Inner Harbor Dredging Reaches C, D, & E Stations 0+000 to 70+000 (№17459899)

08 nov

Number: 17459899

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


08-11-2019

Description


Inner Harbor Dredging Reaches C, D, & E Stations 0+000 to 70+000Solicitation Number: W912HN-19-B-5003
Agency: Department of the Army
Office: US Army Corps of Engineers
Location: USACE District, Savannah

Solicitation Number: W912HN-19-B-5003

Notice Type: Award

Contract Award Date: November 7, 2019

Contract Award Number: W912HN20C5001

Contract Award Dollar Amount: $151305750.00

Contractor Awarded Name: Weeks Marine, Inc.

Contractor Awarded DUNS: 189601636

Contractor Awarded Address: 304 Gaille Drive
Covington, Louisiana 70433
United States

Synopsis: Added: May 24, 2019 3:35 pm Modified: Jun 24, 2019 5:09 pm

Track Changes This synopsis is for Inner Harbor Dredging Reaches C, D, & E Stations 0+000 to 70+000. This acquisition is being offered as an unrestricted full and open competitive solicitation and will result in a Firm Fixed Price Contract Award. The construction magnitude for this project is between $100000000.00 and $250000000.00.

Project Location: Savannah Harbor is located at Savannah, Chatham County on the northern coast of Georgia and the southern coast of Jasper County, South Carolina. The Savannah River North Toe, down river of the confluence of the Sediment Basin is the boundary line separating Georgia from South Carolina. The existing Savannah Harbor inner harbor channel extends from Station 0+000 at the landward end of the navigation jetties inland to Station 112+500 in Port Wentworth, Georgia. The deepening project does not extend the entire length of the channel. The deepening for this project begins at Station 0+000 and ends at Station 70+000.


This solicitation is an Invitation For Bid (IFB). The U.S. Army Corps of Engineers, Savannah District intends to award a contract on the basis of this notice.


The existing navigation channel has an authorized depth of -42 feet, epoch 1983-2001 Mean Lower Low Water (MLLW) for the entire length of the inner harbor channel. The deepening of the channel will include dredging an additional -5.0 feet of unclassified material below the existing project depth, advance maintenance of the channel (ranging from -2.0 feet to -6.0 feet) and an allowable pay overdepth of -2.0 feet. Material will be removed to a maximum pay slope plane of 1 vertical on 3 horizontal. The existing channel width will be reduced in most areas by up to 30 feet to allow for dredging on the existing side slope.


Project Description: The project includes removal of all material, including any material within the existing maintenance prism, to required project depths. Dredging of maintenance and unclassified material between Stations 0+000 to 70+000, debris removal, diving, and bird abatement shall be included in the contract. All dredged material will be disposed of in existing confined upland disposal areas. Hopper dredging is not allowed for this work. Work will not be allowed above Station 63+360 in the harbor from approximately April 1 to May 15 to avoid impacts to striped bass fishery resources. Dredging of stations 55+000 to 70+000, excluding maintenance material from 57+000 to 60+000, will not begin before 1 December 2020.


The material to be removed includes new work materials and overlying maintenance materials. O&M quantities are subject to change with O&M cycles, but approximately 9919000 cubic yards of maintenance material will be removed along with new work material. Materials may vary substantially both vertically and horizontally. Two feet of paid overdepth will be allowed, however the contractor shall not exceed -3.0 feet beyond the maximum pay depth.


Disposal of all materials from the inner harbor will be in the existing confined upland Dredge Material Containment Areas (DMCA) designated as 13A, 13B, 14A, 14B, and Jones/Oysterbed Island. The contractor will be responsible for proper operation and maintenance of the disposal areas during dredging operations. Material between Stations 24+000 and 55+000 contains material with elevated levels of naturally occurring cadmium that will be dredged as part of this project. All cadmium materials will be placed within disposal area 14A, and DMCA 14B will serve as a backup. Dredging of the cadmium materials will be required prior to placement of a 3 +/- 1ft foot cap of non-cadmium material over the entire site. To facilitate placement of the cap, the cadmium material will be distributed evenly over the entire disposal area(s). The material designated for the cap is of relatively coarse grained material from between Stations 0+000 and 24+000. Prior to placement of the cap, the cadmium will be kept in a moist state.


Wildlife/Bird abatement will be performed in the disposal areas that are receiving the cadmium materials to reduce the wildlife use of those areas both during the construction period and before capping. This will minimize their risk of potential exposure to cadmium. Acceptable methods for wildlife/bird abatement are described within the specifications.


During previous dredging operations in this area, unexploded ordinance (UXO) has been encountered. In the event that UXO are encountered, follow the procedure as outlined within the specifications. A mechanical dredge shall be required to dredge the maintenance material between the reach of the channel between approximate stations 57+000 and 60+000. The contractor shall screen the material for UXO prior to placement of the material in the confined upland disposal areas.


The contractor will not be entitled to equitable adjustment or reimbursement for work stoppage of 24 hours or less from the time the Contracting Officer directs the contractor to stop for the reasons listed within the plans and specifications.


The estimated construction duration for inner harbor dredging Reaches C, D, & E is 810 days.


Evaluation Criteria: The contract will be solicited and procured using FAR 14 Sealed Bidding Procedures.


Note: This solicitation will be issued in electronic format only and is anticipated to be available on or about July 9, 2019. Please note that the bid opening date will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at https://www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.fbo.gov. It is the Offeror"s responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual Questions should be forwarded to Contract Specialist, Jennifer Cavanagh at [email protected] or to the attention of Contracting Officer, Bruce Helms at [email protected]. The contracting office address is 100 West Oglethorpe Avenue, Savannah Georgia, 31401.

Added: Jul 12, 2019 5:00 pm Posting solicitation files.

Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: July 12, 2019



19B5003.PDF (4586.80 Kb) Description: Specifications

W912HN-19-B-5003_Part1.pdf (8670.78 Kb) Description: Plans

W912HN-19-B-5003_Part2.pdf (6217.13 Kb) Description: Plans

W912HN-19-B-5003_Part3.pdf (8909.30 Kb) Description: Plans

W912HN-19-B-5003_Part4.pdf (6072.24 Kb) Description: Plans

W912HN-19-B-5003_Part5.pdf (7449.16 Kb) Description: Plans

W912HN-19-B-5003_Part6.pdf (7598.57 Kb) Description: Plans

W912HN-19-B-5003_Part7.pdf (4246.63 Kb) Description: Plans

W912HN-19-B-5003_Part8.pdf (803.32 Kb) Description: Plans

ATTACHMENTS.zip (4559.00 Kb) Description: Supporting Attachments

Site Visit Sign-In Sheet Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Site Visit Sign-In Sheet

Posted Date: August 15, 2019



Site_Visit_Sign_In.pdf (134.01 Kb) Description: Sign-in sheet for official site visit held August 13, 2019.

Amendment 1 Type: Mod/Amendment

Posted Date: September 18, 2019



AMD1.pdf (436.84 Kb) Description: W912HN-19-B-5003 AMD1

W912HN-19-B-5003_AMD1.pdf (2536.54 Kb) Description: W912HN-19-B-5003 AMD1 DRAWINGS

19B5003.PDF (4868.60 Kb) Description: W912HN-19-B-5003 AMD1 SPECS

Package #4 Posted Date: September 24, 2019



AMD2.pdf (149.54 Kb) Description: Amendment 2

19B5003.PDF (4560.90 Kb) Description: Amendment 2

W912HN-19-B-5003_AMD2.pdf (22.33 Kb) Description: Amendment 2

asbuilts_14A_weirs.pdf (175.42 Kb) Description: Amendment 2

14A_weir_inverts_18july2018.xyz (0.30 Kb) Description: Amendment 2

Sign In Sheet for Site Visit Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Sign In Sheet for Site Visit

Posted Date: October 7, 2019



SHEP_Sign_In_10-2.docx (11.68 Kb) Description: Sign In Sheet for Requested Site Visit 10-2

Site_Visit_Sign_In_Sheet_8-12.pdf (20.38 Kb) Description: Sign In Sheet for Requested Site Visit 8-12

Abstract of Offers Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Abstract of Offers

Posted Date: October 10, 2019



B.01_19B5003_Abstract_0_to_70_CDE_.pdf (300.82 Kb) Description: Abstract of Offers

Sign In Sheet Bid Opening Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Sign In Sheet Bid Opening

Posted Date: October 10, 2019



sign_in_bid_opening.pdf (64.20 Kb) Description: sign in sheet for bid opening



Contracting Office Address: Attn: CESAS-CT
100 W. Oglethorpe Ave
Savannah, Georgia 31402-0889
United States


Primary Point of Contact.: Jennifer Cavanagh , Contract Specialist

[email protected] Phone: 9126525539

Secondary Point of Contact: Bruce A. Helms , Contracting Officer

[email protected] Phone: 9126526147