New York Bids > Bid Detail

Agreement for 2024-2025 Biennial Bridge and Other Structure Inspections in the New York and Albany Divisions

Agency: The New York State Contract Reporter
Level of Government: State & Local
Category:
  • H - Quality Control, Testing, and Inspection Services
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD15621031702604309
Posted Date: May 22, 2023
Due Date: Jun 13, 2023
Source: https://www.nyscr.ny.gov/ifram...
Issue Date: 05/22/2023 Contract Number: D214935
Agreement for 2024-2025 Biennial Bridge and Other Structure Inspections in the New York and Albany Divisions
Description:

The New York State Thruway Authority (“Authority”) is seeking to retain a qualified engineering firm to perform bridge and other infrastructure inspection services (general, underwater, in-depth, and special inspections) in New York and Albany Divisions. Please note the following:

• All personnel assigned to the contract shall meet the minimum educational and experience requirements for their positions as outlined in Section 165.5 of the Uniform Code of Bridge Inspection and as required as per the NYSDOT Bridge Inspection Manual.

• With each bridge inspection, all National Bridge Elements (NBE’s), and Bridge Management Elements (BME’s) shall be rated in accordance with AASHTO’s Element Level Inspection method. In addition, Agency Developed Elements (ADE’s) shall be rated as outlined in the NYSDOT Bridge Inspection Manual. The Letter of Interest (LOI) must provide details on the firms’ and proposed staff’s experience with AASHTO’s Element Level Inspection method and its approach to quality control

• Large culvert, overhead sign structure, toll gantry, high mast lighting, communication tower and retaining wall inspections shall be performed as required by New York State law and/or in accordance with Authority policy. Staff completing the inspection of overhead sign structures and high mast lighting shall have inspection experience in accordance with NYSDOT’s 2013 Overhead Sign Structure Inventory and Inspection Manual.

• Work will include the inspection of approximately 220 bridges (1130 inspection spans), 300 overhead sign structures, 40 high mast light towers and 10 communication towers in the Authority’s New York and Albany Divisions. Castleton-On-Hudson Bridge (MP 801.08), Kaaterskill Creek Bridge (MP 111.13), Catskill Creek Bridge (MP 113.22) and Normanskill Creek Bridge (MP141.36) are included in the bridge total.

• For inspection of the four bridges listed above, the firm must have proven expertise with large truss bridge design and/or load rating experience. The engineering firm must also have proven expertise in “climbing” techniques to inspect a small number of large truss structures with minimal traffic disruption.

• The firm may be required to perform confined spaced inspections and in-depth inspections that will include data-collection (e.g. sounding and mapping of deteriorated concrete) on a small number of bridges and culverts.

• The firm will be required to provide traffic control for inspections south of the Woodbury Toll Barrier (MP 45) in the New York Division. In addition, the firm will be required to follow all applicable requirements of the U.S. and NYS MUTCD for traffic control, traffic safety, and worker safety at all locations.

• All bridge inspections will be performed, processed and submitted using NYSDOT"s Bridge Data Inventory System (BDIS), which is used to store inventory and inspection data and digital images. The letter of interest must provide details on the firms’ and proposed staff’s experience with BDIS.

• All overhead sign structure, toll gantry and high mast light tower inspections will be performed, processed, and submitted using the Authority’s OSS (Overhead Sign Structure) App.

• The firm will be required to perform Bridge Level 2 Load Ratings utilizing the AASHTO AASHTOWare Design and Bridge Load Rating software application.

• The firm will be required to perform Bridge Level 1 Load Ratings, as needed, on eight (8) bridges per year.

The duration of this agreement is twenty-eight months and the Authority shall have the option, in its sole discretion, to extend this agreement for one (1) additional two (2) year term.

Any questions regarding requirements presented in this advertisement must be addressed to one of the Authority individuals listed below.

In order for a firm’s Letter of Interest (LOI) to be considered by the Authority, the following three (3) points must be met. In addition to the three-page LOI, firms are required to submit a one-page organizational chart that shows the major activities proposed as well as the individuals or firms with primary responsibility for each activity.

If any of these three (3) points are not met, the LOI will not be reviewed and the firm will not be considered for selection.


1. The LOI shall be no more than three (3) standard single-spaced typewritten pages, using a 10 point or greater Arial (not Arial Narrow) font (line spacing and text), with a minimum ½ inch margin on all sides. Font scaling shall be set to one hundred percent (100%). Font spacing shall be set to “normal.”

2. All firms listed in the LOI must be currently registered with the NYS Department of State and must be able to conduct business in New York State.

3. Where professional services (including engineering, architecture, and survey) are required, all firms listed in the LOI must be currently registered with the New York State Department of Education, Office of the Professions to practice in New York
State, and must be able to legally provide professional services in NYS under the name as stated in the LOI (see below for additional details). If a firm will not be providing professional services, it must be clearly noted.

Submittal Package
Electronic submissions are encouraged. If submitting electronically, only one copy is required. If submitting via mail, two copies are required. The LOI must be submitted as a single, three-page pdf. The following forms must be completed by the prime consultant and submitted with the LOI:

o A State Finance Law §§ 139-j and 139-k Contractor Disclosure of Prior Non- Responsibility Determinations Form (TA-W3053-9) and,

o A Certificate of Compliance with the Authority Guidelines Regarding Permissible Contacts During a Procurement and the Prohibition of Inappropriate Lobbying Influence (TA-W2111-9) for your firm.

o These forms are available at http://www.thruway.ny.gov/business/consultants/forms/index.html#law . Do not staple these forms to the letter of interest. If submitting electronically, these items should be submitted in a second pdf, separate from the LOI.

o An interested firm and any proposed sub-consultants and sub-contractors that the firm is proposing to use on this agreement must also have a Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire on file with the Authority. If the firm has previously submitted the SF 254 to the Authority and such form will be less than one-year old on the date when the LOI is due, the firm does NOT need to send another copy. All SF 254s must include the firm’s Federal ID number in Box #1. If submitting a SF 254, please enclose only one copy and do not staple it to the LOI. If submitting electronically, the SF 254 should not be included as part of the LOI pdf. The SF 254 form is available on the Authority’s website at: http://www.thruway.ny.gov/business/consultants/forms/index.html

LOI Requirements/Content
The LOI should include the items listed below, which form the basis for the firm’s evaluation score.

o An explanation of the prime consultant’s understanding of the assignment.

o The names of any other firms that will be involved in this agreement, the work to be completed by each firm, and the estimated percentage of work to be assigned to each firm. The firm names used in the LOI must exactly match the name on record with the Department of State. Scoring of the LOI may be negatively affected if the correct name is not used in the LOI.

o Current and recent experience by the prime consultant and any sub-consultants and sub-contractors on similar work assignments as well as. Please include completion dates, dollar values, and role of the firm for each assignment.

o The names, certifications and qualifications of the proposed staff members (prime consultant, sub-consultants, and sub-contractors) who will be used on this agreement, including relevant assignments, role, completion dates, and dollar value.

o For each proposed staff member, include any current assignments that require twenty (20) percent or more of the individual’s time. If a staff member is working on fewer than two assignments that meet the 20 percent threshold, the firm shall list at least two of that person’s largest assignments. For each of the assignments, provide a description of the assignment, the person’s role, percentage of the person’s time, and completion date of the person’s work on that assignment.

o The Authority is committed to providing Minority-owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Service-Disabled Veteran-owned Business Enterprises (SDVOB), and Disadvantaged Business Enterprises (DBE) with opportunities to participate in the Authority’s contracting and procurement processes in accordance with Title 49, Part 26 of the United States Code of Federal Regulations (CFR), New York State Executive Law, Articles 15-A, 17-B, and all applicable federal and state laws, rules, regulations and Executive Orders, herein incorporated by reference. The following goals have been established for this agreement:

o The aggregate MBE/WBE subconsultant goal is 30%. If the prime consulting firm is an MBE or WBE, their participation may fulfill up to fifty percent (50 %) of the stated subconsultant goal.

o The SDVOB goal is 6%.

o Please ensure that the D/M/WBE/SDVOB percentages are met. This includes all sub-consultants (including primary D/M/WBE/SDVOB firms) and sub-contractors.

o In order to encourage the use of M/WBE/SDVOB firms that have limited Authority experience, a firm may include one or two “secondary” M/WBE/SDVOB firms in the LOI. Submission of these “secondary” firms is not mandatory and they will not be evaluated/scored in the selection process. With approval from the Authority, these “secondary” M/WBE firms will be included in the executed agreement. A brief explanation of the work that might be assigned to each firm should be included in the LOI.

• A certification that all prime consultant staff members and all employees of any proposed sub-consultants and sub-contractors who are former employees of the Authority or New York State and who will be performing work on this agreement are performing such services in accordance with the provisions of the Public Officers Law, other laws applicable to the service of current or former Authority or New York State employees, and/or the rules, regulations, opinions, guidelines or policies promulgated or issued by the New York Commission on Public Integrity.

• In accordance with State Finance Law §139-l, by submission of a LOI, each firm/proposer and each person signing on behalf of any firm certifies, under penalty of perjury, that the firm has and has implemented a written policy addressing sexual harassment prevention in the workplace and provides annual sexual harassment prevention training to all of its employees. Such policy shall, at a minimum, meet the requirements of section two hundred one-g of the labor law. The LOI shall not be considered for selection nor shall any award be made to a firm who has not complied with this requirement; provided, however, that if the firm cannot make the foregoing certification, such firm shall so state and shall furnish with the LOI a signed statement which sets forth in detail the reasons therefor.

• Firms are encouraged to visit the consultant section of the Authority's website at: http://www.thruway.ny.gov/business/consultants/guidelines.html for additional detail concerning the content of the LOI.


New York State Vendor Responsibility

• An interested firm and any sub-consultants and sub-contractors that the firm is proposing to use on this agreement must have completed a State of New York Vendor Responsibility Questionnaire using the Office of the State Comptroller’s New York State VendRep System ( http://www.osc.state.ny.us/vendrep/index.htm ), within a year of when the LOI is due. A hard copy Questionnaire shall not be submitted with the LOI.

• Each firm submitting a LOI must verify and ensure that it and its proposed sub-consultants and sub-contractors have the required authorizations and certifications in order to practice engineering, surveying, and other licensed professions. (verification can be found by visiting http://www.op.nysed.gov ) and to legally operate as a business in New York State (verification can be found by visiting http://www.dos.ny.gov ). The firm and their proposed sub-consultants and sub- contractors' names listed in the LOI shall appear exactly as they are registered to practice and operate as a business in New York State. Do not send the certifications with the LOI.

• Chapter 1 of the Laws of 2005, as amended by Chapter 596 of the Laws of 2005 (collectively referred to as the “Lobbying Law”), made major changes to the Legislative Law and State Finance Law relative to lobbying on government procurements. More specifically, the Lobbying Law created two new sections in the State Finance Law: Section 139-j addresses restrictions on “contacts” during the procurement process; and Section 139-k addresses the disclosure of contacts and the responsibility of bidders/proposers during the procurement process. The Lobbying Law applies to all procurements initiated on or after January 1, 2006. In this regard, a procurement means a contract or agreement involving an annual expenditure in excess of $15,000 for a commodity, service, technology, public work, or construction; purchase, sale or lease of real property; or revenue contract. This proposed agreement is subject to the provisions of the Lobbying Law. As such, firms are required to review the ‘Thruway Authority Guidelines Regarding Permissible Contacts During a Procurement and the Prohibition of Inappropriate Lobbying Influence (TAP-335)’. These Guidelines can be found on the Authority’s Website at http://www.thruway.ny.gov/business/consultants/forms/index.html

Letters of Interest Due: June 13, 2023, by 5:00 p.m.

Submit Electronically :

D214935@thruway.ny.gov (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed).

Due Date: 06/13/2023 5:00 PM

Contract Term: 28 months, with an option for the Authority to extend for one (1) additional two (2) year terms.

Location: New York and Albany Divisions

Ad Type: General

Primary Contact: Thruway Authority, NYS
Office of Procurement Services
Capital Program Management
Angelo Zullo
Contract Management Specialist 2
200 Southern Boulevard
Albany, NY 12209
United States
Ph: 518-471-5922
Fax:
angelo.zullo@thruway.ny.gov
Secondary contact: Thruway Authority, NYS
Office of Procurement Services
Procurement Services
Andrew Trombley
Director
200 Southern Boulevard
Albany, NY 12209
United States
Ph: 518-471-4385
Fax:
Andrew.trombley@thruway.ny.gov
Secondary contact: Thruway Authority, NYS
Engineering Department
Contract Management
Corey Johnson
Office Assistant II
200 Southern Boulevard
Albany, NY 12209
United States
Ph: 518-471-3164
Fax: 518-471-4442
D214935@thruway.ny.gov

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 >