Category(ies):
Architectural, Engineering & Surveying - Consulting & Other Services |
Term Agreement for Geotechnical, Hydrology and Hydraulic Support Services StatewideDescription: The New York State Thruway Authority (NYSTA) is seeking to retain a qualified firm to provide Geotechnical, Hydrology and Hydraulic Engineering Services Statewide. Geotechnical: A qualified engineering firm is needed to provide geotechnical (design support, construction inspection support, maintenance support and subsurface exploration inspection for its facilities system wide). The engineering firm selected will be required to provide expertise in the areas of structure foundations, retaining walls and excavation support systems, subsurface grouting, earth and rock anchors, cofferdams, trenchless technology, characterization of subsurface conditions, subsurface exploration inspection and construction inspection. Geotechnical assignments are to be staffed and supervised with experienced geotechnical engineers. All geotechnical assignments shall be performed in accordance with NYSDOT Geotechnical Engineering Bureau Manuals, Procedures and Test Methods and other relevant NYSTA and NYSDOT guidance, the appropriate American Association of State Highway and Transportation Officials (AASHTO) manual, and with Federal Highway Administration (FHWA) manuals and guidance. Additionally, these assignments will include a requirement to provide qualified personnel on an as needed basis for site visits to any system-wide location on a priority and/or possibly emergency basis. Engineering deliverables may include, but are not limited to, preparation or review of geotechnical recommendations, technical reports, foundation design reports, wave equation analyses, geotechnical related construction submittal approvals, drilling plans, drilling criteria, drilling inspector logs, and geotechnical design and plans, profiles and cross sections sheets in both printed and digital formats.
Hydrology and Hydraulic A qualified engineering firm is needed to provide system-wide Hydrology and Hydraulic capital project design support, construction inspection support, and non-capital project hydrology and hydraulic support to the Department of Maintenance. The engineering firm selected will be required to provide expertise in the areas of hydrologic and hydraulic analysis; scour analysis and scour countermeasure design; stream stability analysis and culvert design; bridge scour critical plan of action; fluvial geomorphology concepts; highway drainage design including culvert analysis, culvert rehabilitation methods and energy dissipaters; revetment design; riparian and for drainage law and public sector regulatory requirements. All designs shall be performed in accordance with NYSDOT Highway Design Manual, NYSDOT Structures Manual, and other relevant NYSTA and NYSDOT Manuals and guidance, the appropriate American Association of State Highway and Transportation Officials (AASHTO) publications, the Federal Highway Administration (FHWA), the U.S. Army Corps of Engineers (USACE), the National Resource Conservation Service (NRCS), and the U.S. Geological Survey (USGS) manuals and guidance. In addition to the hydrologic and hydraulic analyses, assignments may involve field surveying (site and hydraulic cross sections), mapping, bathymetry, conducting bridge, culvert and drainage system evaluations and inspections, condition surveys at water crossings, project specific stormwater pollution prevention plans (SWPPP) and other miscellaneous non-hydrology-hydraulic services. Hydrology and Hydraulic assignments are to be staffed and supervised with experienced hydraulic engineers. Additionally, these assignments will include a requirement to provide qualified personnel on an as needed basis for site visits to system-wide locations on a priority and/or possibly emergency basis. Deliverables may include, but are not limited to, preparation or review of surveying and mapping, technical reports, hydraulic and hydrologic related construction submittal approvals, detailed plan sheets and hydrologic and hydraulic models in both printed and digital formats. The estimated value of this term agreement is $2,000,000. The duration of this agreement is thirty-six months, 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 (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.
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
Additional Requirements If applicable the following may apply:
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.
Contact InformationPrimary contact:
Angelo A. 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 A. Zullo Capital Program Management Office of Procurement Services NYS Thruway Authority 200 Southern Boulevard Albany, New York 12209
Submit Electronically:
D215032@thruway.ny.gov. (Submissions will be locked to preserve the competitive process and only opened after the submission deadline has passed).
Due Date: 05/07/2025 5:00 PM Contract Term: Three years, with an option for the Authority to extend for two (2) additional one (1) year terms. Location: Ad Type: General
|