Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
SOURCES SOUGHT

Y -- NY AND NJ HARBOR DEEPENING PROJECT (This is Part 1 of a two part Market Survey.)

Notice Date
1/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
CBAEN-02-009-0007
 
Response Due
2/8/2002
 
Archive Date
3/10/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Military
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Hardcopies of the Market Survey may be obtained by contacting Steven Weinberg at steve.r.weinberg@nan02.usace.army.mil, or PHONE 212-264-9080. GENERAL The New York District, U.S. Army Corps of Engineers (District) is in the process of developing the execution plan for the $1.8 billion New York & New Jersey Harbor Deepening Project (?Project?) for the deepening of various channels within the Port of New Y ork and New Jersey to a depth of 50 feet or more. The project will include the dredging of soft silts, clay, sand, gravel, glacial till and rock. It is anticipated that drilling and blasting of rock will be required in order to achieve the required excavated depth. Placement of the dredged material will b e at either upland sites, the Historic Area Remediation Sites (HARS), an aquatic placement site and/or at artificial reefs. The New York and New Jersey Harbor Deepening project will include dredging of the following channels to the required depths indicated below. In addition to the required depths below, 1.5 feet of paid overdepth will be permitted. (Attachment 1, Sketch 1) Required Excavated Excavated Channel Depth Length Ambrose Channel 53 ft 63,600 ft Anchorage Channel 50 ft 19,000 ft Kill Van Kull 52 ft 31,800 ft Newark Bay 52 ft 14,000 ft Elizabeth Channel 52 ft 8,800 ft South Elizabeth Channel 52 ft 2,700 ft Arthur Kill (to Howland Hook) 52 ft 14,400 ft Port Jersey Channel 52 ft 10,000 ft Bay Ridge Channel 50 ft 18,000 ft MATERIAL TO BE DREDGED The material to be dredged from this project is composed of recent or Holocene sediments, Pleistocene sediments and various types of bedrock. Recent, Holocene sediments consist of loose to dense Sand and very soft to stiff Silt and Clay. Pleistocene sedi ments consist of moderately dense to very dense Sand and Gravel (Till) and soft to very stiff Silt and Clay. Cobbles and Boulders are common within the Pleistocene section. The most common bedrock types are Shale, Sandstone, Diabase, and Serpentinite. T he following table displays an estimate of the various soil types and bedrock that will be encountered in each of the navigation channels. CHANNEL Recent Recent Pleistocene Pleistocene Bedrock Sand Silt Sand+ Silt and Gravel Clay Ambrose 90% 10% Anchorage 70% 30% Kill Van Kull 5% 50% 10% 35% Newark Bay 10% 20% 60% 10% Elizabeth 10% 10% 75% 5% South Elizabeth 10% 15% 60% 15% Arthur Kill 5% 10% 5% 80% Port Jersey 15% 10% 50% 20% 5% Bay Ridge 40% 45% 10% 5% PLACEMENT OF DREDGED MATERIAL The contract documents will categorize the dredged material on the basis of its placement location. In general terms, the Rock will be disposed at artificial reef sites located in New Jersey and New York, the Pleistocene material will be disposed at the HA RS and the Holocene material Unsuitable for Placement at the HARS will be processed and placed at permitted upland sites. For your information, attached is a general location map of the artificial reefs and the HARS. (Attachment 2: Sketch 2) Dredged Material Placement of the Rock at Artificial Reefs The rock material to be dredged from this project will be placed at the Sandy Hook Reef Site, Sea Girt Reef Site and/or the Shark River Reef Site in the State of New Jersey and at the Atlantic Beach Reef Site and/or the Hempstead Reef Site in the State of New York. The locations of the New Jersey artificial reef sites are: Sandy Hook Reef - approximately 5 nautical miles off Sandy Hook, NJ, the Sea Girt Reef - approximately 3.6 nautical miles off Sea Girt, NJ and the Shark River Reef - approximately 14.8 nauti cal miles offshore. The locations of the New York artificial reef sites are: Atlantic Beach Reef, is located 3 nautical miles from South Atlantic Beach, comprising 413 acres and the Hempstead Reef ? Located off of Jones Inlet. Non-Rock Material Unsuitable for Placement at the HARS Non-Rock Material Unsuitable for Placement at the HARS will be placed at a Government identified upland site. In addition, a bid may be submitted for a Contractor identified upland placement site(s). The Contractor will be required to provide with his bid the name of the site(s), operator of the site(s) and the location of the site(s). The apparent low bidder will have a period of time, presently estimated to be 70 calendar days, to demonstrate to the Government that the facility is permitted, functional an d capable of processing the dredged material. The Contractor will be responsible for performing any testing of materials required for the Contractor identified site. Dredged Material Placement at the HARS The Government has identified the HARS for placement of non-rock material removed under this Project. Non-rock material is defined as material that is less than 2.5 inches in diameter. Vessels that contain less than 25% non-rock material (i.e., vessels con taining 75% or more rock material) will not be transported to the HARS; these will go to the artificial reefs. The HARS (which includes the former 2.2 square nautical mile Mud Dump Site) is a 15.7 square nautical mile area located approximately 3.5 nautical miles east of Highlands, New Jersey and 7.7 nautical miles south of Rockaway, Long Island. QUANTITY OF DREDGED MATERIAL The quantities below are based on surveys and borings performed during the preparation of the Feasibility Study. The estimate of the volumes of material to be dredged is based on the assumption that the side slopes of the completed channels will be 1 verti cal to 3 horizontal in non-rock and 1 vertical to 1 horizontal in rock. The estimated volumes (geologic volume) for the excavation for the New York & New Jersey Harbor Deepening Project are as follows: Rock 4,210,000 cy Non-Rock (Suitable for HARS) 25,920,000 cy Non-Rock (Unsuitable for HARS) 8,170,000 cy Total 38,300,000 cy Acquisition Strategy The Government plans to advertise approximately twenty-five (25) unit price, ?Invitation for Bid? contracts ranging in dollar value from $50 million to $100 million. However, the contract value will continue to be evaluated as the design and procurement pr ogresses. Each contract will require dredging to the required project depth plus an allowance for overdepth material of up to 1.5 feet. Each contract could include rock, non-rock suitable for placement at the HARS, and non-rock unsuitable for placement at the HARS t o be placed at an upland facility. In addition, a bid may be submitted for the placement of non-rock material unsuitable for placement at the HARS at a Contractor identified placement site or sites. Feasibility Study Construction Schedule The anticipated construction schedule follows: OPERATIONAL CONSTRAINTS Hours of Operation Dredging for the Project may be performed without restriction twenty-four hours a day. Blasting will be confined to daylight hours during the period from 2 hours after sunrise to 1 hour before sunset. At no time shall blasting be performed prior to 9:00 A M or after 6:00 PM. Blasting is prohibited on Sundays. The Contractor will conform to all local, state and federal laws while carrying out the dredging and drilling and blasting activities. Equipment Use of a hopper dredge is prohibited except for Ambrose Channel and that part of Anchorage Channel that lies between the northern end of Ambrose Channel and the entrance to the Kill Van Kull Channel. Dredging of Non-Rock Material Unsuitable for Placement at the HARS The removal of Non-Rock Material Unsuitable for Place ment at the HARS will be accomplished with an environmental bucket. This material will be removed, with an environmental bucket, either to refusal or to a specific elevation. When removing Non-Rock Material Unsuitable for Placement at the HARS, the Contractor shall employ the following best management practices: 1) No barge overflow shall be permitted during the dredging and transport of this material. 2) A closed environmental bucket shall be used wherever possible to excavate this material. 3) Dredged material shall be placed deliberately in the barge in order to minimize/prevent spillage of material overboard. 4) The dredge shall be operated so as to maximize the bite of the environmental bucket and minimize the amount of free water. 5) To minimize the loss of material during the excavation, the clamshell bucket lift speed shall not exceed 2 feet per second. 6) All barges or scows used to transport sediment shall be of solid hull construction or be sealed with concrete, except for material permitted for sub-aqueous placement. 7) The gunwales of the scows shall not be rinsed or hosed during the dredging. 8) Decanting freestanding water from the scows may be required prior to placement. Noise and Vibration Monitoring Notwithstanding typical construction activities likely to occur in the federal channel, all drilling and blasting operations shall be in compliance with local, state and federal noise and vibration ordinances. During the course of the contract, the Contrac tor shall establish, at a minimum, an initial baseline (background) of noise and vibration levels prior to the start of work and monitor noise and vibration levels relative to that baseline and the ordinances. The Contractor will be expected to process an y and all complaints from private parties promptly that arise from the use of the Contractor?s equipment. The Contractor shall designate a disturbance coordinator, responsible for but not limited to responding to noise and vibration complaints, determining the cause, and implementing measures to mitigate impacts. Drilling and Blasting of Rock The Contractor will be responsible to perform a pre-blast survey of the interior and exterior of all structures, including all historic structures within a one thousand five hundred (1500) foot radius of any blasting operations. The contractor must notify all affected property owners of the pre-blast survey. All structures within this radius will be inspected and their condition documented and photographed. Upon the conclusion of the blasting operation, the Contractor will be expected to process any and a ll complaints of damage from private parties arising out of the Contractor?s blasting operation. All drilling and blasting operations will be in compliance with local, state and federal noise ordinances. Blasting shall be confined to daylight hours during the period from 2 hours after sunrise to 1 hour before sunset. At no time shall blasting be perf ormed prior to 9:00 AM or after 6:00 PM. Blasting is prohibited on Sundays. Coordination with the United States Coast Guard Prior to the commencement of work, the Contractor shall notify the 1st Coast Guard District, Aids to Navigation Officer, of his proposed operations, including location and duration of operations and request that the information be published in a Notice to Mariners. This notification must be given at least three (3) weeks in advance so that it appears in the Notice to Mariners at least one week prior to the commencement of the dredging operation. The Contractor shall also coordinate all dredging and transpor tation activities with U.S. Coast Guard Activities New York, Vessel Traffic Service Branch. The Contractor will mark work areas with buoys as coordinated with the USCG. When blasting is to be performed, the Contractor will notify he USCG twenty-four (24) hours prior to the scheduled shot and 2 hours prior to the actual shot. The channel must be kept open to vessel traffic at all times, except as permitted by the USCG. The USCG is responsible for the enforcement of traffic restrictions of all vessels within the channels. SURVEY OF THE DREDGING INDUSTRY ? Part 1 The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of prospective dredging contractors? project execution capabilities. Please provide your response to the following questions. At the end of this survey you will be asked to provide your comments. General 1) Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, if possible. 2) Have you performed dredging within the waters of the Port of New York and New Jersey? 3) Would you be willing to bid on the project described above? If the answer is No, please explain why not? 4) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 5) Is there a dollar limit on the size contract that you would bid? 6) What is the largest dredging contract, in dollars, on which you were the prime contractor? 7) What is your bonding capacity per contract? What is your total bonding capacity? Equipment 8) What type of dredge equipment do you own and or operate that is suitable for the work described? Please list each piece of equipment capable of performing each type of work described, i.e. dredging of Non-HARS material, HARS material and Rock. For each dredge that you list, please specify its capacity, bucket size(s), pump horsepower, and other salient characteristics. 9) Identify which dredge(s), including support equipment (tug, scows, drill boat, etc), you would employ on this project. 10) If necessary, would you build additional dredges and/or other equipment to meet the needs of this project? What type of equipment would you build and how long would it take to build it? If you were to build a dredge, what type of dredge would you build ? 11) How many dump scows and hopper scows do you have available for use? Please list them and provide their capacity. 12) Do you have experience with the placement of dredged material at sub-aqueous sites? at upland placement sites? 13) Have you drilled and blasted rock on prior dredging projects? 14) How many drill boats do you own? How many drill rigs are on each drill boat? 15) If you do not own any drill boats, will you be able to acquire the proper equipment necessary to drill and blast rock? 16) If necessary, would you build drill boats to meet the needs of this project? How long would it take to build the number of drillboats that you have in mind? Acquisition Strategy 21) The Government is currently proposing that each contract require dredging to the required project depth. Each contract could include rock, non-rock suitable for placement at the HARS, and non-rock material unsuitable for placement at the HARS to be pla ced at an upland facility. What is your preference as to whether the contracts should be structured to 1) remove material in horizontal layers based on their placement site locations or 2) remove material so that each contract requires dredging to the requ ired project depth? Air Quality Considerations The Corps is currently in discussions with regulatory agencies concerning air quality. Initial discussions with these agencies indicate that the overall emissions from the equipment to be used to deepen the Harbor will cause the metropolitan area to exceed state emission limits. Your responses to the following questions will provide valuable information for future discussions with these agencies. 22) Do you have any information (i.e. engine manufacturer statements on emissions characteristics, etc) or data (engine model, manufacturer, year, etc) available on the emission levels from your dredge, tugboat, scow, etc.? If so, would you please provide us this information with your response along with a point of contact and phone number? 23) Have you had experience with the use of alternative fuels, admixtures, or retrofitting of equipment to reduce emission levels? If so please identify the project, the nature of the alteration to the previous operating pattern. Would you please provide u s with a point of contact and phone number so that more detailed information could gathered at a future date? 24) Do you believe that the use of an electric powered dredge is a viable alternate to a diesel powered hopper, clamshell and excavator dredge? Do you own or have available for your use an electric dredge? Would you provide us the landside infrastructure r equirements to support your electric dredge(s)? 25) Would you be willing to purchase emission reduction credits (ERC) in lieu of using alternative fuels, admixtures, or retrofitting equipment? Have you ever purchased such credits? If so please identify the project, a point of contact and phone number. 26) Would you be willing to be part of a field trial for emission level monitoring? Have you ever been involved with a field trial study previously? If so, please provide us the point of contact for that study. 27) Would you be willing to be part of a field trial of the use of alternative fuels, admixtures, the retrofitting equipment to reduce emission levels, or some combination of those three measures? Have you ever been involved in a field trial study of this nature previously? If so, please provide us the point of contact for that study. 28) There exists the potential that operational constraints, or reduction in hours worked on a poor air quality day, or both might be imposed as part of the contract document. Would the possibility of the imposition of such constraints affect your decision to submit a bid? Contractor?s Comments or Recommendations
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Port of New York and New Jersey New York & New Jersey Harbor New York NY
Zip Code: 00000
Country: US
 
Record
SN20020111/00013020-020110090433 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.