Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067

Metcalf & Eddy, Inc., 30 Harvard Mill Square, Wakefield, MA 01880 USA

C -- FINAL DESIGN AND CONSTRUCTION OF GROUNDWATER TREATMENT PLANT UNDER USEPA CONTRACT 68-W6-0042 DUE 043098 POC Mariann Myers, Sr. Subcontract Administrator, 781-224-6441 WEB: Metcalf & Eddy, Inc., //www.m-e.com. E-MAIL: Metcalf & Eddy, Inc., an Air & Water Technologies firm., mariann_myers@air-water.com. Metcalf & Eddy (M&E) has been retained under USEPA Prime Contract #68-W6-0042, the Remedial Action Contract (RAC), to perform remediation activities at the Groveland Wells Nos. 1 & 2 Superfund Site, Groveland, Massachusetts. The Groveland Wells No. 1 and 2 Superfund Site contains nearly 850 acres mostly located in the western part of the Town of Groveland, MA. Both of the Town's municipal wells, i.e., Wells No. 1 and 2, were closed in 1979 when high concentrations of trichloroethene (TCE), a volatile organic compound (VOC), were discovered. The closure of the wells resulted in investigations that revealed the presence of an extensive groundwater contaminant plume, containing principally TCE, that is migrating toward the Merrimack River. The selected remedy for the contaminant plume, which consists of a groundwater extraction and treatment system designed to extract and treat approximately 145 gallons per minute of groundwater, containing an estimated maximum of 12,300 ppb of TCE, by the process of ultraviolet (UV)-catalyzed oxidation. Discharge of treated water will be to a nearby pond. The concentration of TCE in the groundwater after treatment must be below a discharge limit of 212 ppb. Metcalf & Eddy is looking for qualified sources who will be responsible for the following tasks: 1. Final design of the groundwater treatment plant equipment and layout, according to performance-based design drawings and specifications prepared by M&E; 2. Construction of a brick-veneer, pre-engineered building to house the groundwater treatment plant, and all related civil site work, such as bringing utilities to the building site, site grading, and site restoration. 3. Installation of four groundwater extraction wells with provision and installation of all associated pumps, underground piping and controls required to bring groundwater to the treatment plant. 4. Connection of three existing extraction wells to the extraction well network, including equipment upgrades to make the existing wells comparable to the newly installed wells. 5. Provision and installation of a discharge structure to bring treated water to a nearby pond that will minimize impacts to the pond. 6. Construction of a groundwater treatment plant consisting of the following components: -- Pretreatment to remove suspended solids and dissolved metals: Equalization Coagulant addition Flocculation and sedimentation Dual media filtration Sludge thickening and dewatering -- Destruction of VOCs in the groundwater by UV oxidation -- Treatment of off-gases from process tanks with vapor-phase carbon 7. Startup, operation, and maintenance of the groundwater extraction and treatment system for a minimum of one year. The preparation of the construction documents for the design of the groundwater extraction and treatment system followed a performance-based specifications approach. The documents define the treatment processes to be employed and include drawings and specifications that define the project's scope. The contractor is responsible for final design of the groundwater treatment plant; however, civil, structural, and architectural elements of the design have been finalized by M&E. Responding firms must provide supporting documentation to identify their capabilities to perform all aspects of the project, including final design, construction and operation and maintenance. Submissions from teams of several firms are encouraged to address all aspects of the project. Team submissions must clearly identify the prime contractor. Responding firms are encouraged to include plans for participation of one or more Small Disadvantaged, Women-Owned, or Small Businesses in carrying out the work, as the contract documents will require certain percentages of participation for these business types. Supporting documentation shall address the following items, at a minimum, in the order presented. 1. Indicate location of offices and staff to provide such services; 2. Indicate specialized experience and competence related to the required services, including a listing of all hazardous sites at which services were previously performed; 3. Identify qualifications of full-time personnel, their professional certifications (P.E. license in Massachusetts will be required for final design); their locations, and whether or not they are medically monitored and health and safety trained (29CFR1910.120) to conduct hazardous waste operations; 4. Indicate certification, if applicable, as small-disadvantaged, women-owned, small business, and if located in a labor surplus area; 5. Submit three (3) financial references and a current certified balance sheet; 6. List limits and types of professional liability, and other insurance currently carried (submit certificates of insurance); 7. Describe existing health and safety programs, medical monitoring programs, and training programs related to hazardous waste operations; 8. Submit Federal Government Standard Forms 254 and 255, leaving no blanks; if not applicable indicate "N/A"; 9. Submit five (5) client references and phone numbers. M&E reserves the right to pre-qualify or to reject all firms and award appropriate contract based on what it believes to be in its best interest. Special consideration will be given to small-disadvantaged, woman-owned, and small businesses and to businesses located in labor surplus areas. Following receipt and review of qualifications, Metcalf & Eddy will issue a RFP for cost and technical proposals to qualified bidders. M&E reserves the right to solicit firms in addition to those who have responded to this inquiry. Send two copies of your submittal to the point of contact by April 30, 1998. (0091)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980406\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page