State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ES-0042-A01 Orange High School - Addition & Renovation Orange

ADVERTISEMENT
NOTICE OF REQUEST FOR PROPOSALS ("RFP")
DESIGN CONSULTANT SERVICES FOR
ORANGE HIGH SCHOOL


The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure Design Consultant services that will provide viable, cost effective solutions for the Orange High School Addition and Renovation project. The Request for Proposals ("RFP") defines the steps needed for participation in this procurement, and is issued pursuant to the Authority's regulations governing the procurement of professional services consultants, N.J.A.C. 19:38C-1 et seq.

Contract No.:                        ES-0042-A01
Contract Name:                    Design Consultant Services for Orange
                                              High School Addition and Renovation Project

Brief Description of Work:

The scope of services is for the engagement of a Design Consultant for Predesign Phase Services, and at the NJSDA's option, engagement for the Design and Construction Administration Phase Services related to the following scopes of work:

  •      Limited renovations at the existing Orange HS.
  •      Construction of an approximately 38,000 square foot, two story addition, consisting of 16 classrooms,          auxiliary gymnasium, and media center.
  •     Construction of an enclosed circulation link between the Orange High School and the Orange Preparatory          Academy.
  •     Investigation of a list of identified conditions in the exisitng HS, which may result in the incorporation of a          solution within the project scope.
  • Copies of the RFP documents can be downloaded by clicking the link below:

    Click here for electronic copies.

    Mandatory Pre-Bid Conference and Site Visit:

    Any firm wishing to submit a proposal must attend a Mandatory Pre-Bid Conference and Site Visit at 11:00 AM Eastern Time on January 9, 2015 at Orange High School, 400 Lincoln Avenue, Orange, NJ 07050. In the event that the NJSDA determines, at its sole discretion, that additional pre-bid meetings need to be held in order to increase the pool of bidders, it shall schedule subsequent pre-bid meetings.

    Questions from Interested Firms:

    Firms may submit written questions regarding this procurement to the NJSDA by sending them by e-mail to Dave Kutch at dkutch@njsda.gov no later than 5:00 PM Eastern Time on January 16, 2015. The questions and NJSDA answers will be provided via an addendum to the RFP to each firm attending the Mandatory Pre-Bid Conference and Site Visit.

    To Participate in the Selection Process:

    1.     Any firm responding to this RFP must be prequalified by the Department of Treasury, Division of Property Management and Construction ("DPMC) and the NJSDA in the Architecture (P001) discipline with a rating of UNLIMITED as of the due date for responses to the RFP.

    In addition, the responding firm must be prequalified by DPMC and NJSDA in the following required disciplines OR must identify as part of their Team subconsultants prequalified by DPMC and NJSDA in the following required disciplines as of the due date for the RFP:

    P002 Electrical Engineering
    P003 HVAC Engineering
    P004 Plumbing Engineering
    P005 Civil Engineering
    P007 Structural Engineering
    P011 Environmental Engineering


    The identified subconsultant(s) shall be engaged by the responding firm, as appropriate to the particular scope of services for this engagement, in accordance with the terms and conditions of the Agreement. RFP submissions must include, in the identification of Key Team Members, the names of any subconsultant firms that are proposed to meet the above prequalification criteria.

    In accordance with NJAC 19:38A-2.1, all subconsultants of any tier in the DPMC Disciplines listed below, whose contract is in an amount which is equal to or greater than $500,000, must be prequalified by DPMC and the NJSDA.

    P001 Architecture
    P002 Electrical Engineering
    P003 HVAC Engineering
    P004 Plumbing Engineering
    P005 Civil Engineering
    P007 Structural Engineering
    P011 Environmental Engineering
    P015 Land Surveying
    P029 Construction Management
    P038 Asbestos Safety Control Monitoring
    P066-P103 Materials Testing Laboratories


    Responding firms are directed to Section 2.2 of the RFP regarding required Key Team Members. All required Key Team Members must be identified on the Form 201, provided with the RFP, and a Form 202, provided with the RFP, must be submitted for each required Key Team Member.

    Failure to identify required Key Team Members and/or failure to provide resumes for Key Team Members will result in rejection of the Technical Proposal as non-responsive and will disqualify the responding firm from further participation in this procurement.

    2.     Proposing Firms are prohibited from identifying an individual as Project Manager or Project Architect if that individual:

    a.     Is currently performing as a Project Manager or Project Architect in an existing SDA project that has not yet reached Substantial Completion; OR

    b.    Has been identified as a Project Manager or Project Architect in the Proposal in response to any other active SDA procurement for which an award has yet to be made.

    Based upon current projections, NJSDA plans to initiate solicitations for design services for several projects in the first quarter of 2015, inclusive of the Orange High School Addition-Renovation Project, and currently plans to seek proposals from design consultants with unlimited ratings for the following projects:

      *    Orange Cleveland ES Addition-Renovation Project
      *    Camden High School Facilities Conditions Project
      *    Pemberton Denbo-Chrichton School Facilities Project

    The projected procurement activity is provided for informational purposes only, and is subject to change.


    Failure to comply with the above Key Team Member identification requirements will result in rejection of the Technical Proposal as non-responsive and will disqualify the responding firm from further participation in this procurement.

    3.     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.

    4.      The NJSDA requires the consultant to provide opportunities to SBE firms to participate in the performance of this engagement.

    5.      To participate in the selection process, interested firms must submit a Technical Proposal (one unbound original, five bound copies and two full cover-to-cover copies in PDF format on electronic media (CD or comparable)) and a Fee Proposal (one unbound original in a separate sealed envelope) no later than 4:30 PM Eastern Time on February 11, 2015 as follows:

    If submitting by hand or overnight delivery, at the:

    NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
    32 East Front Street
    Trenton, New Jersey 08625-0991
    Attention: Dave Kutch, Sr. Procurement Analyst
    Subject: Design Consultant Services - ES-0042-A01

    If submitting by U.S. Mail, address packages to:

    NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY
    P.O. Box 991
    Trenton, New Jersey 08625-0991
    Attention: Dave Kutch, Sr. Procurement Analyst
    Subject: Design Consultant Services - ES-0042-A01

    IMPORTANT NOTE: Faxed or e-mailed Proposals will not be accepted. Proposals received after the above date and time will be returned unopened.

    Selection Process:

    Responsive Technical Proposals will be evaluated by the Selection Committee. The Selection Committee will evaluate responsive Technical Proposals based upon the information provided by a firm in response to the RFP, and any necessary verification thereof. Submissions shall be evaluated on the following Evaluation Criteria:

    •     Team Design Consultant Experience (20 points)
    •     Key Team Member Qualifications (20 points)
    •     Team Approach to Pre-Design Phase Services (15 points)
    •     Team Approach to Design Phase Services (15 points)
    •     Team Approach to Construction Phase Services (10 points)
    •     Team Approach to Minimizing Potential for Change Orders (10 points)
    •     Team Approach to Achieving LEED Certification (10 points)

    The responsive Technical Proposals will be ranked on the basis of such scores, and a shortlist of the (6) most highly-ranked Firms will be determined and notified. The shortlisted Firms will participate in Interviews with the Selection Committee and will be separately scored on the basis of the Interview. The Selection Committee will Interview each of the shortlisted Firms and evaluate each Firm on Interview Criteria that are the same as those used in the evaluation of the Technical Proposals, as follows:

    •     Team Design Consultant Experience (20 points)
    •     Key Team Member Qualifications (20 points)
    •     Team Approach to Pre-Design Phase Services (15 points)
    •     Team Approach to Design Phase Services (15 points)
    •     Team Approach to Construction Phase Services (10 points)
    •     Team Approach to Minimizing Potential for Change Orders (10 points)
    •     Team Approach to Achieving LEED Certification (10 points)


    The scores for the written Technical Proposal submission and the Interview will be averaged to arrive at a "Final Combined Score."

    Based on the final ranking of firms using the "Final Combined Scores," the Authority will enter into negotiations with the most highly-ranked Firm to arrive at a lump-sum fee for the specified Predesign Services consistent with the hourly rates established in the Agreement. Should the NJSDA be unable to negotiate a satisfactory lump-sum fee with the most highly-ranked Firm, the NJSDA shall terminate negotiations with the most highly-ranked Firm and shall then undertake negotiations with the second most highly-ranked Firm. Failing accord with the second most highly-ranked Firm, the NJSDA shall terminate negotiations with the second most highly-ranked Firm and shall then negotiate with the third most highly-ranked Firm. In the event that the NJSDA is unable to reach a satisfactory accord with any of the three most highly-ranked Firms, the NJSDA may select additional Firms in order of their ranking and continue negotiations until an accord is reached or, at its option, the NJSDA may reject all Proposals.

    Following successful negotiation of a lump-sum fee for the specified Predesign Services, the selected Firm will be issued a Notice of Award for Design Consultant Services (the Agreement) and, upon satisfactory completion of all specified pre-award requirements, will be issued a Notice to Proceed with Predesign Services. Following completion and acceptance of Predesign Services, the NJSDA may, at its sole discretion, negotiate fees for remaining Design Consultant Services with the awarded Firm.

    The NJSDA has no obligation to award a contract and reserves the right to waive any non-material defects, reject any or all proposals for any reason in accordance with law, and/or terminate the selection process at any time.

    DATE ADVERTISED: December 30, 2014

    Top of Page04/26/2024