State of New Jersey - NJ Schools Development Authority
Contract No. Contract Name & Location School District
ST-0046-A01 Millville Senior High School Millville

ADVERTISEMENT
NOTICE OF REQUEST FOR PROPOSALS ("RFP")
BRIDGING DESIGN CONSULTANT SERVICES FOR
MILLVILLE SENIOR HIGH SCHOOL AND LAKESIDE MIDDLE SCHOOL


The New Jersey Schools Development Authority (“NJSDA”) is seeking to procure Design Consultant services that will provide viable, cost effective solutions for the Millville Senior High School and Lakeside Middle School projects. 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.:                        ST-0046-A01
Contract Name:                    Bridging Design Consultant Services for Millville Senior
                                                High School and Lakeside Middle School
CCE:                                      $73,500,000 (combined CCE for both schools)

Brief Description of Work:

The scope of services includes predesign, design, and design-build phase services related to the following scopes of work:

  •      Additions and Renovations to Millville Senior High School (Conversion to Middle School)

  •      Additions and Renovations to Lakeside Middle School (Conversion to High School)

    Copies of the RFP documents can be downloaded by clicking the link below:

    Click here for electronic copies.

    Mandatory Site Visit:

    Any firm wishing to submit a proposal must attend a Mandatory Site Visit at 1:30 PM Eastern Time on January 7, 2014 at Millville Senior High School, 200 North Wade Boulevard, Millville, NJ.

    Questions from Interested Firms:

    Firms may submit questions to the NJSDA by sending them by e-mail to James McElhenny at jmcelhenny@njsda.gov no later than 5:00 PM Eastern Time on January 15, 2014. The questions and NJSDA answers will be provided electronically to each firm attending the Mandatory 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 each of the following required disciplines OR must identify, on the Form 204 provided with the RFP, the following Subconsultants properly prequalified in each of the following required disciplines as of the due date for this RFP:

    P002 Electrical Engineering
    P003 HVAC Engineering
    P004 Plumbing Engineering
    P005 Civil Engineering
    P007 Structural Engineering
    P011 Environmental Engineering
    P019 Building Commissioning
    P025 Estimating/Cost Analysis
    P037 Asbestos Design
    P038 Asbestos Safety Control Monitoring
    P040 Telecommunications
    P048 Security Systems


    Additionally, responding firms must identify on the Form 204 provided, as part of their Team, subconsultant(s) in the following discipline who need not be DPMC or NJSDA prequalified:

    P045 Food Service

    The foregoing identified subconsultants shall be identified by name on the Form 204 as supplied by NJSDA. For any of the required disciplines which the responding firm intends to self-perform, the responding firm shall state "self-perform" on the Form 204, and shall demonstrate that it is properly pre-qualified in that discipline.

    The responding firm's failure to identify properly pre-qualified subconsultants in the above required disciplines will result in disqualification.

    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 2.3 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.     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.

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

    4.      To participate in the selection process, interested firms must submit a Technical Proposal (one unbound original, four bound copies and two electronic copies in PDF format on CDs) and a Fee Proposal (one unbound original in a separate sealed envelope) no later than 4:30 PM Eastern Time on January 29, 2014 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: James McElhenny, Sr. Procurement Analyst
    Subject: Bridging Design Consultant Services - ST-0046-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: James McElhenny, Sr. Procurement Analyst
    Subject: Bridging Design Consultant Services - ST-0046-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 (25 points)
    •     Key Team Member Qualifications (25 points)
    •     Team Approach to Pre-Design Investigation and Development of Cost Effective Alternatives (20 points)
    •     Team Approach to Identification of Opportunities for Earlier Advancement of Work (20 points)
    •     Team Approach to Effective Management of Resources (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 (25 points)
    •     Key Team Member Qualifications (25 points)
    •     Team Approach to Pre-Design Investigation and Development of Cost Effective Alternatives (20 points)
    •     Team Approach to Identification of Opportunities for Earlier Advancement of Work (20 points)
    •     Team Approach to Effective Management of Resources (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 Bridging 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 Bridging 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 20, 2013

  • Top of Page04/23/2024