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