New York Bids > Bid Detail

Term Agreement for Material Testing and Inspection – Buffalo Division

Agency: The New York State Contract Reporter
Level of Government: State & Local
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD15621852026500602
Posted Date: Jan 18, 2023
Due Date: Feb 8, 2023
Source: https://www.nyscr.ny.gov/ifram...
Issue Date: 01/18/2023 Contract Number: D214919
Term Agreement for Material Testing and Inspection – Buffalo Division
Description:

The New York State Thruway Authority is seeking to retain a qualified firm to provide term services for materials sampling, inspection, and testing services of construction-related materials on an as-needed basis for Thruway system projects in the Buffalo Division.
Tasks assigned to the firm may include, but not be limited to, the following:

• Asphalt and concrete field/plant inspection and testing
• Subsurface exploration and sample analysis
• Obtaining and testing asphalt and concrete cores
• Soil testing including stockpile, gradation, and density testing
• Dynamic load testing and CAPWAP analysis
• Environmental testing
• Asbestos bulk sampling and analysis and Asbestos Removal Monitoring

All inspection, sampling, and testing should be performed in accordance with the required specifications and applicable NYSDOT methods and procedures.
Laboratories shall be accredited under the American Association of State Highway and Transportation Officials (AASHTO) Laboratory Accreditation Program.
Sampling and Testing Technicians must be certified in the following programs: 1) Hot Mix Asphalt Plant Production: New York Construction Materials Association/Alfred State QC/QA Plant Inspector Certification, 2) Hot Mix Density Monitoring: New York State Chapter of Association of General Contractors, Density Monitoring Certification; 3) Concrete Field: ACI Field Inspection, Level 1 Certification; 2) Soils & Granular Materials: North Eastern Transportation Technician Certification Program, Soils and Aggregate Certification; 5) Pavement Smoothness, Inertial Profiler Operator Certification: NYSDOT Profiler/Operator Certification Program; 6) Other potential technician certificates required may include PCI, NPCA, AWS, NACE, SSPC, and NICET.
Subsurface exploration shall be taken in accordance with the most recent version of the NYSTA Subsurface Exploration Specification. All required drilling data from each subsurface exploration shall be entered onto the Thruway Authority’s official subsurface exploration log form using gINT® software and the Authority’s most recent gINT® Template and Library file. The estimated value of this term agreement is $500,000. The duration of this agreement is twenty-four months and the Authority shall have the option, in its sole discretion, to extend this agreement for one (1) additional one (1) 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. 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

There are two options to submit the LOI:

Either one original and one electronic copy on a flash drive of the LOI can be submitted. Use staples only (do not use binders or covers when submitting a LOI).
Or an electronic mail submission which is encouraged. If submitting via e-mail, only one copy is 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:

• A State Finance Law §§ 139-j and 139-k Contractor Disclosure of Prior Non- Responsibility Determinations Form (TA-W3053-9) and,
• 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.
• 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.
• 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.
• An explanation of the prime consultant’s understanding of the assignment.
• 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.
• Current and recent experience of the prime consultant and any sub-consultants and sub-contractors on competitive Federal grant applications, preferably for programs administered by the US Department of Transportation (USDOT)/Federal Highway Administration (FHWA). Please identify the grant program, the application year, the grant amount requested, a brief description of the project scope, the amount of the grant award (if any) and the specific tasks/services that the prime consultant or sub-consultant performed for the application.
• The names and qualifications of the proposed staff members (prime consultant, sub-consultants, and sub-contractors) who will be used on this agreement, including relevant assignments, roles, and completion dates.
• 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.
• The New York State Thruway Authority is committed to increasing opportunities for certified Minority-owned, Women-owned, and Service-Disabled Veteran-owned businesses across our transportation system. Interested firms are encouraged to include minority and women business enterprises on their teams. All interested firms proposing an MWBE and SDVOB firm should clearly state their role in their firm’s Letter of Interest.
• 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

Submit contact:
D214919@thruway.ny.gov (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed).

Due Date: 02/08/2023 4:00 PM

Contract Term: Two years, with an option for the Authority to extend for one (1) additional one (1) year terms.

Location: Buffalo Division

Ad Type: General

Primary Contact: Thruway Authority, NYS
Finance
Procurement
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
Engineering Department
Procurement Services
Andrew Trombley
Director
200 Southern Boulevard
Albany, NY 12209
United States
Ph: 518-436-3164
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
D214919@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 >