TITLE OPS No. T3921 - Design Services

Agency: New Jersey Turnpike Authority (NJTA)
State: New Jersey
Level of Government: State & Local
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD17498030297930133
Posted Date: Apr 12, 2024
Due Date: Apr 29, 2024
Source: Members Only
OPS No. T3921 - Design Services

REQUEST FOR EXPRESSIONS OF INTEREST
Order for Professional Services No. T3921
Design Services for Newark Bay-Hudson County Extension Improvements
Program Section 1, Milepost N0.0 to N1.3

EOI’s are due no later than 10:00 a.m. on April 29, 2024

Attachment Preview

April 12, 2024
To:
ALL QUALIFIED FIRMS
Subject:
REQUEST FOR EXPRESSIONS OF INTEREST
ORDER FOR PROFESSIONAL SERVICES NO. T3921
DESIGN SERVICES FOR NEWARK BAY-HUDSON COUNTY EXTENSION
IMPROVEMENTS PROGRAM, SECTION 1, MILEPOST N0.0 TO N1.3
Enclosed (See Attachment A) herewith is a Request for Expressions of Interest (“RFEOI”) by the New Jersey Turnpike
Authority (Authority) for professional engineering final design services for the replacement of the New Jersey Turnpike
Interchange 14 ramp system from Interchange 14 (Milepost N0.0) to approximately Pier W30 of Structure No. N2.01W
(Milepost N1.3). Henceforth, the project limits as described above will be referenced as Section 1 within the RFEOI
solicitation. In accordance with N.J.A.C. 19:9-2.8(b), this Order for Professional Services (“OPS”) is considered a
Complex 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 Codes
A090
A250
A252
Descriptions
Bridges: New
Fully Controlled Access Highways
Complex Interchanges
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 Successful 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 and 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 of request.
Request for Expressions of Interest
OPS No. T3921
Design Services for Newark Bay-Hudson County Extension
Improvements Program, Section 1, Milepost N0.0 to N1.3
Page 2 of 55
The following attachments are incorporated into and made part of the RFEOI:
ATTACHMENT A – Expression of Interest Submission Requirements (A1).
ATTACHMENT B - Supplemental 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 Procedures.
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 solicited by this RFEOI can be found in Attachment B, Subsection B2 of “Scope of
Services” of this RFEOI.
Project Description
The Newark Bay-Hudson County Extension (NB-HCE) Improvements Program (the “Program”) has been developed
to replace the entire length of the 8.1-mile NB-HCE corridor from New Jersey Turnpike Interchange 14 (Milepost N0.0)
in Newark to the eastern terminus of the New Jersey Turnpike Authority’s jurisdiction at Jersey Avenue (Milepost N8.1)
in Jersey City. The NB-HCE is a primary corridor connection from the region to ports terminals, major residential and
commercial developments, and New York City via the Holland Tunnel. The existing structures that carry the mostly
elevated NB-HCE roadway, originally constructed circa 1956, are nearing the end of their serviceable life. The Program
corridor runs through Essex and Hudson Counties which includes three (3) municipalities: Newark, Bayonne, and
Jersey City. The Program will address the integrity of the roadway and structures, the need to improve regional mobility,
as well as the need to improve safety. The preliminary engineering design and initial environmental services for the
Program are anticipated to be completed by late 2024. The Authority has engaged a Program Manager (PM Team)
for the Program.
The Authority’s highest priority of the Program is to replace the existing Newark Bay Bridge and move both directions
of NB-HCE traffic off of the existing structure to a new Westbound Newark Bay Bridge by July 1, 2031. Subsequently,
a new Eastbound Newark Bay Bridge will be available for traffic by July 3, 2036, at which time the final dedicated
westbound and eastbound traffic configurations will be implemented.
The work to be performed by the Successful Qualified Firm under this OPS consists of professional engineering
services for final design of Section 1 of the Program. Section 1 comprises the replacement the New Jersey Turnpike
Interchange 14 ramp system, inclusive of Ramps TNO, TH, HXT, HS, NOH, HLT, HNO, SH, SIT, SIH, and SOH, and
the HEW and HWE approach roadways and associated structures from Interchange 14 (Milepost N0.0) to
approximately Pier W30 of Structure No. N2.01W (Milepost N1.3).
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 electronically in the “Reference Materials” folder
on Kiteworks.
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. T3921, Kiteworks Information.”
Request for Expressions of Interest
OPS No. T3921
Design Services for Newark Bay-Hudson County Extension
Improvements Program, Section 1, Milepost N0.0 to N1.3
Page 3 of 55
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 Monday, April 29, 2024.
EOIs are to be submitted as follows: One (1) PDF copy uploaded to the “EOI” folder on Kiteworks in accordance with
the following naming convention: “OPS No. T3921_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. T3921”, no later than the date and time referenced above. Late submissions will not be considered and
will be returned unopened.
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, Highway Design
Anne Sinagra, P.E., Project Engineer
New Jersey Turnpike Authority
P.O. Box 5042
Woodbridge, NJ 07095-5042
Attn: Engineering Department, Highway Design
Anne Sinagra, P.E., Project Engineer
Inquiries
Inquiries pertaining to this RFEOI are to be directed in writing to Anne Sinagra, via e-mail to sinagra@njta.com with a
copy to Dawn Margolis at margolis@njta.com. The subject line should read “OPS No. T3921, EOI Inquiry”. The
deadline for inquiries is April 19, 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 April 23, 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.
Once the EOIs have been evaluated for completeness, the Authority will create a list of Qualified Firms that shall
receive the Request for Technical and Sealed Fee Proposals. (“RFP”). A Review Committee will evaluate the technical
qualifications and experience of each Firm and its project team and will rank the Firms. The evaluation and ranking of
the EOIs will serve as a method by which to create a list of Firms most highly qualified to perform the project, in
accordance with N.J.A.C. 19:9-2.8(e), who will receive Requests for Technical and Sealed Fee Proposals.
The EOIs will be evaluated and ranked on the basis of numerical scores resulting from pre-established weighted rating
factors 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. T3921
Design Services for Newark Bay-Hudson County Extension
Improvements Program, Section 1, Milepost N0.0 to N1.3
Page 4 of 55
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
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 (including subconsultants) and its relevance to the proposed assignment.
It shall identify the Qualified Firm or subconsultants’ 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 must2 explain its rationale and identify/demonstrate the benefit the individual brings to the assignment.
The resume of the Project Manager proposed and 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 Professional Engineer licensed in the State of
New Jersey and shall not be removed from or replaced on this assignment without prior approval of the Authority.
Request for Expressions of Interest
OPS No. T3921
Design Services for Newark Bay-Hudson County Extension
Improvements Program, Section 1, Milepost N0.0 to N1.3
Page 5 of 55
3. Key Personnel’s Qualifications and Relevant Experience
The Qualified Firm shall identify Key Personnel that will be assigned to the project and their role and responsibilities
specific to the assignment. Key Personnel are those individuals essential to carrying out the scope of services.
Key Personnel shall include those staff that will lead a primary discipline such as structures, civil, traffic,
geotechnical, environmental, and other critical roles as deemed appropriate by the Qualified Firm to successfully
perform the scope of services to completion. A Constructability Engineer responsible for the constructability and
erection analysis, staging and construction sequencing of the Interchange 14 demolition and construction shall be
included with Key Personnel. The role of Deputy Project Manager(s), if proposed by the Qualified Firm, shall be
included with Key Personnel.
The resumes of Key Personnel proposed and included in the EOI shall be clear, dated and detailed to the related
assignment experience. Information concerning their education, credentials and work experience should be
provided along with contact/reference information (name and phone number) for each project. The Qualified Firm
shall discuss the individuals proposed for the assignment (including subconsultants) and identify how their
education, credentials and work experience are applicable to their role on the assignment.
Key personnel, as defined above, proposed shall be a Professional Engineer licensed in the State of New Jersey
and shall not be removed from or replaced on this assignment without prior approval of the Authority.
4. Understanding of the Project and the Authority’s Needs
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 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.
The estimated total construction cost for the project improvements is between $1.75 billion and $2.25 billion.
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.
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
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >