing
stormwater collection system, the need for stormwater management and roadside barrier upgrades within the median.
The Authority will utilize a Secure File Sharing site (“Kiteworks”) to share with and receive information from the Qualified
Firms. Access to Kiteworks will be provided to the Qualified Firms via e-mail. Reference materials (preliminary plans,
studies, reports, etc.) for this RFEOI will be made available for review in the “Reference Materials” folder.
If there are any questions or issues related to Kiteworks, please contact Jennifer Romero via e-mail at jromero@njta.com.
The subject line should read “OPS No. P4194 Kiteworks Information”.
Submission Requirements for Expression of Interest
Qualified Firms that are interested in being considered to perform these services as specified in the RFEOI, must submit
a total of five (5) copies of their Expression of Interest (EOI), no later than 10:00 A.M. on Thursday April 18, 2024 as
follows: One (1) PDF copy uploaded to the “EOI” folder on Kiteworks in accordance with the following naming convention:
“OPS No. P4194_EOI_Qualified Firm Name”; and four (4) hard copies of the EOI shall be delivered to the Authority’s
Headquarters, clearly marked with the Qualified Firm’s name and the words, “EOI, OPS No. P4194”, no later than the date
and time referenced above. Late submissions will not be considered and will be returned unopened.
Request for Expressions of Interest
OPS No. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Page 3 of 43
EOIs received by the date and time specified above, will be publicly opened by conference call only. Conference call
details are available on the Authority’s website at https://www.njta.com/doing-business/current-solicitations.
For anyone who wishes to participate, conference call access shall be open five (5) minutes prior to the EOI opening and
shall remain open until all submitted proposer firm names have been read.
Expressions of Interest shall be delivered/addressed as follows:
Hand or Overnight Delivery
US Mail
New Jersey Turnpike Authority
1 Turnpike Plaza
Woodbridge, NJ 07095
Attn: Engineering Department, Highway Design
Daniel DeStefano, Project Engineer
New Jersey Turnpike Authority
P. O. Box 5042
Woodbridge, NJ 07095
Attn: Engineering Department, Highway Design
Daniel DeStefano, Project Engineer
Inquiries
Inquiries pertaining to this RFEOI are to be directed in writing to Daniel DeStefano via e-mail destefano@njta.com with a
copy to Dawn Margolis at margolis@njta.com. The subject line should read “OPS No. P4194, EOI Inquiry”. The deadline
for inquiries is Wednesday April 10, 2024. The Authority will respond to all written inquiries received by the deadline.
Each inquiry will be stated, and a written response provided. Responses will be posted on the Authority’s website
under Doing Business, Current Solicitations on or before Friday April 12, 2024.
Qualified Firms will be responsible for submitting their EOIs in accordance with this RFEOI and any modifications, revisions
and/or clarifications to this RFEOI as may be issued by the Authority.
Selection of Qualified Firm
Upon receipt of the EOIs, and in accordance with N.J.A.C. 19:9-2.8(e), the Authority will review each Qualified Firm’s
submission for completeness and shall reject those EOIs that are incomplete. The Authority shall notify all Firms whose
EOIs are determined to be incomplete in writing.
The EOI Evaluation Committee shall rank each Qualified Firms Expression of Interest on the basis of numerical scores
using the eight (8) rating factors and relative weights specified below, in accordance with N.J.A.C. 19:9-2.8(e), and final
selection shall be made in accordance N.J.A.C. 19:9-2.8(g).
The EOIs will be evaluated and ranked on the basis of numerical scores resulting from pre-established weighted factors.
Request for Expressions of Interest
OPS No. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Page 4 of 43
For this project, the rating factors and their relative weights are:
RATING FACTORS
1. Experience of the Qualified Firm and its Subconsultants on Similar
Projects
2. Experience of the Project Manager on Similar Projects
3. Key Personnel’s Qualifications and Relevant Experience
4. Understanding of the Project and the Authority’s Needs, and
Reasonableness of Staffing Estimate
5. Approach and Methodology in Performing the Services Required
6. Commitment and Ability to Perform the Project and Outstanding Work
with the Authority
7. Commitment to Quality Management
8. Attainment of DVOB and SBE Participation Goals
WEIGHT (%)
15
15
15
15
15
10
10
5
100%
POINTS
45
45
45
45
45
30
30
15
300
Rating Factors (to be summarized in the Letter of Interest):
1. Experience of the Qualified Firm and its Subconsultants on Similar Projects
The Qualified Firm shall provide information on past projects which it has performed that demonstrate similar
service of those required for this assignment. Each project listed shall include a brief description of the project
scope performed by the Qualified Firm and its relevance to the proposed assignment. It shall identify the Qualified
Firm’s office(s) the work was performed from, the date (time frame) the services were performed, magnitude and
cost of the project, and contact/reference information for each project listed.
Recent Authority Project Experience Form identifying all Authority projects on which the Qualified Firm is currently
working or have been completed (closed out) within the previous five (5) year period. A separate form shall be
provided for the prime Qualified Firm and for each subconsultant.
2. Experience of the Project Manager on Similar Projects
The Qualified Firm shall identify the Project Manager that will be assigned to the project and identify the individual’s
education, credentials, and work experience. The Qualified Firm should discuss the proposed Project Manager’s
experience and its application to the assignment. The Qualified Firm shall review the criteria set forth by the
Authority in the RFEOI in consideration of the person proposed for the assignment. If the Qualified Firm is
proposing an individual with credentials considerably different than those identified by the Authority, the Qualified
Firm must explain its rationale and identify/demonstrate the benefit the individual brings to the assignment.
The resume of the Project Manager proposed, included in the EOI, shall be clear, dated and detailed to the related
assignment experience. References shall be furnished for each project listed (include date when work performed
and relevance to subject assignment and at least one contact name and phone number for each project). Unless
otherwise noted, the Project Manager shall be a licensed Professional Engineer.
Request for Expressions of Interest
OPS No. P4194
Design Services for Contract No. P200.808
Shoulder Erosion Improvements, Milepost 154 to 156
Page 5 of 43
3. Key Personnel’s Qualifications and Relevant Experience
The Qualified Firm shall identify the Project Engineer and/or other key personnel that will be assigned to the project
and their role and responsibilities specific to the assignment. Information concerning their education, credentials
and work experience should be provided along with contact/reference information. The Qualified Firm shall
discuss the individuals proposed for the assignment and identify how their education, credentials and work
experience are applicable to their role on the assignment.
The resumes of key personnel proposed, included in the EOI shall be clear, dated and detailed to the related
assignment experience. References shall be furnished for each project listed (include at least one contact name
and phone number for each project).
4. Understanding of the Project and the Authority’s Needs, and Reasonableness of Staffing Estimate
Provide an explanation of the Qualified Firm’s understanding of the project and Authority’s needs required for the
successful completion of the assignment. Provide a summary of the Qualified Firm’s qualifications, and state how
they relate to the Qualified Firm’s ability to provide the requested services. Through attached organizational chart
and resumes identify the person(s), or subconsultant(s), responsible for each division of the assignment and their
relevant experience.
Understanding of the Project
The Qualified Firm shall provide information to demonstrate that it fully understands the overall objective of the
project and why the Authority is undertaking the assignment. This may include discussions providing background
information on the need for the project, its effect on the Authority’s facilities, and impact on the overall
transportation network. Qualified Firms should demonstrate specific first-hand knowledge of the location affected
by the project and the long-term effects the project has on the Authority, its patrons, or other relevant issues.
Understanding of the Authority’s Needs
The Qualified Firm shall demonstrate that it fully understands the needs of the Authority as it relates to the specific
scope-of-work identified in the RFEOI. The Qualified Firm must confirm the deliverables and the schedule for
design and construction associated with project specific deliverables. The Qualified Firm should also discuss
project management items, including deliverables such as submittal of wage rate approvals and invoicing.
Reasonableness of Staffing Estimate
The Qualified Firm shall demonstrate through an attached Staffing Estimate the workhours required for this
assignment, including any work anticipated to be performed by subconsultants. The staffing schedule shall follow
the guidelines set forth herein and sample in Attachment B, Subsection B3.
5. Approach and Methodology in Performing the Services Required
The Qualified Firm shall identify the major tasks comprising the project and describe in detail how they will be
accomplished. Provide an explanation of the process the Qualified Firm will use to schedule, manage, and perform
the required tasks within the scope of services and identify the key milestones and the project’s critical path. The
Qualified Firm shall identify key issues and potential problems and discuss alternatives and options which would
lead to resolution. The Qualified Firm should discuss innovative concepts with cost benefits and/or accelerated
project delivery, where applicable. The subconsultant roles, value to the team/project, and reporting relationship
shall be clearly identified.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

2023-RFQ-198 - Heavy Civil Engineering & Design Services for the New Jersey Wind

State of New Jersey

Bid Due: 5/13/2024

2023-RFQ-198 - Heavy Civil Engineering & Design Services for the New Jersey Wind

State of New Jersey

Bid Due: 5/30/2024

OPS No. T4231 - Design Services Request for Expressions of Interest Order for

New Jersey Turnpike Authority (NJTA)

Bid Due: 5/06/2024

Bid Solicitation # 24DPP00978 Bid Solicitation # 24DPP00978 Alternate Id Blanket # Blanket

State of New Jersey

Bid Due: 6/19/2024