Category(ies):
Architectural, Engineering & Surveying - Consulting & Other Services |
Term Agreement for Planning and Environmental Linkages (PEL) Study of the Grand Island Bridges and Interstate 190 Corridor in Western New YorkDescription: The New York State Thruway Authority is seeking to retain a qualified multi-disciplined engineering firm to perform various tasks associated with the Planning and Environmental Linkages (PEL) study for the 4 Grand Island Bridges (and 1 associated ramp bridge) and Interstate 190 Corridor in Western New York. Firms will need to provide information concerning their approach to, and understanding of, this assignment, key staff, and prior experiences with similar projects. The assignment will result in an assessment and plan that will address, but not be limited to, the following:
Perform a Planning and Environmental Linkages (PEL) study for the Grand Island Bridges and Interstate 190 corridor between Buffalo and Niagara Falls to inform future decision-making by the Authority and to allow study results to be transferable to the NEPA process of a future capital project. Develop a project management plan, including all meetings, milestones, project sub-activities, and progress reporting. Coordinate with the local Metropolitan Planning Organization (MPO), the Greater Buffalo Niagara Regional Transportation Council (GBNRTC) Perform an assessment of the existing 5 structures and their future maintenance, inspection, and capital expenditure needs as part of a life cycle cost analysis (LCCA) based upon component service lives. This includes scheduling, scoping, and cost estimating for required future projects. Experience with polyester concrete wearing surfaces, large steel truss bridges and large/complex bridge design is required. Collect and summarize contract, maintenance, and inspection history for the 5 structures. Collect and summarize accident data and Level of Service for normal traffic and during traffic incidents Perform transportation planning activities for the Interstate 190 corridor between Buffalo and Niagara Falls that includes the following activities in coordination with GBNRTC. GBNRTC, in collaboration with the project team, will use its regional model to forecast future travel demand for the no-build condition and various alternatives. Outputs will be provided to the consultant to model further as follows.
Develop feasible concepts with cost estimates and conceptual plans for reconstruction or replacement of the 5 structures to eliminate nonstandard features. Analyze future toll revenues and determine required tolling rates to sustain all available concepts, including rehabilitation, reconstruction, and replacement. Develop a community engagement plan in collaborations with GBNRTC, including a website, to obtain public input as part of a PEL study. This includes facilitation and attendance at a minimum of 4 public meetings, including all printed and digital materials, to present potential concepts. Summarize public input. Develop a summary and presentation of results for presentation to Thruway leadership at a meeting in Thruway Headquarters in Albany. Additional assignments under this Term Agreement may include, but are not limited to, the following: studies, survey and mapping, preliminary design development, environmental assessments (storm water pollution prevention plans, noise, air quality, wetland delineation, cultural resources, asbestos, lead paint, hazardous waste, permit applications, etc.), traffic analyses, hydraulic analyses, public outreach, plan review (constructability review, value engineering, peer evaluation, etc.), load ratings, final design (PS&E), construction support services and miscellaneous engineering services. Additionally, firms may be asked to support in-house design efforts by collecting data, performing in-depth inspections, conducting field investigations or surveys and preparing related reports. Deliverables will include a PEL study report and all digital traffic models. The estimated value of this agreement is $1,600,000. The duration of this agreement is Two (2) years, 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.
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.” The phone number and email address of the contact at the prime firm must be included in the LOI.
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. 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 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
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
Additional Requirements If applicable the following may apply: SPECIAL NOTE EMBODIED CARBON REPORTING and ENVIRONMENTAL PRODUCT DECLARATIONS (EPDs) 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: D215029@thruway.ny.gov. (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed). Service-Disabled Veteran-Owned Set Aside: No Total MWBE Participation Goals: 30% Service-Disabled Veteran-Owned Business Contracting Goal: 6% Disadvantaged Owned Sub-Contracting Goal: 0%
Contact Information
Primary contact: Thruway Authority, NYS Finance HQ Karolyn Giardina Contracts Management Specialist trainee 2 200 Southern Boulevard Albany, NY 12209 United States Ph: 518-436-2736 ext.2736 Fax: 518-471-4442 Karolyn.Giardina@thruway.ny.gov
Secondary contact: Thruway Authority, NYS Engineering Department Procurement Services Andrew Trombley Chief Procurement Officer 200 Southern Boulevard Albany, NY 12209 United States Ph: 518-436-3164 andrew.trombley@thruway.ny.gov
Submit to contact: Thruway Authority, NYS Finance HQ Karolyn Giardina Contracts Management Specialist trainee 2 200 Southern Boulevard Albany, NY 12209 United States Ph: 518-436-2736 ext.2736 Fax: 518-471-4442 D215029@thruway.ny.gov
Due Date: 05/08/2025 5:00 PMContract Term: Two (2) Years, with option to extend this agreement for one (1) additional year. Location: Buffalo Division Ad Type: General
|