6
MPA C ONTRACT N O . M690 J UNE 2021 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 Q UALIFICATIONS M690 MASSPORT H AUL R OAD R EALIGNMENT & S IGNALIZATION S OUTH B OSTON, MASSACHUSETTS S UPPLEMENTAL I NFORMATION P ACKAGE

M690 M H R S B M - massport.com

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

MPA CONTRACT NO . M690 JUNE 2021

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

M690

MASSPORT HAUL ROAD REALIGNMENT &

SIGNALIZATION

SOUTH BOSTON, MASSACHUSETTS

SUPPLEMENTAL INFORMATION PACKAGE

MPA CONTRACT NO . M690 JUNE 2021

SCOPE OF WORK:

This RFQ includes specific scope for: M690, Massport Haul Road Realignment & Signalization. The Authority

is seeking qualified multidiscipline consulting firms or teams with professional engineering services for planning,

design, and construction, including resident inspection for this Civil Engineering capital project. The Consultant(s)

must be able to work closely with the Authority, adjacent developers, City of Boston and other interested parties in

order to provide such services in a timely and effective manner.

The Consultant team shall demonstrate experience in the required disciplines including but not limited to being or

contracting with M/WBE sub-consultants, Lean Design/ Construction, Virtual Design/ Construction (VDC), AutoCAD

Civil 3D/Civil Design, Planning, Permitting, Electrical, Structural, Traffic, Cost Estimating, Construction Phasing and

Scheduling. Massport will supply Land Surveying services for this contract. Massport will select a consultant(s) for

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

BACKGROUND:

Massport is a major landowner in the South Boston Waterfront, the owner/operator of the nearby Conley Container

Terminal and Flynn Cruiseport Boston. These maritime facilities, together with the Massport Marine Terminal, local

seafood processing and other truck dependent businesses depend on efficient truck access. The Massport Haul Road

is a critical element of this existing trucking access network. This proposed project provides for the following

modifications to the Massport Haul Road to improve both truck and multi-modal access:

• Signalized intersection - The design & construction of a signalized intersection at Northern

Avenue/Massport Haul Road/Fid Kennedy Avenue. The relocated intersection will include a traffic

signal for transit and freight, improve the geometry at Massport Haul Road/ Fid Kennedy Avenue and

allow for an improved level of safety for pedestrians.

• New signalized mid-block pedestrian crossing - The design & construction of a signalized pedestrian

crossing at the Massport Haul Road/ Silver Line Way intersection. The intersection must be designed

to minimize conflicts between pedestrians and trucks, while improving freight travel times.

• Massport Haul Road Realignment – Design and construction of the realignment of the Massport Haul

Road. This will improve the geometric alignment of the intersection, improve this existing truck access

route and consider multi-modal access. The realignment will also partially or entirely replace the

streetlight infrastructure, include sidewalk construction & relocated utilities as required.

PROJECT SCOPE:

In summary, the scope of the design shall include but not limited to:

• Roadway Design

• Street Lighting Design

• Traffic Signalization Design

• Sidewalk and Crosswalk Design

• Construction Traffic Management &

Phasing

• Utility Improvements/Relocations

• Environmental & Permitting

• Public Engagement

• Coordination with the City, MBTA,

adjacent Developers and Contractors

4

CONSULTANT SERVICES

PLANNING & DESIGN The Consultant must commence work by performing a detailed review of existing conditions, original design

documents, record drawings, available reports, concept designs and submittals. The Consultant shall participate

in coordination meetings with the City of Boston, the MBTA and developers of adjacent development parcels to

develop conceptual, preliminary and final designs for the re-alignment of the Massport Haul Road and the

signalization of the Massport Haul Road and Northern Ave/FID Kennedy. Said design reports, which will be

authorized in phases, shall identify the project scope, budgetary cost, schedule and logistical concerns.

Specifically, the reports must include but is not limited to:

• 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 design standards,

code requirements, condition of equipment and operation. A clear design and permitting strategy must

be included.

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

all project elements 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 areas 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.

• The consultant shall prepare plans, specifications and estimates of the construction cost at each phase

of the design. Massport’s divisions I, IIA, IIB, IIC, III & IV are to be included in the bid document

package. These documents shall be prepared and adjusted in accordance with Massport’s guidelines.

CONSTRUCTION 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 construction plans and specifications will be publicly bid

via the electronic bidding process used by Massport. The Consultant will promptly respond to bidding

questions and will prepare addenda in collaboration with Massport. The Consultant will provide a canvas

of bids and a recommendation for award for the subject project, if requested.

CONSTRUCTION PHASE

Due to the phased nature of the work in an active truck route, the Consultant will need to demonstrate

success in working with a multitude of interested parties including the City of Boston, the MBTA, nearby

developers and 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 minimize impacts to truck traffic, vehicular, pedestrian and other operations in the area. Phases

of the project shall be displayed in 3D models to engage stakeholder input and drive into project delivery.

EVALUATION CRITERIA

The submission shall be evaluated on the basis of the following equally weighted criteria:

(1) Demonstrated experience and knowledge of the team for similar projects of similar size and

complexity particularly for the Project Manager. Highlight the experience and expertise for the

major sub-consultant and their assigned staff. Geographical location and proposed % allocation

to this project should be mentioned as well. Familiarity with MGL, including filed sub-bid

experience, and demonstrated ability to design to MassDOT specifications.

5

(1) Project understanding and proposed technical approach, the QA/QC process during

document preparation, cost management, scheduling capabilities, construction oversight,

ability to plan and perform work with minimal disruption to traffic and adjacent businesses.

(2) Demonstrated experience in integrating and managing BIM/VDC in the planning, design and

construction stages. Ability to manage Civil 3D models and develop a coordinated 3D model

in support of Design and Construction. Experience utilizing Lean Design & Construction

(Last Planner System®, Scrum or others tools) to increase the reliability and significantly

improve projects and teams’ performance.

(3) Demonstrated project experience in sustainable and resilient roadway design and

construction, including experience with roadway features and project aspects that reduce

environmental impact. These may include strategies such as reducing storm water runoff

through the use of pervious pavement or other strategies where appropriate, life cycle

analysis including embodied carbon for materials used for roadway construction, and

material re-use and recycling as part of an overall waste management program . Firms are

encouraged to demonstrate “outside of the box” thinking for examples of inclusion of

sustainable practices into this project, and specify how those practices may be applied to this

project proposal. Respondents must demonstrate the capability to incorporate design features

into roadway projects that reflect best practices in environmental stewardship.

(4) Proposed approach to enhance diversity and inclusion of firms to increase the pool of

consultants working on the Authority’s projects. For those M/WBE firms proposed, please

describe their type and/or category of work (i.e. civil, electrical, Lean, etc.); include the

specific roles to be played by each M/WBE, and the extent to which involvement by such

M/WBE is anticipated as of date of the proposal submission, (include the % goal).

The Authority recommends that each evaluation criteria be addressed in the response as a separate section.

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:

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. M/WBE

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

shall provide a copy of the M/WBE 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 one (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 Consultant shall specify in its cover letter that it has the ability to obtain requisite insurance coverage.

6

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 thumb drive 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 3 sheets (6 pages) of information contained under SF 330 Section H addressing the

evaluation criteria (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.

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

scheduled a virtual Consultant Briefing at 9:30 am on Tuesday, June 22, 2021 via a GO-TO-MEETING.

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. Please join the meeting from your computer, tablet or

smartphone. https://global.gotomeeting.com/join/893179813. You may also dial in using your phone:

(669) 224-3412 Access Code: 893-179-813

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

required shall be addressed to Luciana Burdi, Intl. Assoc. AIA, CCM, MCPPO, Director of Capital Programs

and Environmental Affairs and received no later than 12:00 noon on Thursday July 29, 2021 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 June 16, 2021

Consultant Briefing Tuesday June 22, 2021 at 9:30 am

Deadline for submission of written questions

Tuesday June 29, 2021 at 12:00PM (noon)

Official answers published (Estimated)

Wednesday July 7, 2021

Solicitation: Close Date / Submission Deadline Thursday July 29, 2021 at 12:00PM (noon)

Times are Eastern Standard Time (US).

7

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.

PROJECT REQUIREMENTS:

Project requirements include, but are not limited to:

Terms & Conditions:

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

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/.

Additional Requirements and Guidelines:

As deemed appropriate and required by the Authority or the project’s needs, the consultant agrees to follow the

requirements as set in the various Guidelines and Standards that can be found on the Authority’s web page at

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

M/WBE Participation:

The Authority is committed to helping address the disparity in the participation of minorities and women The

Authority is committed to helping address the disparity in the participation of minorities and women in design.

Along with the M/WBE commitments which reflect ownership status set forth below, the Authority’s Designer

Selection Panel are interested in learning about the applicant firm’s approach and commitment to diversity in its HR

policy, its overall business practices and in assembling this Project team. Firms are encouraged to be creative in

assembling their teams by considering dividing the work of a particular discipline, when appropriate, including work

it would typically provide in house, partnering, offering opportunities to qualified firms with which it or its

consultants have not previously worked or firms that may have less experience working on public projects, and other

means that provide additional opportunities for M/WBE in new ways.

Applicants, as prime firm and team lead, in their application, should directly address their approach to enhancing

diversity in assembling the team for this Project, including a clear description of each working relationship, and in

their overall HR and business practices. The Authority strongly encourages teams composed of firms that expand the

overall breadth of different firms working on Authority Projects.

The Commonwealth of Massachusetts establishes combined M/WBE participation goals of 21.6% for design of

state-funded and state-assisted projects. Massport will be highly interested in those proposals whose strategy and

approach exceed the stated goal.

Applications from M/WBE firms as prime consultant are encouraged. Applicants that are themselves M/WBE

certified may use their participation toward meeting the determined work order goal for the certification they hold

and will be required to bring participation by additional firm(s) that holds the necessary certifications to meet or

exceed the goals assigned. Applicants are strongly encouraged to utilize multiple disciplines and firms to meet the

M/ WBE goals. Consultants to the prime can team within their disciplines in order to meet the M/WBE goals, but

must state this relationship.

Please note that only firms that are currently certified as M/WBE and DBE in the Commonwealth of Massachusetts

be credited toward meeting Project M/WBE or DBE goals.

MASSACHUSETTS PORT AUTHORITY

LISA WIELAND

CEO & EXECUTIVE DIRECTOR