TITLE OPS No. A4171 - Assessment and Programming

Agency: New Jersey Turnpike Authority (NJTA)
State: New Jersey
Type of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
Posted: Dec 22, 2023
Due: Jan 11, 2024
Publication URL: To access bid details, please log in.
OPS No. A4171 - Assessment and Programming

Request for Expressions of Interest

Order for Professional Services No. A4171

Assessment and Programming for Water and

Sewer Facility Upgrades at Various Locations

EOI’s are due no later than 10:00 a.m. on January 11, 2024

Attachment Preview

December 22, 2023
To:
ALL QUALIFIED FIRMS
Subject:
REQUEST FOR EXPRESSIONS OF INTEREST
ORDER FOR PROFESSIONAL SERVICES NO. A4171
Assessment and Programming for Water and Sewer Facility Upgrades at Various Locations
Enclosed (See Attachment A) herewith is a Request for Expressions of Interest (RFEOI) by the New Jersey Turnpike Authority
(Authority) for professional engineering services required to prepare an Existing Conditions Report, a Needs Assessment Report,
and an Alternative Analysis Report on the specified Authority facilities at the various locations. 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 Codes:
Profile Code(s)
A540
A541
C420
Description(s)
Water Treatment Facilities
Water Supply and Distribution Systems
Wastewater Treatment Facility: Design
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.
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.
Request for Expressions of Interest
OPS No. A4171
Assessment and Programming for Water and Sewer Facility
Upgrades at Various Locations
Page 2 of 36
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
This Request for Expressions of Interest (RFEOI) sets forth the requirements and anticipated services for OPS No. A4171, which
consists of professional engineering services required to perform the assessment and programming for future facilities
improvements to the water and sewer infrastructure at various Authority locations. The study shall include the preparation of three
distinct reports for each location: an Existing Conditions Report, a Needs Assessment Report, and an Alternative Analysis Report.
These reports shall be used by the Authority in the development of long-range facilities improvement projects. The Facilities &
locations to be covered in this study shall be all of the Authority Owned Service Areas listed below.
New Jersey Turnpike
Woodrow Wilson Service Area 6N MP 58.7
Molly Pitcher Service Area 7S MP 71.7
Joyce Kilmer Service Area 8N MP 78.7
Grover Cleveland Service Area 10N MP 92.9
Thomas Edison Service Area 10S MP 92.9
Alexander Hamilton Service Area 12S MP 111.6
Vince Lombardi Service Area 13S MP 116E
Cranbury State Police Station MP 71.5S/71.9N
Garden State Parkway
Toni Morrison (Oceanview) MP 18.1
Frank Sinatra (Atlantic City) MP 41.3
Celia Cruz (Forked River) MP 76.0
Judy Blume (Monmouth) MP 100.0
Jon Bon Jovi (Cheesequake) MP 124.0
Whitney Houston (Vauxhall) MP 142.2
Connie Chung (Brookdale South) MP 152.9
Larry Doby (Brookdale North) MP 153.1
James Gandolfini (Montvale) MP 171.0
Required design services include surveys, evaluations, and architectural programming. Each location targeted in this study has
facilities and/or water & sewer infrastructure that have either reached their useful service life or no longer support the type of use
required by Authority. The Consultant shall first survey each location and shall document findings through the Existing Conditions
Report. The Consultant shall determine the needs of the Authority, by location, and shall convey this information through the
Needs Assessment Report. Following this, the Consultant shall develop and present two (2) or three (3) recommended courses
of action for modernizing and improving each location through an Alternative Analysis Report. The Alternative Analysis process
shall consider the findings of the Existing Conditions and Needs Assessments and shall present options that best satisfy the
requirements or requests of the Authority. A final submission shall identify a Preferred Alternative for each location included in the
study.
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. A4171, Kiteworks Information”.
Request for Expressions of Interest
OPS No. A4171
Assessment and Programming for Water and Sewer Facility
Upgrades at Various Locations
Page 3 of 36
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 AM on Thursday, January 11, 2024 as follows: One
(1) PDF copy uploaded to the “EOI” folder on Kiteworks in accordance with the following naming convention: “OPS No.
A4171_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. A4171”, no later than the date and time referenced above.
Late submissions will not be considered and will be returned unopened.
Expressions of Interest 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
U.S. Mail
New Jersey Turnpike Authority
1 Turnpike Plaza
Woodbridge, NJ 07095
Attn: Engineering Department, Facilities
Anthony Emma, Assistant Engineer
New Jersey Turnpike Authority
P.O. Box 5042
Woodbridge, NJ 07095-5042
Attn: Engineering Department, Facilities
Anthony Emma, Assistant Engineer
Inquiries
Inquiries pertaining to this RFEOI are to be directed in writing to Anthony Emma, via e-mail emma@njta.com with a copy to
Gabrielle Coleman at gcoleman@njta.com. The subject line should read “OPS No. A4171, EOI Inquiry”. The deadline for
inquiries is Wednesday, January 3, 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 Thursday, January 4, 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.
Consultant Selection
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).
Request for Expressions of Interest
OPS No. A4171
Assessment and Programming for Water and Sewer Facility
Upgrades at Various Locations
Page 4 of 36
The EOIs will be evaluated and ranked on the basis of numerical scores resulting from pre-established weighted factors. For this
project, the rating factors and their relative weights are:
RATING FACTORS
1. Experience of the Qualified Firm and its Subconsultants
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
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.
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.
3. Key Personnel’s Qualifications and Relevant Experience
The Qualified Firm shall identify the Project Manager 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
Request for Expressions of Interest
OPS No. A4171
Assessment and Programming for Water and Sewer Facility
Upgrades at Various Locations
Page 5 of 36
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.
6. Commitment and Ability to Perform the Project and Outstanding Work with the Authority
The Qualified Firm shall identify its commitment and ability to complete the proposed work as well as any outstanding
work they currently have with the Authority. The Qualified Firm shall provide an explanation of the anticipated project
schedule and demonstrate that the Qualified Firm can commit the required staff resources and management to perform
the assignment. A listing of the Qualified Firm’s facilities, including the address of the office where the project will be
performed, and how they relate to the Qualified Firm’s ability to provide the requested services shall be provided.
Commitment and Ability to Perform the Project
The Qualified Firm shall discuss its commitment and availability of required staff for the assignment as shown on
the completed “Commitments of Proposed Project Staff” and “Certification of Staff Availability” forms.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
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

...# Title Entity Description Type Status Opening Date BID# A18-24 Sewer Inspection System ...

County Camden

Bid Due: 5/08/2024

...-Inch Gravity Sewer BC Utilities Authority 2024-05-10 16:00:00 52 View Opportunity...

Bergen County

Bid Due: 5/10/2024

...Bid Information Type Request for Bid Status Issued Number 2024-04-13 (RE-BID-2024-SANITARY SEWER...

Township of Piscataway

Bid Due: 5/09/2024

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