|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863State of New Hampshire, Department of Environmental Services, 6 Hazen
Drive, P.O. Box 95, Concord, NH 03302-0095 Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES -- CONSTRUCTION OF
GROUNDWATER CONTAINMENT, COLLECTION AND TREATMENT FACILITIES-OK TOOL
SOURCE AREA, SAVAGE SUPERFUND SITE, MILFORD, NH SOL 2511 DUE 071597 POC
Maribel Ortiz (617-252-8141) or Peter Borowiec, Jr. (617-252-8000) NEW
HAMPSHIRE DEPARTMENT OF ENVIRONMENTAL SERVICES WASTE MANAGEMENT
DIVISION CONSTRUCTION OF GROUNDWATER CONTAINMENT, COLLECTION AND
TREATMENT FACILITIES OK TOOL SOURCE AREA/SAVAGE MUNICIPAL WELL
SUPERFUND SITE INVITATION TO BID Sealed Bids for construction of
Groundwater Containment, Collection and Treatment Facilities at the OK
Tool/Savage Municipal Well Superfund Site, Milford, New Hampshire will
be received by the New Hampshire Department of Environmental Services,
Waste Management Division, 6 Hazen Drive, Concord, New Hampshire until
2 PM, July 15, 1997 and at that time and place will be publicly opened
and read aloud. The work involves the following major items: 1.
Construction of new metal building. 2. Construction of a soil-bentonite
slurry wall. 4. Installation of air sparging and soil vapor extraction
systems. 5. Demolition of existing buildings, storage tanks and site
cleanup work including disposal of hazardous and regulated materials.
6. Installation of a groundwater and soil vapor treatment system.
Contract Documents may be examined and/or obtained at the office of
Camp Dresser & McKee Inc., Ten Cambridge Center, Cambridge,
Massachusetts 02142 on or after June 6, 1997. Contract Documents are
available for examination at F.W. Dodge Division, McGraw-Hill
Information Systems Co., Lexington, Massachusetts, or Manchester, New
Hampshire. A deposit of $100.00 in cash or check payable to the New
Hampshire Department of Environmental Services, Waste Management
Division will be required for each set of the Contract Documents. A
refund of the deposit will be made for Documents returned in good
condition within 30 days after the Bids are received. Bidder will be
furnished one set of Contract Documents for the deposit specified.
Additional sets of Contract Documents may be purchased for the cost of
printing same. No deposit will be given for the return on additional
sets. Bidders requesting Contract Documents by mail shall include an
additional non-refundablecheck payable to Camp Dresser & McKee Inc. in
the amount of $25.00 per set to cover costs of handling and mailing.
The Contractor shall demonstrate that its barrier wall subcontractor
has the experience, financial capability, safety record, and equipment
to satisfactorily carry out the work as shown on the drawings and as
specified. As minimum requirements, the proposed barrier wall
subcontractor shall have successfully completed at least three slurry
wall projects of similar size and complexity as the proposed work
within the past three years, successfully completed at least 300,000
vertical square feet of slurry wall per year over the past three years,
and shall have the ability to provide a performance bond and a labor
and materials bond for at least the value of the proposed barrier wall.
Contractor shall submit the information required in the Instructions to
Bidders pertaining to his proposed slurry wall subcontractor to the
Owner as part of the bid submittal. If the Engineer and Owner
determinesthat this submittal is not complete, the bid shall be
consider incomplete and the bid shall be rejected. Each Bid shall be
submitted in accordance with the Instructions to Bidders and be
accompanied by a Bid Security in the amount of 10% of the Bid. No
Bidder may withdraw his Bid for a period of ninety calendar days after
the actual date of the opening of the Bids. The Successful Bidder must
furnish a 100 percent Construction Performance Bond and a 100 percent
Construction Payment Bond with a surety company acceptable to the
Owner. Complete instructions for filing Bids are included in the
Instructions to Bidders. Wage rates for this Project are subject to the
minimum Federal Wage Rates. The Owner reserves the right to waive any
informality in, or to reject any or all Bids if deemed to be in the
best interest of the public. Any contract or contracts awarded under
this Invitation to Bid are expected to be funded in part by the United
State Environmental Protection Agency through the Superfund Program
with the State of New Hampshire acting as the Owner. Neither the United
States nor any of its departments, agencies or employees is or will be
a party to this Invitation to Bid or any resulting contract. This
procurement will be subject to regulations contained in 40 CFR Part 35
Subpart O. Bidders shall certify that they do not, and will not,
maintain or provide for their employees any facility that is segregated
on a basis of race, color, creed, or national origin. Bidders shall
comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon
Act, the Anti-Kickback Act, and the Contract Work Hours Standards Act.
Bidders on this work are required to comply with 40 CFR Part 35.6580
of the United State Environmental Protection Agency's Region I policy
on the increased utilization of Minority Business Enterprise's (MBE's).
The requirements for bidders and contractors covered by this policy are
explained in the Instructions to Bidders. Bidders on this work are
required to comply with 40 CFR Part 35.6580 of the United State
Environmental Protection Agency's Region I policy on the increased
utilization of Women Business Enterprise's (WBE's). The requirements
for bidders and contractors covered by this policy are explained in the
Instruction to Bidders. Bidders on this work will be required to comply
with the President's Executive Order No. 11246 and all amendments and
supplements to that Executive Order. Philip O'Brien, Ph.D., Director
New Hampshire Department of Environmental Services Waste Management
Division (0157) Loren Data Corp. http://www.ld.com (SYN# 0113 19970610\Y-0011.SOL)
Y - Construction of Structures and Facilities Index Page
|
|