|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1996 PSA#1525Malcolm Pirnie, Inc., 104 Corporate Park Drive, White Plains, New York
10602, Attention: Dennis G. McGrath, ARCS Operations Manager F -- REVISED SCHEDULE FOR 1/4/96 AND 1/23/96 NOTICES PERTAINING TO
DRILLING SERVICES TO BE PERFORMED AT THE LI TUNGSTEN SUPERFUND SITE,
GLEN COVE, NASSAU COUNTY, NEW YORK: USEPA CONTRACT NO. 68-W9-0051 Sol
Invitation For Bid No. 8001-202-MW. POC: Dennis G. McGrath
(914-641-2818). The schedule for procurement of drilling services as
originally published in a notice on January 4, 1996 and indefinitely
delayed in a notice published on January 23, 1996 has now been
finalized. Sealed Bids for the drilling and sampling of sixty-three
(63) soil borings; the drilling, sampling and installation of sixteen
(16) monitoring wells; the excavation of six (6) test pits;
installation of one (1) geoprobe groundwater sample point; and the
performance of a step drawdown and 72-hour pumping test at the Li
Tungsten Site, a Superfund (NPL) hazardous waste site in Glen Cove,
Nassau County New York, will be received by the ENGINEER, Malcolm
Pirnie, Inc., 104 Corporate Park Drive, White Plains, NY 10602, until
2:00 p.m. local time on Tuesday, March 5, 1996 at which time and place,
the bids will be privately opened. Bids received after the stated date
and time will not be considered consistent with the application of
FAR/EPAAR provisions. Bids received through the mail shall be made in
accordance with FAR 52.214-7 and will be accepted by the Engineer in
accordance with FAR 52.214-7. FAXED Bids will not be accepted. A
Mandatory prebid site visit will be conducted at 11:00 AM on Thursday,
February 15, 1996. Directions to the site are contained in the Bid
Documents. Forty three (43) soil borings will be drilled and sampled
around suspected source areas to a average depth of 10 feet. At each
soil boring location, split-spoon samples will be collected from the
ground surface to the specified depth, using ASTM Standard D 1586.84.
Twenty (20) soil borings will be advanced for the purpose of down hole
gamma logging to be performed by the ENGINEER. These soil borings will
be advanced to 15 feet and a 2.5 inch diameter hollow PVC pipe, capped
at the end will be temporarily inserted into the borehole by the
SUBCONTRACTOR to facilitate the logging. After gamma logging is
completed, the borehole will be grouted by the SUBCONTRACTOR. Nine (9)
shallow and seven (7) deep monitoring wells will be installed in the
overburden material. It is anticipated that the shallow wells will be
approximately 25 feet deep and the deep wells will be approximately 100
feet deep. The wells will consist of a 10 feet length of four-inch
diameter Schedule 40 PVC screen and casing. Properly sized gravel pack
will be installed to two feet above the screen. A two foot thick
bentonite seal will be installed on top of the gravel pack and cement
bentonite slurry will be tremied to the surface. A six-inch diameter
steel outer protective casing, with locking cap and vent hole will be
installed over each well. Test pits will be excavated to provide
detailed information on the vertical limits of the buried waste in an
on-site disposal area and to collect soil samples for chemical and
radiological analysis. The backhoe will excavate the test pit in one
foot lifts of approximately two feet wide by ten feet long. Samples for
laboratory analysis will be collected by the ENGINEER directly from the
backhoe bucket. One soil boring will be advanced by the SUBCONTRACTOR
for the purpose of installing a geoprobe sampling point. As an
alternative, a separate boring may be drilled adjacent to the geoprobe
location for sample collection. At this location, continuous
split-spoon soil samples will be collected from the ground surface to
the water table. The geoprobe will be hydraulically driven no more than
five feet into the saturated zone. The ENGINEER shall be responsible
for the sample collection. An aquifer test will be conducted by the
SUBCONTRACTOR on one monitoring well. The aquifer test will include a
step drawdown pumping test, followed by a 72-hour constant rate pumping
test. Bid Documents may be examined at the office of Malcolm Pirnie,
Inc., 102 Corporate Park Drive, White Plains, New York. Copies of Bid
Documents may be obtained at the office of the ENGINEER on or after
February 5, 1996 between 9:00 a.m. and 3:30 p.m., at a cost of $100.00
for each set (Company or certified check only made to ``Malcolm
Pirnie, inc.''). All checks must be submitted to the attention of Susan
Molnar, ARCS Financial Manager, at Malcolm Pirnie, Inc., 104 Corporate
Park Drive, White Plains, New York 10602. Bid Documents are also
available by mail upon receipt of two separate checks, one for $100.00
and the second for $25.00 to cover postage and handling per each set
of Bid Documents. Interested parties who have already requested copies
of the Bid Documents do not need to submit another request. Neither
the OWNER nor the ENGINEER will be responsible for full or partial sets
of Bid Documents, including any Addenda, obtained from any other
source. Parties who choose not to bid and to return a full set of the
Bid Documents in good condition, up to 5 days BEFORE the Bid due date,
will have their $100.00 check returned. All Bids shall be made on
forms furnished in the Bid Documents and shall be enclosed in a sealed
envelope marked on the outside with ``Li Tungsten Superfund Site, Glen
Cove, Nassau County, New York, Drilling Bid Enclosed'' and addressed as
follows: Malcolm Pirnie, Inc., 104 Corporate Park Drive, White Plains,
New York 10602, Attention: Dennis G. McGrath, ARCS Operations Manager.
The name of the Bidder, it address and the date of the bid opening
shall be plainly marked on the outside of the package. Each Bid must be
accompanied by bid security in the form of a certified, treasurer's or
cashier's check or Bid Bond in the amount of ten (10) percent of the
Bid, made payable or firmly bound to the order of Malcolm Pirnie, Inc.
The attention of Bidders is called particularly to the requirements
with respect to conditions of employment to be observed and minimum
wage rates to be paid as required by the Bid Documents. Bidders shall
provide proof of qualifications to perform the Work. The successful
Bidder will be required to furnish a Performance Bond and Labor and
Materials Bond each in an amount equal to 100 percent of the Contract
Price. To perform this work, the successful Bidder shall hold or obtain
all licenses and permits as required by federal, state, and local
statues. Bidders must adhere to applicable federal and state
requirements for health and safety training (29 CFR 1910.120) medical
monitoring, conditions of employment and wage rates. Before a
subcontract is awarded for work, the ENGINEER will conduct such
investigation as is necessary to determine the performance record and
ability of each Bidder to perform the size and type of work described
in the Bid Documents. Upon request, the Bidder shall submit such
information as deemed necessary by the ENGINEER to evaluate the
Bidder's qualifications. Before a subcontract is awarded, compliance
with all USEPA requirements specified in the Bid Documents must be
demonstrated and will be subject to USEPA review and consent. The
ENGINEER reserves the right to: (1) reject all Bids or any Bid not
conforming, in the sole opinion of the ENGINEER, to the intent and
purpose of the Bid Documents; (2) postpone the award of the
subcontract, or (3) cancel this solicitation at any time prior to
subcontract award. (032) Loren Data Corp. http://www.ld.com (SYN# 0025 19960205\F-0001.SOL)
F - Natural Resources and Conservation Services Index Page
|
|