Category(ies):
Architectural, Engineering & Surveying - Consulting & Other Services Construction Horizontal: Highways & Roadways; Maintenance, Repair & New Construction - Consulting & Other Services |
Term Agreement for Construction Inspection (CI) Support Services for the Governor Mario M. Cuomo Bridge (MMCB)Description: The New York State Thruway Authority (“Authority”) is seeking to retain a qualified engineering firm to provide construction inspection services for the various construction projects in the New York Division. The primary assignment will be installation of a structural steel cable anchorage supplemental load path for the Governor Mario M. Cuomo Bridge (GMMCB) at MP 16.47 +/-. It is anticipated the Authority will use this agreement to inspect a range of construction projects which may include, but is not limited to:
The work also includes, but is not limited to:
It is anticipated that the consultant will provide the following staff for this assignment: Title Grade Quantity Project Engineer/Senior Bridge Project Engineer ASCE V(A) 1 Office Engineer/Chief Inspector NICET IV(N) 1 Inspector NICET III(N) 1 Inspector NICETII(N) 1
For work on the GMMCB, the Authority is seeking a Senior Bridge Project Engineer with expertise in NYSTA and NYSDOT construction projects for complex bridges and the following qualifications: Senior Bridge Project Engineer
Because work will occur at security-sensitive locations, all workers requiring unescorted access must comply with Thruway Authority security protocols, including maintaining a valid Transportation Worker Identification Credential (TWIC) or Secure Worker Access Consortium (SWAC) card. The estimated value of this agreement is $6,000,000. The duration of this agreement is three (3) years, and the Authority shall have the option, in its sole discretion, to extend this agreement for two (2) additional one (1) year terms. 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 (4) points must be met. If any of these three (4) points are not met, the LOI will not be reviewed, and the firm will not be considered for selection.
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. 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. The phone number and email address of the contact at the prime firm must be included in the LOI. The following forms must be completed by the prime consultant and submitted with the LOI:
LOI Requirements/Content The LOI should include the items listed below, which form the basis for the firm’s evaluation score.
The following goals have been established for this agreement: Service-Disabled Veteran-Owned Set Aside: No Total Overall MWBE Participation Goal: 30% Service-Disabled Veteran-Owned Business Goal: 6% Please ensure that the MWBE/SDVOB percentages are met. This includes all sub-consultants (including primary MWBE/SDVOB firms) and sub-contractors. In order to encourage the use of MWBE/SDVOB firms that have limited Authority experience, a firm may include one or two “secondary” MWBE/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” MWBE 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.
New York State Vendor Responsibility
Additional Requirements Interested firms are asked to note the following requirements, if applicable:
Projects must comply with all applicable New York State (NYS) laws and policies to reduce the embodied carbon in building and infrastructure projects, including New York State Executive Order 22 (2022). These laws and policies require Contractors to submit Environmental Product Declarations (EPDs) for certain building and construction materials supplied to State contracts. EPDs must be Product specific Type III (Third Party Reviewed), in adherence with ISO 14025 Environmental Labels and Declarations, ISO 14044 Environmental Management – Life Cycle Assessment, and ISO 21930 Core Rules for Environmental Product Declarations of Construction Products and Services. Supply Chain-specific data should be used when available. For permanently incorporated and temporary use construction materials manufactured and supplied for projects let after December 18, 2024, the Contractor shall ensure that all available EPDs are collected and submitted for asphalt mixtures, concrete mixtures (excluding precast), glass, and steel items when the quantity supplied to the project exceeds the values listed below. Units that are given in this document may differ from units listed in pay items and therefore, the Contractor must perform the necessary quantity conversion(s).
The Contractor is not required to develop an EPD if one has not been developed by or for the manufacturer or supplier. For projects that are active during the State Fiscal Year (April 1 - March 31) and are expected or known to meet the minimum quantities for reporting over the duration of the entire project, the Contractor shall complete and submit a “Contractor EPD Material Reporting Form” (Excel .xlsx format). The form is available on the Thruway Authority website at https://www.thruway.ny.gov/business/contractors/forms/index.html#contractor. The Contractor must submit the Contractor EPD Material Reporting form and all EPD(s) collected for the project to the Authority by emailing them to CarbonReports@thruway.ny.gov, with the Contract D number in the subject line of all e-mails. Questions about completing the form can be directed to the same e-mail address.
The Contractor shall ensure that workers are paid the appropriate wages and supplemental (fringe) benefits. Throughout the contract, the Contractor shall obtain and pay workers in accordance with periodic wage rate schedule updates from the NYS Department of Labor (NYSDOL). Wage rate amendments and supplements are available on the NYSDOL web site at https://dol.ny.gov/bureau-public-work-and-prevailing-wageenforcement. All changes or clarification of labor classification(s) and applicability of prevailing wage rates shall be obtained in writing from the Office of the Director, NYSDOL Bureau of Public Work. The NYSDOL prevailing wage rate schedule for this contract has been determined and is available on the internet. The prevailing wage rate schedule is accessed by visiting the NYSDOL web site, navigating to the appropriate web page, and entering the Prevailing Rate Case No. (PRC#). The PRC# is provided on NYSDOL Form PW-200 included in this contract Proposal. A copy of the project specific prevailing wage rate schedule will be provided to the successful bidder upon award of the contract. Upon written request, the schedule will be provided by the Thruway Authority to prospective bidders without internet access. The Thruway Authority is providing information regarding the new Public Work Contractor and Subcontractor Registry requirement recently enacted by New York State. Starting December 30, 2024, all contractors and subcontractors submitting bids or performing construction work on public work projects or private projects covered by Article 8 of the Labor Law are required to register with the New York State Department of Labor (NYSDOL) under Labor Law Section 220-i. Private projects subject to Article 8 of the Labor Law include those covered by Labor Law Sections 224-a (public subsidy funded projects), 224-d (renewable energy systems), 224-e (broadband projects), 224-f (climate risk-related and energy transition projects and roadway excavations.) The law defines a “contractor” as any entity entering into a contract to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration or custom fabrication. The law defines “subcontractor” as any entity subcontracting with a contractor to perform construction, demolition, reconstruction, excavation, rehabilitation, repair, installation, renovation, alteration or custom fabrication, which is subject to Article 8 of the Labor Law. Contractors are responsible for verifying that any subcontractors they work with are registered. Contractors need to register before submitting any new bids or commencing new work on a covered project on or after December 30, 2024. Subcontractors also need to register before commencing new work on a covered project on or after December 30, 2024. The Thruway Authority encourages all contractors and subcontractors to register as soon as possible and obtain a Certificate of Registration to avoid negatively impacting a bidding period or project schedule. Information required to register from the New York State Department of Labor’s website for this process can be found here: https://dol.ny.gov/contractor-and-subcontractor-landing. For any further questions you can also contact the Bureau of Public Work and Prevailing Wage at 518-457-5589. Submit Electronically: D215027@thruway.ny.gov. (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed). Contact InformationPrimary contact:
Angelo Zullo Capital Program Management Office of Procurement Services NYS Thruway Authority 200 Southern Boulevard Albany, New York 12209 518-471-5922 Angelo.Zullo@thruway.ny.gov
Secondary contact:
Andrew Trombley Chief Procurement Officer Office of Procurement Services NYS Thruway Authority 200 Southern Boulevard Albany, NY 12209 518-471-4385 Andrew.Trombley@thruway.ny.gov
Submit by Mail to:
Angelo Zullo Capital Program Management Office of Procurement Services NYS Thruway Authority 200 Southern Boulevard Albany, New York 12209
Submit Electronically:
D215027@thruway.ny.gov. (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed). Due Date: 05/08/2025 5:00 PMContract Term: Three years, with an option for the Authority to extend for two (2) additional one (1) year terms. Location: Ad Type: General
|