Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF may 24,1995 PSA#1353

Cashier's Office, Room 5441, 10 Park Plaza, Boston, MA 02116

Z -- OIL AND HAZARDOUS MATERIALS INCIDENT RESPONSE SOL BPB-2496. DUE 072595. Contact Point T.R. Nix, (617) 342-4515. Sealed proposals for the following project will be received at the Cashier's Office, Room 5441, 10 Park Plaza, Boston, Massachusetts 02116 until the date and time stated below and will at that place and time be publicly opened and read: July 25, 1995 at 2:00 PM. Boston: FAP No.: I-93-1 (257). Central Artery/Tunnel Project. Oil and Hazardous Materials Incident Response (C25A2). Proposal Guaranty: 5% of Bid. Project Value: $5,000,000. The Massachusetts Highway Department is committed to substantive participation of disadvantaged business enterprises in the performance of the work of this contract and has therefore established a DBE utilization goal of 11% for this contract. Bidders must be prequalified by the Department in the category Hazardous Waste Remediation to bid on the above project. The Work shall include, but not be limited to, The Oil and Hazardous materials Incident Response Contract will provide a means of dealing with a change of site condition caused by a discovery of oil and/or hazardous materials. The Contractor will ``remediate'' the unexpected site conditions in order that the mainline contractor(s) may proceed with its construction, and not be subjected to OSHA 29 CFR 120.20 requirements. This Contract is not intended as ``clean up'' activities as recognized by the regulatory agencies. The Oil and Hazardous Materials Incident Response Contractor will be required to provide emergency services including qualified personnel, equipment, materials, and other pertinent services and facilities to respond to contain and clean up hazardous material that meets the definition of hazardous waste and/or exceeding the clearance criteria (TPH greater than 3000 ppm and PAH greater than 300 ppm). The Contractor, at the direction of the Engineer, shall provide services at any time and at any specified location within the CA/T alignment. The primary services to be provided under this Contract are the removal, recovery, containment, packaging, transport, storage, or disposal of oil products, underground storage tanks and related piping, hazardous materials, or asbestos. For the purpose of the Asbestos Containment and Removal category, the Contractor is responsible to respond to unforeseeable, sudden and unplanned event for which a response is necessary to contain, stabilize, remove and/or dispose of asbestos which has been dumped or released into the environment. The bidding for and award of this Contract are to be in accordance with the requirements of Massachusetts General Laws Ch. 30, Section 39M. Bidders are on notice that this project is subject to the schedule of prevailing wage rates as determined by the Commissioner of the Department of Labor & Industries (Commonwealth of Massachusetts) and the United States Department of Labor. The Proposal Guaranty shall be in the form of cash, bid bond, certified check, treasurer's check or cashier's check made payable to the Massachusetts Highway Department. Payment for Specifications/Proposal Pamphlet, may be made in cash, money order, certified check, treasurer's check or cashier's check and will be $20.00 payable at Room 5441 at the above address. The amount will be refundable, for one set only, to official bidders who submit a formal bid for the project and upon return of the documents in good condition to the CA/T Project Office at 185 Kneeland Street, within 15 days following the opening of bids, or to a common carrier or the post office department not later than the Friday following bid opening for subsequent delivery to the Department at Kneeland Street. Charges for non-refundable additional copies of the documents are as follows: Set of Specifications/Proposal Pamphlets, $20.00 each. Upon payment of the required amount, a prequalified bidder shall be entitled to receive an officially numbered non-transferable Proposal Pamphlet along with a set of Plans for the project (if required). Informational copies of plans and specifications are available to non-prequalified individuals and firms. A separate remittance should be submitted for each Proposal Pamphlet requested. Proposal Pamphlets and Plans will be issued only from the CA/T Project Office at 185 Kneeland Street 5th Floor, after payment at Park Plaza. The return of documents for refund shall also be at 185 Kneeland Street. Contract Documents will be on display at the following locations: Massachusetts Highway Department, Boston Office; CA/T Project Office; Boston Public Library, Dudley Square, 65 Warren Street, Roxbury; Contractor's Association of Boston, 25 Centre Street, Roxbury; Minority Business Development Center, 985 Commonwealth Avenue, Boston; and the Small Business Administration, 10 Causeway Street, Boston. Certain reference materials may be reviewed during the bid period by appointment only. Call T. Nix, Jr. (617) 342-4515 to make an appointment. An award will not be made to a Contractor who is not prequalified by the Department prior to the opening of the Proposals. The right is reserved to waive any informality and to reject any or all proposals. The Department, in accordance with Title VI of the Civil Rights Act of 1964, and Title 49, Code of Federal Regulations, Part 21, Non-discrimination in Federally assisted programs of the Department of Transportation issued pursuant to such act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this notice that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on grounds of race, color, or national origin in consideration for an award. The goal for female workforce participation, applicable to this proposal, is 6.9%. See Subsection 11.05, Standard Federal Equal Employment Opportunity Contract Specifications. The goal for minority workforce participation, applicable to this proposal, is 30%. See Subsection 11.03, Supplemental EEO, Anti-Discrimination, and Affirmative Action Program. In order for its bid to be determined eligible for award of this Contract, the bidder must give satisfactory assurance that it shall maintain the required ratios of employee hours to total person hours in each job category. Massachusetts Highway Department projects are subject to the rules and regulations of the Architectural Access Board (521 CMR 1.00 et. seq.). Pre-Bid Conference: A Pre-Bid Conference is scheduled to be held at 10:00 A.M. in the CA/T Project Office at One South Station in Boston, MA, 5th Floor in Conference Room No. 2 on June 14, 1995. At this conference, the bid process will be reviewed and written questions will be taken. Attendance at this conference is recommended but not mandatory and is limited to two (2) representatives per bidding entity. (142)

Loren Data Corp. http://www.ld.com (SYN# 0092 19950523\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page