|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598FERMCO, P.O. Box 538704, Cincinnati, Ohio 45253-8704 Y -- NORTH ENTRANCE AND HAUL ROAD CONSTRUCTION SOL FSC 587 DUE 081096.
Contact: Alan J. Hohnhorst, (513) 648-5168. The Fernald Environmental
Restoration Management Corporation (FERMCO), IFB No. (To be assigned)
is scheduled to be released on or about August 1, 1996 for the
construction of a New Haul Road and the relocation of the Plant's North
Entrance Road Phase 1 at the Department of Energy's Fernald
Environmental Management Project (FEMP), Fernald, Hamilton County,
Ohio. Contract award is anticipated around October 1, 1996. NOTE: THIS
PROCUREMENT IS DESIGNATED AS A SMALL BUSINESS SET-ASIDE ONLY (SIC CODE
1611). The following further describes the potential scope of work to
be included in the IFB. The activities include tree and stump removal,
clearing and grubbing, surveying, planning and installation of
construction traffic controls/signage, removal/relocation of fencing,
installation of new culverts, dust control, erosion and sediment
control, preparation of subgrade, placing of geotextile fabric with
aggregate and asphalt pavement installation, permanent road signage,
fabrication and installation of a new pedestrian bridge with associated
electrical, pavement striping, seeding and mulching. The contractor
shall provide all personnel, supervision, facilities, equipment,
material, supplies and services (except as may be expressly set forth
in any subsequent subcontract) and otherwise do all things necessary
for, or incidental to, the performance of the work as set forth in the
subcontract. The successful bidder shall be required to comply with
the terms and conditions of the FEMP Site Project Labor Agreement
between FERMCO and the Greater Cincinnati Building and Construction
Trades Council. The prospective bidder must be able and willing to
perform at least 45% of the work with their own work forces. To be
qualified to bid and receive award for this work, a prospective bidder
must: (a) provide a list of all contracts meeting Criteria 1 through
3 below. The list shall include a project name and brief description of
actual work performed, (b) location, point of contact and telephone
number for the project owner, 9c) total dollar value of the prospective
bidder's subcontract (d) dollar value of work performed by the prime
contractor or lower tier subcontractor, as applicable, (e)
identification of lower tier subcontracts, where applicable, (f) brief
summary of major quantities of major work items performed and (g)
brief summary of equipment inventory for the projects. The mere
submittal of marketing data is not sufficient. The responders must
submit complete documentation indicating how the criteria have been
met. The information must be submitted clearly and in a logical form.
FERMCO will not expend time extracting data/information from
marketing/sales brochures. If the data submitted does not meet the
criteria, the contractor will be disqualified as a prospective bidders
and so informed. Criterion 1 - Demonstrated successful performance
(quality, technical and schedule) by the contractor of at least three
(3) contracts with the Ohio Department of Transportation OR one (1)
contract with the Ohio Department of Transportation and two (2)
contracts with any other state DOT within the last five (5) years in
which the contractor's amount was approximately $2,000,000 per project
and at least 45% of this work was performed directly by the contractor
utilizing union labor forces. Criterion 2 - Demonstrated successful
performance (quality, technical and schedule) by the contractor of at
least two (2) roadwork projects including surveying, clearing and
grubbing, subgrade preparation, grading and drainage, erosion and
sediment control, hauling and placement of asphalt for approximately
10,000 lineal feet and 24 feet wide within the last five (5) years and
at least 45% of the work was performed directly by the contractor.
Criterion 3* - Demonstrated successful record of safe construction
performance by a current workers compensation experience modification
rate (EMR) of less than or equal to 1.05 or the trend for the past
three (3) years has been downward with an EMR not greater than 1.25.
*NOTE: If a prospective bidder cannot meet Criterion 3 but still
desires to become prequalified, the prospective bidder may do so under
the following conditions: 1) Include a narrative statement as to the
reason(s) for not being able to meet the criterion and request FERMCO
consideration of any special circumstances that relate to its rating.
2) The prospective bidder is advised that the FERMCO evaluation and
decision as to acceptability and responsibility for this solicitation
is final and is not subject to discussions of any type between FERMCO
and the prospective bidders and is not subject to any appeal or
dispute. Firms interested in this work must meet all the above defined
criteria to be eligible to receive the Invitation For Bid. The
estimated cost of the project is $1,000,000 to $5,000,000. Bid
guarantee required, non-refundable charge for solicitation documents to
be determined. Interested firms should send a Letter of Qualification
referencing this announcement and including shipping address, primary
contact, and telephone and fax numbers to the attention of A. J.
Hohnhorst at FERMCO, P.O. Box 538704, Mail Stop 44, Cincinnati, Ohio
45253-8704 no later than June 28, 1996. Qualified firms will be
notified approximately July 15, 1996 and requested to submit a check
for the solicitation documents at that time. All prequalified sources
may submit a bid which will be considered. Any firm interested as a
lower tier subcontractor or supplier may obtain a copy of the
solicitation by sending a check to the above address, however, bids
will only be accepted by FERMCO from prequalified prime bidders. (135) Loren Data Corp. http://www.ld.com (SYN# 0117 19960517\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|