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
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
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.
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:
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,
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-
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