Loading...
2022 Connecticut River Channel Markers RFP with bid form.pdf Request for Bids Channel Marker Installation and Maintenance for Boating Seasons 2023 to 2028 Connecticut River and Oxbow--Holyoke to Northampton Massachusetts Invitation to Bid: The City of Northampton invites sealed bids for a five (5) year contract for the installation, maintenance, removal, replacement, and storage of 56 Connecticut River channel marker buoys. Estimated total value of contract is $70,000. Work includes: 1. Install the channel markers in their approved locations at the start of summer. 2. Maintain markers in position during the summer. 3. Remove markers immediately after Labor Day and store in a secure location. 4. Inventory markers at the end of each season. 5. Clean, maintain, repair and replace markers as detailed. 6. The successful bidder will execute the attached contract and comply with its terms. The Channel Markers have been designed in accordance with the specifications of the United States Coast Guard Aids to Navigation, in the locations shown and described on the marker report at http://archive.northamptonma.gov/WebLink/Browse.aspx?id=748231&dbid=0&repo=CityOfNorthampton (subject to correcting any errors in that report). Buoys can be viewed on the Connecticut River before they are removed on Labor Day. Massachusetts Prevailing Wages shall be paid for any non-owner employees for any power equipment and construction, in accordance with the provided prevailing wage schedule. We will provide new prevailing wages for each successful year of the contract. The City reserves the right to reject any or all bids. Instructions for Bidders—Bids on bid form (below) are due 1:00 PM Friday September 16, 2022 Deliver bids in a SEALED envelope marked CHANNEL MARKER BIDS to: Carolyn Misch, Planning & Sustainability, 210 Main Street, Northampton, MA 01060 Questions: Sarah LaValley, at slavalley@northamptonma.gov OR 413-587-1263 Channel Marker Bid form: For completion of all work detailed in the Request for Bids, I bid: Bid Amount Services To determine low bid, we assume $_________per year Base services (i.e., maintaining, installing, removing, storing) 5 times bid for 5-year contract PLUS $_________resetting markers Resetting markers after major displacement after one reset included in base services. 1 major displacement PLUS $_____ per warning sign $ _____ per nun $_____ per red triangle / green square can For replacement markers when requested by City of Northampton 35 marker replacements total (10 warning signs, 15_ nuns, 10_cans ) The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. _____________________________________________________________________________________________ Name and address of bidder Signature of bidder or authorized officer Date Contract #: _________________ City of Northampton, Massachusetts Channel Marker Installation and Maintenance for Boating Seasons 2022 to 2028 Connecticut River and Oxbow--Holyoke to Northampton Massachusetts THIS AGREEMENT, executed this ___ day of September 2022 by and between _____________________, hereinafter called "Vendor" and the City of Northampton, a Massachusetts municipal corporation, party of the second part hereinafter called "Owner", acting through its Office of Planning & Sustainability, 210 Main St., Northampton, MA 01060. WITNESSETH, that for the consideration hereinafter mentioned, the Owner and the Vendor shall agree to the terms and conditions contained in this contract, enumerated as follows: This Agreement, Request for Bidders Documents, and Contract Forms, and any Modifications issued after execution of the Contract. THE OWNER shall pay the Vendor for the performance of this contract the sum of: $_________ per year ($_________ over the five year contract) for base services, plus $ ________ for each resetting of markers over and above the resetting included in the base services when requested in writing, including email, from the Director of Planning & Sustainability, plus $ ______ for the replacement of each green can marker, $___ for the replacement of each red nun marker, $___ for the replacement of each white warning sign (no wake, rock, hazard, etc.) and $___ for the replacement of each pole red triangle and green square when requested in writing, including email, from the Northampton Director of Planning & Sustainability $_________ Estimated total contract value over the five-year contract. Payment will be made within 45 days as follows: 1. May 2023 1/3rd annual base price upon pickup of markers and spring storage 2. July 2023 1/3rd annual base price upon channel marker installation in river 3. October 2023 1/3rd annual base price upon removal of markers, cleaning, and report 4. May 2024 1/3rd annual base price upon pickup of markers and spring storage 5. July 2024 1/3rd annual base price upon channel marker installation in river 6. October 2024 1/3rd annual base price upon removal of markers, cleaning, and report 7. May 2025 1/3rd annual base price upon pickup of markers and spring storage 8. July 2025 1/3rd annual base price upon channel marker installation in river 9. October 2025 1/3rd annual base price upon removal of markers, cleaning, and report 10. May 2026 1/3rd annual base price upon pickup of markers and spring storage 11. July 2026 1/3rd annual base price upon channel marker installation in river 12. October 2026 1/3rd annual base price upon removal of markers, cleaning, and report 13. May 2027 1/3rd annual base price upon pickup of markers and spring storage 14. July 2027 1/3rd annual base price upon channel marker installation in river 15. October 2027 1/6th annual base price upon removal of markers, cleaning, and report 16. May 2028 1/6th annual base price upon release to 2028 vendor. 17. As needed resetting of markers after major displacement, with proper authorization. 18. As needed replacement buoys, with proper authorization Based Services provided by Vendor 1. Vessel: Have ongoing access to a shallow draft vessel capable of hoisting and installing all these markers in place in shallow waters and in heavy current, and to a commercial diver. Boat must be available in the river within 24 hours of a major displacement. 2. Maintain: Clean, repair, paint and re-tape markers, as needed. Straighten countershafts, if needed. Maintain and replace shackles and 5/16th or 3/8th inch galvanized chains, marked with the identification of the corresponding buoy, as needed. Maintain batteries for light. Replacement of non-repairable buoys are not authorized under this contract except as noted. A buoy shall be considered non-repairable if the cost to repair it exceeds 50% of the cost to replace it. Replacement of any buoys must be separately authorized by the City. 3. Install: Deliver and install 56 markers to their Coast Guard approved sites (see attached inventory) between June 7th and June 21st of each year, high water permitting. If high water exist, Vendor shall seek the Director of Planning & Sustainability’s approval for new installation dates. 4. Inventory: Provide an inventory on the condition of the buoys, the approximate depth of the water where each buoy is located, the condition of each buoy, chain and anchor, using the attached reporting form approved by the Northampton Office of Planning & Sustainability. Maintain Position: Maintain markers in position throughout the 2023 to 2027 boating seasons and correct any offsets and displacements. Any marker displaced after Labor Day should not be reset. In the case of a ‘Major Displacement” (i.e., when more than half the markers in the main channel, not including the Oxbow are displaced by high water), the Vendor shall notify and reset makers only when they receive written approval from the Director of Planning & Sustainability. Otherwise, the off station markers shall be removed early and put into storage. The Vendor shall be responsible for correcting one “Major Displacements” as part of base contract. For any additional major displacement, the Vendor shall honor the prices quoted in this contract for such resetting after major displacement. 5. Marker Replacement: Vendor shall provide other marker replacement when authorized by an amendment to this contract or, when below City contract thresholds, if so hired for those purposes by the City of Northampton through its Director of Planning & Sustainability. Vendor shall honor the prices quoted in this contract for replacement markers. 6. Notification: Notify the Director of Planning & Sustainability, the Chair of the Ct. River Channel Marker Steering Committee, and the Coast Guard immediately upon notice that a marker has been damaged. (The Vendor will be the Coast Guard contact.) 7. Removal and Storage: In Spring 2023, pickup markers from at 22 River Road, South Hadley, MA at mutually agreeable time. Remove all markers, clean upon removal, and store at a secure site arranged by the Vendor and approved by the Director of Planning & Sustainability when markers are not in the river. Vendor is responsible for security of markers, chains and anchors in storage until June 2028, when Vendor for next contract picks them up. 8. Report: Using the attached inventory report, present a complete oral and written inventory of all markers and their condition, with pictures of each marker, to the Owner a within sixty (60) days of their removal Owner and prior to submitting the year end invoice, updating all items in the inventory report. 9. Prevailing Wages: Any work performed by an employee, other than the company owner, shall pay prevailing wages and provide written documentation in the form of copies of payroll stubs to the City. The current prevailing wages are attached. New prevailing wages will be provided annually on the anniversary of these wage rates. This contract shall not be altered in any particular without the consent of all parties to this contract. All alterations to this contract must be in writing and authorized as such by the Mayor and the Office of Planning and Sustainability. The Vendor shall not delegate, assign or transfer any of its duties delineated in the scope of services without prior written consent from the CITY. In the event the Vendor is a corporation a certificate that the person executing this contract is duly authorized to sign, must accompany this contract. Notwithstanding anything in the Contract documents to the contrary, any and all payments which the City is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the City Auditor. Obligations for payments beyond the current fiscal year are subject to appropriation and this Contract shall be canceled in the event of non-appropriation. Final payment on this contract shall release and discharge the Owner from any and all claims against the Owner on account of any work performed hereunder, or any alteration hereto. The Vendor shall indemnify and hold harmless, the CITY and all of its officers, agents, and employees against all suits, claims or liabilities of every nature, arising out of, or in consequence of, the acts or omissions of the Vendor, its employees, agents, or sub-contractors in connection with their rendering of services or goods under this AGREEMENT and will, at the Vendor’s own cost and expense, defend any and all such suits and actions By signing this contract the Vendor agrees to subject any dispute to mediation, at the option of the City, prior to filing suit in any forum. This contract shall be deemed to be a Massachusetts contract and its interpretation and construction shall be governed by the laws of Massachusetts and the Charter and Ordinances of the Owner. The provisions of this contract are severable. If any provision of this contract shall be held unconstitutional by any court of competent jurisdiction, the decision of such court shall not affect any other provisions of this contract. The City of Northampton is not bound by this contract until approved by the Mayor of Northampton. Pursuant to M.G.L. Chapter 62C, Section 49A, I certify under the penalties of perjury that I have, to my best knowledge and belief, complied with the law of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. I further authorize the City of Northampton to deduct from the amounts due under this contract, any overdue taxes, real or personal, or any other fees due to the City of Northampton from the vendor which become due and payable by the vendor or its officers, directors or agents during the term of this contract or until the final amounts due under this contract are paid in full. Check one: The vendor does not have a Northampton office. IN WITNESS WHEREOF the Owner caused these presents to be signed in triplicate and approved by David J. Narkewicz its Mayor and the said Vendor has caused these presents to be signed in quadruplicate and its official seal to be hereto affixed by its officer or agent thereunto duly authorized (by the attached corporate resolution). This instrument shall take effect as a sealed instrument. Vendor: ______________________________: _____________________________it's_______________________ Authorized signature date title Certificate by Corporation to Sign Contract I, ___________, Secretary of Pioneer Valley Marine Services, hereby certify that at a duly authorized meeting of the Board of Directors of the Pioneer Valley Marine Services held on at which all the Directors were present or waived notice, it was voted that Jason Page, owner, be and he is hereby is authorized to execute contracts and bonds in the name and behalf of said corporation, and affix its Corporate Seal thereto, and such execution of any contract or obligation in this company's name on its behalf by such officer under seal of the company, shall be valid and binding upon this company, A TRUE COPY, ATTEST (by corporate secretary): Place of Business: __________________ CITY OF NORTHAMPTON (Owner) ______________________Date ____________ Carolyn Misch, Director of Planning & Sustainability _______________________Date ___________ Joyce Karpinski, City Auditor, approved as to appropriation. _______________________Date_____________ Joe Cook, Chief Procurement Officer, as to MGL c. 30B compliance _______________________Date ____________ Mayor Gina-Louise Sciarra