8
MPA C ONTRACT N O . H299 NOVEMBER 2019 MASSACHUSETTS PORT AUTHORITY CAPITAL PROGRAMS AND ENVIRONMENTAL AFFAIRS DEPARTMENT SUITE 209S LOGAN OFFICE CENTER SUITE 209S ONE HARBORSIDE DRIVE EAST BOSTON MA 02128-2909 REQUEST FOR QUALIFICATIONS H299 L.G. HANSCOM F IELD C APITAL I MPROVEMENT P ROJECTS - DESIGN AND C ONSTRUCTION P HASE S ERVICES B EDFORD , MASSACHUSETTS S UPPLEMENTAL I NFORMATION P ACKAGE

H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

MPA CONTRACT NO. H299 NOVEMBER 2019

MASSACHUSETTS PORT AUTHORITY

CAPITAL PROGRAMS AND ENVIRONMENTAL AFFAIRS DEPARTMENT

SUITE 209S – LOGAN OFFICE CENTER SUITE 209S

ONE HARBORSIDE DRIVE

EAST BOSTON MA 02128-2909

REQUEST FOR QUALIFICATIONS

H299

L.G. HANSCOM FIELD CAPITAL IMPROVEMENT

PROJECTS - DESIGN AND CONSTRUCTION PHASE

SERVICES

BEDFORD, MASSACHUSETTS

SUPPLEMENTAL INFORMATION PACKAGE

Page 2: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

1

LEGAL NOTICE

REQUEST FOR QUALIFICATIONS

The MASSACHUSETTS PORT AUTHORITY (Authority) is soliciting consulting services for MPA

CONTRACT NO. H299, HANSCOM FIELD CAPITAL IMPROVEMENT PROJECTS – DESIGN AND CONSTRUCTION PHASE SERVICES, which includes multiple airfield projects at L.G Hanscom Field in

Bedford, Massachusetts. The Authority is seeking qualified multidiscipline consulting firms or teams, with

proven experience with proven experience to provide professional engineering services for planning, design, and

construction, including resident inspection for its airfield capital improvement projects. The Consultant(s) must

be able to work closely with the Authority and other interested parties in order to provide such services in a

timely and effective manner. Multiple consultant selections will be made according to FAA direction relating

to the CIP grant program.

This RFQ includes specific scope for the following six projects: East Ramp Rehabilitation - Phase 2 and

Replace Taxiway J Edge Lights; Rehabilitation and Lighting of Taxiway R; Taxiway N Rehabilitation

and Lighting; Runway 5-23 Rehabilitation; Airfield Non-Conforming Geometry; and West Ramp

Rehabilitation. The Consultant(s) shall demonstrate experience in the required disciplines including but not

limited to Civil, Electrical, Geotechnical, Airfield Signage, Lean Design and Construction, Cost Estimating,

Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

consultants for the listed projects based on the submitted qualifications as deemed in its best interest.

The contracts will be work order based, and the Consultant’s fee for each work order shall be negotiated.

However, the total fee for each contract shall not to exceed ONE MILLION DOLLARS ($1,000,000) per

project.

A Supplemental Information Package will be available, on Wednesday November 6, 2019 on the Capital Bid

Opportunities webpage of Massport http://www.massport.com/massport/business/bids-opportunities/capital-

bids as an attachment to the original Legal Notice, and on COMMBUYS (www.commbuys.com) in the listings for

this solicitation. If you have problems finding the notice, please contact Susan Brace at Capital Programs

[email protected]. The Supplemental Information Package will provide detailed information about Scope

of Work, Selection Criteria and Submission Requirements.

In recognition of the unique nature of the projects and the services required to support it, the Authority has

scheduled a Consultant Briefing to be held in the Bid Room at 2:30 PM Tuesday November 12, 2019 at the

Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston,

Massachusetts 02128. At this session, an overview of the projects will be provided, the services requested by the

Authority will be described, and questions will be answered.

By responding to this solicitation, consultants agree to accept the terms and conditions of Massport’s standard

work order agreement, a copy of the Authority’s standard agreement can be found on the Authority’s web page

at http://www.massport.com/massport/business/capital-improvements/important-documents/. The Consultant

shall specify in its cover letter that it has the ability to obtain the requisite insurance coverage.

This submission, including the litigation and legal proceedings history in a separate sealed envelope as

required shall be addressed to Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng., Director of

Capital Programs and Environmental Affairs and received no later than 12:00 noon on Thursday December

19, 2019 at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite 209S, Logan

International Airport, East Boston, MA 02128-2909. Any submission which is not received in a timely

manner shall be rejected by the Authority as non-responsive. Any information provided to the Authority in

any Proposal or other written or oral communication between the Proposer and the Authority will not be, or

deemed to have been, proprietary or confidential, although the Authority will use reasonable efforts not to

disclose such information to persons who are not employees or consultants retained by the Authority except as

may be required by M.G.L. c.66.

MASSACHUSETTS PORT AUTHORITY

LISA S. WIELAND

CEO & EXECUTIVE DIRECTOR

Page 3: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

2

Scope of Work:

The Authority is seeking qualified multidiscipline consulting firms or teams, with proven experience to

provide professional engineering services for planning, design, and construction, including resident

inspection for its airfield capital improvement projects. The Consultant(s) must be able to work closely

with the Authority and other interested parties in order to provide such services in a timely and effective

manner. Multiple consultant selections will be made according to FAA direction relating to the CIP grant

program.

The Consultant(s) shall demonstrate experience in the required disciplines including but not limited to Civil,

Electrical, Geotechnical, Airfield Signage, Lean Design and Construction, Cost Estimating, Construction

Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple consultants

for the listed projects based on the submitted qualifications as deemed in its best interest.

BACKGROUND

Located just 25 miles northwest of Boston, Laurence G. Hanscom Field (BED) in Bedford is the region’s

largest general aviation airport, the second busiest airport in New England, and a vital link in the

transportation infrastructure of Massachusetts and New England. Hanscom Field is the popular choice for

business executives who want easy access to Eastern Massachusetts, is home to private and corporate

aircraft of all sizes and offers limited commercial service.

This series of contracts supports Massport’s Hanscom Field 5-Year Capital Improvement Program. The

listed projects will be eligible for FAA grant funding and will require compliance with FAA design and

construction standards. Each project is identified in the paragraphs below along with a brief description.

These projects reflect the current plan for grant eligible work according to the 5-year plan. The order of

projects as presented is numerical only. The actual sequence of the work is dependent on several factors

that include the need for environmental approval, condition of pavement, ongoing studies, and potential

tenant construction activity. Please refer to the attached graphic entitled “L.G. Hanscom Field Projects for

Consultant Selection.”

(1) H207 - East Ramp Rehabilitation - Phase 2 and Replace Taxiway J Edge Lights – This project is

divided into two paved areas on the airfield. Area 1 is approximately 260,000 square feet of cement

concrete and is located approximately 1,500 feet east of the ARFF building. Area 1 is used for aircraft

parking. Area 2 is approximately 20,000 square feet of bituminous paved shoulder between the ARFF

building and Taxiway J. This project will complete pavement repairs, miscellaneous lighting, joint

sealing and other improvements to increase the useful life of the pavement in the subject areas. In

addition, Area 2 will require an evaluation of FAA design criteria and how it relates to the existing edge

lighting on Taxiway J.

(2) H256 - Rehabilitation and Lighting of Taxiway R – Taxiway R is located in the north west quadrant

of the airfield and connects the 11 end of Runway 11-29 to the 23 end of Runway 5-23. It is

approximately 50’wide x 5500’ in length. The pavement is in poor condition and will be resurfaced

with bituminous concrete pavement to extend its useful life. The proposed project will include new

edge lighting, markings and upgraded signage as required. This taxiway is currently designed for

Group 3 aircraft. The work will also include geometric changes at the entrances/exists to the Runways

to follow FAA design guidelines.

Page 4: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

3

(3) H274 – Airfield Non-Conforming Geometry – A non-conforming geometry study is currently

underway that will outline a number of changes on the airfield. Changes to be made to Runway and

Taxiway geometry will generally be performed with work that is being done on them, however, the

other areas not scheduled for work will be covered under this non-conforming geometry project. Such

items will include, but not be limited to pavement removal, pavement construction at fillets, alteration

of pavement markings, signage changes, and fence relocation.

(4) H282 - Taxiway N Rehabilitation and Lighting - Taxiway N connects Runway 11-29 at its

approximate midpoint to the approximate midpoint of Taxiway R. The taxiway is approximately 50’

wide x 940’ long with shoulders of nearly 130’. The north half of the pavement is in poor condition

and will be resurfaced with bituminous concrete pavement to extend its useful life. The shoulders are

in poor condition and will need to have pavement removed to eliminate the potential for FOD. The

proposed project will include new edge lighting, markings and upgraded signage as required. This

taxiway is currently designed for Group 3 aircraft.

(5) H285 - West Ramp Rehabilitation – This project is comprised of two contiguous areas that are

situated approximately 500 feet north of the civil air terminal that is used for aircraft parking, and a

taxilane to the east of the terminal that extends approximately 1,200 feet between Signature Flight

Support and Boston MedFlight, adjacent to Chenault Street and Hanscom Air Force Base. The work

includes approximately 200,000 square feet bituminous concrete rehabilitation. The project will include

resurfacing with bituminous concrete pavement to extend its useful life. Pavement markings and

signage will also be required.

(6) H288 - Runway 5-23 Rehabilitation – Runway 5-23 is the cross-wind runway and is used in VFR

conditions. This runway is approximately 150’ wide x 4600’ long, with 75’ wide shoulders. The

surfaces are bituminous concrete pavement. The project will include resurfacing with bituminous

concrete pavement to extend its useful life, new airfield signage, pavement markings, safety area

improvements, evaluation of existing modifications to standards for compliance, public meetings, and

assistance with environmental permitting. This runway is currently designed for Group 3 aircraft.

CONSTRUCTION SCOPE

The scope includes the horizontal construction of airfield pavements and surfaces. In summary, the scope

of the items shall include:

Bituminous Concrete Pavement

Rehabilitation

Portland Cement Concrete

Rehabilitation

Electrical Airfield Circuit Design

Lighting Design

Airfield Signage

Airfield Markings

Geometry Improvements

FAA Modifications to Standard

Airfield Security and Wildlife Perimeter

Fencing Design

Runway Safety Area Improvements

Drainage Improvements

Utility Improvements

CONSULTANT SCOPE

Planning and Design

The Consultant must commence work by performing a detailed review of existing conditions, original

design documents, record drawings, available reports, and submittals. With this information, the Consultant

shall prepare a Preliminary Design Report which identifies the project scope, budgetary cost, schedule and

logistical concerns. Specifically, the report must include but is not limited to:

Page 5: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

4

The technical scope of work described in detail. The existing conditions must be reviewed and a

clear scope of work developed to move forward into design. The Consultant must review code

required issues, condition assessments, equipment operation. A clear design strategy must be

included.

Construction Safety and Phasing Plan (CSPP) development.

Estimate of truck traffic impacts of the projects, including surplus soil estimates.

The logistics required to accomplish this work. The consultant must develop construction

phasing for all projects to maximize operational efficiency while balancing cost effectiveness and

contractor work production.

A construction schedule in P6 CPM format will be required. The schedule needs to show key

milestones such as surfaces that will be closed, duration, and production rates that reflect the

actual constraints experienced by the site restrictions.

A budgetary cost estimate for the work shall be prepared accounting for the full scope of the

work, phasing approach, and duration of construction estimated.

Procurement

The subject projects will be procured using the Chapter 30 design-bid-build method. The Consultant should

have experience with this delivery method. The Consultant will provide a canvas of bids and a

recommendation for award for the subject project.

Construction Phase

Due to the phased nature of the work in an active airfield, the Consultant will need to demonstrate success

in working with contractors in a fast-paced construction environment. The Consultant must be experienced

in providing prompt responses to design inquiries in order to keep the project moving forward. This is key

in order to avoid impacts to the airport and our tenants.

Work will be primarily in the movement area of the airport with work in or near runway safety areas. The

consultant should fully understand and be able to advise regarding the most current version of the FAA

criteria regarding construction on an active airport.

In recognition of the unique nature of the project and the services required to support it, the Authority has

scheduled a Consultant Briefing to be held in the Bid Room at 2:30 PM Tuesday November 12, 2019 at

the Capital Programs Department, Suite 209S, Logan Office Center, One Harborside Drive, East Boston,

Massachusetts 02128. At this session, an overview of the project will be provided, the services requested

by the Authority will be described, and questions will be answered.

Evaluation Criteria:

The submission shall be evaluated on basis of:

(1) Current level of experience, knowledge of the work, and graphical location of the team for

similar projects, particularly the Project Manager,

(2) Experience and expertise of sub-consultants,

(4) Ability to manage Civil 3D models and develop a coordinated 3D model in support of Design

and Construction,

(5) Demonstrated experience in Lean Design and Construction,

(6) Demonstrated ability to perform work with minimal disruption to operations,

(7) Experience with MGL Ch. 30 and knowledge of FAA design, procurement and construction

guidelines,

(8) Cost management and scheduling capabilities, including cost controls,

Page 6: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

5

(9) DBE and affirmative action efforts. Consultants shall indicate a proposed % of DBE

participation for all phases of the work, including planning, design, and construction,

(10) Current level of work with the Authority, and past performance for the Authority, if any,

(11) Experience with sustainable design concepts and resiliency,

(12) Project understanding and technical approach for each of the individual projects,

(13) QA/QC process proposed during document preparation.

Selection shall involve a two-step process including the shortlisting of a minimum of three firms for each

project based on an evaluation of the Statements of Qualifications received in response to this solicitation,

followed immediately by a final selection of the consultant for each project by the Authority. The Authority

reserves the right to interview the firms prior to final selection, if deemed appropriate.

Submission Requirements:

Responses to this RFQ will require a single submission package to cover all projects listed herein. The

Project Understanding and Technical Approach section shall be used to describe the Consultant’s

knowledge and understanding of the work that is entailed for each project separately. Each submission

shall include a Statement of Qualifications that provides detailed information in response to the evaluation

criteria set forth below and include Architect/Engineer & Related Services questionnaires SF 330

(www.gsa.gov/portal/forms/download/116486) with the appropriate number of Part IIs. DBE certification

of the prime and subconsultants shall be current at the time of submittal and the Consultant shall provide a

copy of the DBE certification letter from the Supplier Diversity Office, formerly known as State Office of

Minority and Women Business Assistance (SOMWBA) within its submittal.

The Consultant shall also provide an (1) original and eight (8) copies of litigation and legal proceedings

information, signed under the pains and penalties of perjury, in a separate sealed envelope entitled

“Litigation and Legal Proceedings”. See http://www.massport.com/massport/business/capital-

improvements/important-documents/ for more details on litigation and legal proceedings history submittal

requirements.

All individuals responsible for technical disciplines shall, upon commencement of the project, be registered

Architects or Engineers, in that discipline, in the Commonwealth of Massachusetts.

The Authority may reject any application if any of the required information is not provided: Cover

Letter, Insurance Requirements, Litigation and Legal proceedings, and SF330 Part IIs for the Prime

and every sub-consultant. Make sure that in the Cover Letter you mention the Insurance requirements

and Litigation and Legal proceedings.

Submissions shall be printed on both sides of the sheet (8 1/2" x 11"), no acetate covers. An (1) original

and eight (8) copies of a bound document AND one PDF version on a disc each limited to:

1) an SF 330 including the appropriate number of Part IIs,

2) resumes of key individuals only each limited to one (1) page under SF 330, Section E,

3) no more than ten (10) projects each limited to one (1) page under SF 330, Section F,

4) no more than 5 sheets (10 pages) of information contained under SF 330 Section H addressing the

evaluation items (except for the litigation and legal proceedings history), and

5) no more than 2 sheets (4 pages) of other relevant material not including a 2 page (max.) cover

letter, SDO certification letters, covers, dividers, and other required information.

By responding to this solicitation, consultants agree to accept the terms and conditions of Massport’s

standard work order agreement, a copy of the Authority’s standard agreement can be found on the

Authority’s web page at http://www.massport.com/massport/business/capital-improvements/important-

Page 7: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple

6

documents/. The Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance

coverage.

This submission, including the litigation and legal proceedings history in a separate sealed envelope as

required shall be addressed to Houssam H. Sleiman, PE, CCM, FCMAA, NAC, Hon. D.Eng., Director of

Capital Programs and Environmental Affairs and received no later than 12:00 Noon on Thursday

December 19, 2019 at the Massachusetts Port Authority, Logan Office Center, One Harborside Drive, Suite

209S, Logan International Airport, East Boston, MA 02128-2909. Any submission which is not received

in a timely manner shall be rejected by the Authority as non-responsive. Any information provided to the

Authority in any Proposal or other written or oral communication between the Proposer and the Authority

will not be, or deemed to have been, proprietary or confidential, although the Authority will use reasonable

efforts not to disclose such information to persons who are not employees or consultants retained by the

Authority except as may be required by M.G.L. c.66.

The procurement process for these services will proceed according to the following anticipated schedule:

EVENT DATE/TIME

Solicitation: Release Date and Supplemental

Package Available

Wednesday, November 6, 2019

Consultant Briefing Tuesday November 12, 2019 2:30 PM (Bid

Room)

Deadline for submission of written questions

Tuesday November 19, 2019 at 12:00 PM

(noon)

Official answers published (Estimated)

Tuesday, November 26, 2019

Solicitation: Close Date / Submission Deadline Thursday, December 19, 2019 at 12:00 PM

(noon)

Times are Eastern Time (US).

Questions may be sent via email to [email protected] subject to the deadline for receipt

stated in the timetable above. In the subject lines of your email, please reference the MPA Project Name

and Number. Questions and their responses will be posted on Capital Bid Opportunities webpage of

Massport http://www.massport.com/massport/business/bids-opportunities/capital-bids as an attachment to

the original Legal Notice and on COMMBUYS (www.commbuys.com) in the listings for this project.

MASSACHUSETTS PORT AUTHORITY

LISA WIELAND

CEO & EXECUTIVE DIRECTOR

Page 8: H299 L.G. F C I D C P B Mmassport.com/capitalmedia/H299-D1/h299-d1... · Construction Phasing, Virtual Design and Construction (VDC), and Scheduling. Massport will select multiple