San Juan County Public Works Department

Similar documents
COUNTY OF OSWEGO PURCHASING DEPARTMENT

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

SECTION IV CONTRACT BID NUMBER

REQUEST FOR QUOTATION

QUOTATION ONLY -- NOT AN ORDER

INSTRUCTIONS FOR AGREEMENTS WITH AN INDEPENDENT CONTRACTOR (IC)

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

ADDENDUM #5 NIB #

Okanogan County Department of Public Works Refrigerant Removal Services

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Quotation

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

RFP GENERAL TERMS AND CONDITIONS

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

DRY SWEEPING SERVICES AGREEMENT

City of Bowie Private Property Exterior Home Repair Services

Telemetry Upgrade Project: Phase-3

Request for Bid/Proposal

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

PURCHASING DEPARTMENT

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

City of Beverly Hills Beverly Hills, CA

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

REQUEST FOR PROPOSAL

INFORMAL BID KITSAP COUNTY PARKS DEPARTMENT RE-ROOF PARKS OFFICE/EAGLES NEST. Eagles Nest 1195 NW Fairgrounds Road Bremerton, WA

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

COUNTY OF PACIFIC Department of Public Works

NOTICE IS HEREBY GIVEN

REQUEST FOR QUOTATION

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

PURCHASING DEPARTMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CITY OF SAMMAMISH PERSONAL/PROFESSIONAL SERVICES AGREEMENT (SF) WHEREAS, the City has a need to have certain services performed; and

COUNTY OF COLE JEFFERSON CITY, MISSOURI

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

West Ridge Park Ballfield Light Pole Structural Assessment

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

INVITATION TO BID. Don Morse Park Pea Gravel Supply and Delivery BID NUMBER: 0001

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

REQUIRED BID FORMS SECTION

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY

Alaska Ship Supply Dutch Harbor / Captains Bay A division of Western Pioneer, Inc.

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

LANDFILL SERVICES FOR THE CITY OF INDEPENDENCE, KANSAS REQUEST FOR PROPOSALS DUE BY SEPTEMBER 10, 2015 AT 2 P.M.

MELBA SCHOOL DISTRICT

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Master Service Agreement (Updated 9/15/2015)

Harmony Event Productions SOUND AND LIGHTING AGREEMENT

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposal for Natural Gas Supply

HAZARDOUS WASTE AGREEMENT

PURCHASING DEPARTMENT

USCG STRATEGIC PARTNERSHIP AGREEMENT

REQUIRED BID FORMS SECTION

PROPOSAL AND CONTRACT DOCUMENTS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

The proposal response must include a full description of similar services that the Offeror has performed.

P R O P O S A L F O R M

Request for Proposal For Scrap Metal Removal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

SMALL WORKS ROSTER APPLICATION FORM

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

Chapter 3.24 PURCHASING PROCEDURES

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Transcription:

San Juan County Public Works Department + CALL FOR BIDS DERELICT VESSEL REMOVAL SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB) Contents: 1. CALL FOR BIDS Two Pages 2. SCOPE OF WORK Exhibit A 3. BID PROPOSAL, SIGNATURE PAGE and CERTIFICATION OF COMPLIANCE Exhibit B 4. SAMPLE AGREEMENT Exhibit C Page 1 of 10

San Juan County Public Works Department CALL FOR BIDS DERELICT VESSEL REMOVAL SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB) First Solicited on February 5, 2018 Description of Work: This contract provides for the towing and transport of the following abandoned vessels located in Fisherman Bay, Lopez Island, Washington: Jala with Washington Registration WN6472JF, ~23 ft fiberglass sailboat; and Amanda s Toy with Washington Registration WN7535JB, ~21 ft fiberglass sailboat. Vessels shall be transported to a National Pollutant Discharge Elimination System (NPDES) permitted disposal facility for demolition and proper disposal. The vessels are currently under the custody of San Juan County with authority granted in the Revised Code of Washington (RCW) 79.100, following procedures of the Washington State Department of Natural Resources Derelict Vessel Removal Program. Duration of Work: The vessels need to be removed from the water within (7) business days of being awarded the contract for disposal unless the Contractor makes other arrangements with the San Juan County representative (Mark Herrenkohl, Solid Waste Program Administrator). Contract Plans and Provisions: This Call for Bids and Contract Plans and Provisions are available on the San Juan County Website (www.sanjuanco.com/278/current Projects) and will be maintained therein for 30 days following Contract Award. INFORMATIONAL ITEMS: Washington State Tax: This Contract is subject to WAC 458 20 171 Use Tax, Washington State Sales Tax rule 171. In accordance, the Bidder shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts (Standard Specification 1 07.2). Insurance Requirements: Contractor will carry and maintain throughout the period of the contract comprehensive general liability insurance in the amount of $1,000,000 to cover all classifications of work contemplated herein, and will also carry and maintain auto liability insurance within the limits of $1,000,000 for each person and for each occurrence. The Contractor shall also carry standard professional liability insurance covering damages resulting from errors and omissions of the Contractor or his employees or agents; the limit of liability shall be no less than $1,000,000. Page 2 of 10

Contractor Requirements: Contractor will be a Licensed Master for towing vessels and a licensed diver (commercial certification) as necessary. Preferred: It is preferred that Contractor is a member of Maritime Consortium or equivalent drug testing program. Contractor Questions: Oral explanations, interpretations, or instructions given by anyone before the Award of a Contract will not be binding on the Contracting Agency. Any information given a prospective vendor concerning any of the Proposal Documents will be furnished to all prospective vendors as an Addendum if that information is deemed by the Contracting Agency to be necessary in submitting Bids or if the Contracting Agency concludes that the lack of the information would be prejudicial to other prospective Vendors. Bid Proposal, Time and Location: Proposals must be submitted using the Bid Proposal Forms provided in the bid package. Proposals must be received by 3:00 p.m. on Tuesday, February 20, 2018. Bids received after this time will not be opened or retained. Proposals are to be submitted by mail or email and must include the Subject Line: Call for Bids Derelict Vessel Removal, SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB). The email for submitting Bids is: pubwks@sanjuanco.com The mailing address for submitting Bids is: SJC Public Works, Attn: Deanna Johnson, PO Box 729, Friday Harbor, WA 98250 San Juan County reserves the right to reject any or all Bids and to waive irregularities in the bid or in the bidding process. No Vendor may withdraw a bid for a period of 30 days after the date set for the bid opening. All Vendors will be notified by email of the Contract Award no later than February 21, 2018. For additional information contact Deanna Johnson at 360 370 0507, or send an email to pubwks@sanjuanco.com. The subject line must read Call for Bids Derelict Vessel Removal, SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB). Page 3 of 10

San Juan County Public Works Department EXHIBIT A Scope of Work SJ17 004 (WN6472JF) & SJ16 003B (WN7535JB) Contractor will provide towing (or haul out) for the derelict vessels Jala with Washington State Registration number WN6472JF and Amanda s Toy with Washington State Registration number WN7535JB from their current locations in Fisherman Bay on Lopez Island and transport from the water to a National Pollutant Discharge Elimination System (NPDES) permitted disposal facility for demolition and proper disposal. Contractor will provide a written plan for transport and demolition of the vessels to the County representative Mark Herrenkohl (markh@sanjuanco.com, 360 370 0534) before commencement of work. All planned activities must be coordinated with the County representative, with a minimum 48 hour notice to allow for in person observation of each activity. If necessary, Contractor will obtain a Dead Ship Tow approval from the USCG Waterways Division prior to moving the vessel and will provide the County with a copy of the Dead Ship Tow Plan before moving the vessel. The Contractor will remove fuel and other potential pollutants or hazardous materials as necessary and remove any bilge water prior to dismantling the hull, recycle metal scrap, and dispose of the remainder of the vessels at a landfill or recycling facility. Contractor will be responsible for working within the rules of the facility where the work is taking place. Contractor will be responsible for any demolition related permits. Contractor may keep or sell any other parts from the vessels, but the vessels need to be destroyed. Contactor must provide a copy of all waste and recycling ticket receipts associated with each vessel disposal with the final invoice to the County. Page 4 of 10

EXHIBIT B (Page 1 of 3) Bid Proposal Form TO: Public Works Department FIRM NAME This certifies that the undersigned has examined the scope of work as outlined in EXHIBIT A, for the DERELICT VESSEL REMOVAL and that the description of work, agreement governing the work, and the method by which payment will be made for said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this agreement, and at the following schedule of rates and prices: Note: All entries must be typed or entered in ink and must be shown in figures only. Item Jala SJ17 004 (WN6472JF) Unit Item Description Quantit Price Per Unit (US 1 Towing and Transport to NPDES facility Lump Sum 2 Demolition and Disposal Lump Sum Subtotal: Item Amanda s Toy SJ16 003B (WN7535JB) Unit Item Description Quantit Price Per Unit (US 1 Towing and Transport to NPDES facility Lump Sum 2 Demolition and Disposal Lump Sum Subtotal: Bid Total: *Please provide a copy of the following licenses/memberships when submitting bid proposal: 1. Tow Master License for hauling vessels 2. Commercial Diver certification Page 5 of 10

San Juan County Public Works Department EXHIBIT B (Page 2 of 3) Bid Proposal Signature Page The Vendor is hereby advised that by signature of this proposal they are deemed to have acknowledged all requirements contained herein for the DERELICT VESSEL REMOVAL PROGRAM. Proposal Must be Signed Legal Name Signature Firm Name Address Phone number Street City State Zip Email State of Washington Unified Business License No. Federal ID No. Note: (1) This proposal form is not transferable and alteration of the firm s name entered hereon without prior permission from Contracting Agency will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) San Juan County reserves the right to accept or reject any or all Bids in the best interest of the County. Bids will be subject to review and compliance with specifications. (3) All local, state and federal laws shall be adhered to Page 6 of 10

EXHIBIT B (Page 3 of 3) Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three year period immediately preceding the bid solicitation date (February 5, 2018), the bidder is not a willful violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder s Business Name Signature of Authorized Official* Printed Name Title City State Check One: Sole Proprietorship Partnership Joint Venture Corporation State of Incorporation, or if not a corporation, State where business entity was formed: If a co partnership, give firm name under which business is transacted: * If a corporation, proposal must be executed in the corporate name by the president or vicepresident (or any other corporate officer accompanied by evidence of authority to sign). If a copartnership, proposal must be executed by a partner. Page 7 of 10

EXHIBIT C SMALL WORKS CONTRACT DERELICT VESSEL REMOVAL SJ17-004 (WN6472JF) & SJ16-003B (WN7535JB) This Agreement is made between SAN JUAN COUNTY, a political subdivision of the state of Washington, hereafter referred to as "County," and, hereafter referred to as "Contractor." In consideration of the terms, conditions, covenants and performance contained in this contract, the parties agree as follows: 1. Contractor agrees to furnish all equipment, material, and labor for DERELICT VESSEL REMOVAL SJ17-004 & SJ16-003B in accordance with its proposal dated for a sum not to exceed $ and to perform that work strictly in accordance with the drawings, specifications, requirements and general notes on file in the San Juan County PUBLIC WORKS Department. 2. The Contractor's proposal, and contract documents, all of which are on file in the office of the San Juan County Public Works Department, shall constitute a part of this contract and are by this reference incorporated and made a part of this contract as though fully set forth. Each of the parties expressly covenants and agrees to carry out and fully perform each and all of the provisions of these documents upon its or his part to be performed. 3. The Contractor shall indemnify, defend and hold the County and its agents harmless against and from all claims, demands, injury, damages, or causes of action arising out of or in any way referable to the work, or arising out of any act or omission of the Contractor, its officers, agents and employees. This includes negligence on the part of the Contractor and the Contractor's officers, agents and employees based on violation of any code or regulation. 4. The Contractor shall indemnify the County against all tort liabilities and loss in connection with, and shall assume full responsibility for, payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, workman s compensation, social security and income tax laws, for himself and any employees of the Contractor. 5. The Contractor shall not assign its rights and duties under any portion of this Contract without the written consent of the Public Works Director. Consent must be sought in writing by the Contractor not less than fifteen (15) days prior to the date of any proposed assignment 6. County agrees to pay for the performance of Contractor's work at the time and in the manner provided in the specifications. K:\PROSECUTOR\Forms\Contracts\E. Contractors.Physical.Work\2.small.works.081116.doc Page 8 of 10

7. Contractor agrees to commence work within ten (10) days of notice to proceed and to complete the work as set forth in the specifications and special provisions, following receipt of Notice to Proceed. If the work is not completed within that time, Contractor agrees to pay to the County compensation for liquidated damages per Section 1-08.9 of the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction, 2016 Edition as amended, ( WSDOT Specifications 2016 ), for each and every calendar day the work remains uncompleted after expiration of the time specified. 8. If the Contractor fails to perform in the manner called for in this Agreement, or if the Contractor fails to comply with any other provisions of the Agreement and fails to correct such noncompliance within five (5) days written notice thereof, the County may terminate this Agreement for cause. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid for services performed in accordance with the manner of performance set forth in this Agreement. 9. The duration of this contract will be for the period beginning on the date stated above and ending on December 31, 2018. 10. Prevailing Wages: The work provided under this Agreement is subject to the minimum wage requirements of RCW 39.12. Prior to beginning work under this Agreement, the Contractor shall deliver to the County a signed statement of Intent to Pay Prevailing Wages as filed with the Washington State Department of Labor and Industries (L&I). In the event the Contractor employs any person in the performance of this Agreement, the Contractor shall file an Affidavit of Wages Paid as required under RCW 39.12. If employing labor in a class not listed by L&I, the Contractor shall request a determination of the correct wage rate for that class from the Industrial Statistician, L&I. All submitted invoices must conform to the prevailing wage requirements set out in RCW 39.12.040(1). 11. Insurance: The Contractor will carry and maintain throughout the period of the Agreement comprehensive general liability insurance in the amount of $1,000,000, or if greater, to the limit of the policy to cover all classifications of work contemplated herein, and will also carry and maintain auto liability insurance within the limits of $1,000,000 for each person and for each occurrence. Certificates demonstrating insurance coverage shall be furnished to the County within fifteen (15) days of the execution of this Agreement. Maintenance of such insurance is a condition precedent to the compensation of the Contractor. The Contractor shall also maintain statutory workers compensation insurance and employer s liability insurance to cover employees and volunteers as required by state and federal law. This insurance must be primary and non-contributory. // K:\Prosecutor\Forms\Contracts\E.Contractors.Physical.Work\2.small.works.030917.doc Page 9 of 10

d this day of 2017. [COMPANY NAME] [INSERT NAME] [INSERT TITLE] SAN JUAN COUNTY PUBLIC WORKS Russ Harvey Director APPROVED AS TO FORM ONLY Randall K. Gaylord San Juan County Prosecuting Attorney FINAL APPROVAL Michael J. Thomas County Manager By: K:\PROSECUTOR\Forms\Contracts\E. Contractors.Physical.Work\2.small.works.081116.doc Page 10 of 10