Loading...
HomeMy WebLinkAboutBid Related - Public WorksAUTHORIZATION TO CALL FOR BIDS Authorization given: June 13, 2023. to CALL FOR BIDS by the Department of Public Works for: Alternate Daily Cover 2023 & 2024 Bid opening date to be July 11, 2023, at 3:30 P.M. Grant County Public Works, Meeting Room, 124 Enterprise St. S.E. Ephrata, WA 98823 BOARD OF COUNTY COMMISSIONERS GRANT COUNTY, WASHINGTON Yea Nay Abstain ❑ ❑ Rob Jones C air C6 ❑ ❑ ; Cindy Cart Vice Chair 20' ED IVA Danny StAl Member Approv : ATTEST: M" A P tl w.,..im+,1 Mai Sam Castro C.P.O. Barbara Vasquez Cle f the Board Public Works Director Samuel Castro Director of Public Works Ephrata (509) 754-6082 Andy Booth Assistant Director of Public Works Ephrata (509) 754-6082 Dave Bren County Engineer Ephrata (509) 754-6082 Robert Bersanti Design/Construction Engineer Ephrata (509) 754-6082 Jason Collings, Supervisor Solid Waste Ephrata (509) 754-4319 GRANT COUNTY PUBLIC WORKS DEPARTMENT Sealed bids will be received for the following items: Alternate Daily Cover Sealed Bids will be Opened on July 11, 2023 At 3:30 P.M. at Grant County Public Works, Public Works Meeting Room, 124 Enterprise St. S.E. Ephrata, WA 98823 John Brissey Supervisor Road District #1 Ephrata (509) 754-6082 Mike DeTrolio, Supervisor Road District #2 Moses Lake (509) 765-4172 Rusty Soelter, Supervisor Road District #3 Quincy (509) 787-2321 Tim Massey, Supervisor Bridges Ephrata (509) 754-6082 Rod Follett, Supervisor Sign Shop Ephrata (509) 754-6082 NOTICE TO MATERIAL SUPPLIERS Sealed bids plainly marked "Bid for Alternate Daily Cover 2023", will be received by Grant County at the Public Works Department at 124 Enterprise Street, Ephrata, WA 98823, until 3:30 PM, Tuesday, July 11, 2023, and will then and there be opened and publicly read for furnishing and delivering. Quantity (APPROXIMATELY) TOTAL PER 10,000 SQFT DAILY with a 253 day a year operating schedule Description Alternate Daily Cover Materials Informational copies of the proposal and specifications are on file with the County Engineer in the Grant County Public Works Building, 124 Enterprise St. S.E., Ephrata, WA 98823. The Board of County Commissioners reserves the right to reject or accept any or all portions of the bids received. INSTRUCTIONS TO BIDDERS 1) Sealed bids, plainly marked "Bid for Alternate Daily Cover 2023", will be received by Grant County at the Grant County Public Works Department located at 124 Enterprise Street, Ephrata, WA, 98823, until 3:30 PM, July 11, 2023, and will then and there be opened and publicly read to supply the products specified. 2) The Bidder may submit a bid on any or all items listed. If the Bidder does not wish to bid on any item or items, please write "NO BID" on the appropriate proposal sheet. 3) Multiple bids for the same item may be made by the Bidder. Please copy the appropriate proposal sheet(s) for the item(s) to be bid with more than one model. The proposal for each item bid must be completed. Please number the proposal sheets accordingly. 4) The proposal must be completed, and the proposal signature sheet must be signed. 5) An informational copy of the contract is provided to the Bidder. Please read it but do not sign it. 6) All exceptions or changes to the specifications must be shown on the proposal sheet(s) in the space provided or attached to the proposal sheet. 7) The Board of County Commissioners reserves the right to reject or accept all or part of the proposal submitted by the Bidder. 8) Bidders are advised that the unit price bid for each new item will be compared with current State or other public agency contract prices for similar items. After said comparison the County may reject or accept all, or part of the proposal submitted by the Bidder and purchase items directly from the State or other public agency contracts. TITLE VI — Contractor Requirements During the performance of this contract, the contractor/consultant, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non-discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination The contractor, regarding the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix 6 of the Regulations. 3. Solicitations for Sub -contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub -contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance In the event of the contractor's non-compliance with the non-discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: • Withholding of payments to the contractor under the contract until the contractor complies, and/or; • Cancellation, termination, or suspension of the contract, in whole or in part 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub -contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub -contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non- compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub- contractor or supplier because of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. Alternate Daily Cover 2023 - Proposal Page 1 GENERAL CONDITIONS $ The attached specifications are for the purpose of providing details regarding the type of product desired by Grant County. Equal or similar products from reputable manufacturers and suppliers are permitted. Grant County shall be the final determiner of product equivalence. $ Grant County shall pay State sales and use taxes on all products purchased. The Bidder shall not include taxes in the bid price and shall show state sales taxes as a separate item in the space provided. $ Grant County is a political subdivision of the State of Washington and is exempt from paying all Federal excise taxes. The Bidder shall furnish Federal excise tax exemption certification when applicable. All other taxes and costs of business shall be borne by the Bidder and included in the base price. $ All products shall conform to applicable Federal and State safety and health laws, rules and regulations. $ No proposal guarantee, written contract or contract bond is required for this proposal. BID EVALUATIONS $ Bid evaluations shall include, but not be limited by, the following criteria: a. Price (may include life cycle) b. Quality of product C. Conformance to specifications d. Prompt service and parts availability e. Training f. Bidder's previous contract experience g. Public's best interest. SUBMISSIONS $ Bidders are advised to submit the following with each bid item: a. Descriptive literature. b. Sealed bids, with the name of the project and the time and date of the bid opening clearly stated on the outside of the bid packet. C. Complete information listing lump sums, unit prices and total prices in the spaces provided on all of the bid forms, including all appropriate sales tax. d. Receipt of addenda acknowledged, if applicable. e. Mandatory bidder questionnaire with all items filled in. f. Non -collusion affidavit certificate. g. Letter from the Grant County Health District stating proposed product meets standard to be utilized in the Grant County Ephrata Landfill. $ The Bidder may submit any other information that may assist Grant County in evaluating the bid. WARRANTY The Bidder must state the warranty period on all items bid. Grant County may require a Alternate Daily Cover 2023 - Proposal Page 2 minimum warranty period. Within the warranty period the successful Bidder shall replace all products made necessary due to defective design, materials, workmanship, or non-conformance with the specifications. PRODUCT GUIDE SHEETS AND MANUALS The Bidder shall furnish product guide sheets and manuals as specified in the proposal. Guides and manuals must be delivered to Grant County before product delivery is considered complete. DELIVERY, INSPECTION AND ACCEPTANCE All items shall be new and the manufacturer's latest product. All appurtenant items shall be furnished with the products. Grant County will accept delivery between the hours of 7:00 AM to 2:00 PM, Tuesday thru Friday only. Unless otherwise noted, deliveries shall be F.O.B. Grant County. The Bidder will be required to obtain a delivery address and time from the County Engineer, or his designated representative, for each type of product. The Bidder, or his representative, is requested to be present at the time of delivery. Delivery shall be made with a flatbed common carrier to allow for off load by landfill forklift. LATE DELIVERY No penalty for late delivery will be assessed against the Bidder. However, the Bidder is advised that the failure to deliver the product before the promised date will be a consideration used at succeeding bid proposal evaluations. AWARD OF PROPOSAL The successful bidder shall be notified by e-mail of the acceptance of the proposal submitted and authorized to proceed with the work. COMPATIBILITY WITH COUNTY OWNED EQUIPMENT The products bid and provided by the successful bidder shall be compatible for use with a 2015 Kincaid Pro Series 1200 V3 Hydroseeder, 3.8 Liter Kubota Diesel Engine, 20,000 lbs. GVWR Alternate Daily Cover 2023 - Proposal Page 3 PROPOSAL Bid Item No. 1 BID ALTERNATE# Description of Grant County Health District Approved Product: Furnish and deliver PROGUARD S62, ADCM, 50 Ib. bag F.O.B in two to four separate deliveries to Grant County, WA Daily working face of Ephrata Landfill is Approximately 10,000 SQFT Landfill is open 253 days a year The ADCM materials listed below will not be purchased separately but all together from the awarded bidder. The cost break down requested is for the daily cost of the material. The bid will be awarded based upon the total cost of material to cover the active face on an annual basis. The material will be purchased for the entire 2023 to 2024 year. DAILY TOTAL COST FOR 10,000 SQFT: Quantity Unit Price Amount bags) of (product name/type) $_ $ green dye pack $ $ 50 Ib. bag of cellulose $ $ DAILY TOTAL COST FOR 10,000 SQFT $ Freight Cost: $ $ ANNUAL BID TOTAL (for 10,000 SQFT COVERAGE DAILY for 253 OPERATING DAYS) $ (Do not include sales tax in bid) State Sales Tax 8.2% $ The bid specification is patterned after the product produced and sold by New Waste Concepts, Inc. Manufacturer: Delivery: Warranty Period: Product No/Description Alternate Daily Cover 2023 - Proposal Page 4 Alternative Daily Cover Specifications: The selected bidder is expected to furnish and deliver Alternative Daily Cover Materials (ADCM) to the Ephrata Landfill in Grant County Washington. Delivery shall be made with a flatbed common carrier to allow for off load by landfill forklift. MATERIALS: The ADCM shall meet the requirements of ASTM D4982 and D6523. The product shall be approved by the Grant County Health District for use within the Grant County Ephrata Landfill prior to being awarded this bid request. Failure to be approved by the Grant County Health District will result in rejection of the proposed product and bid submittal. The materials must be packaged in a manner that no single bag exceeds fifty (50) pounds. The ADCM shall be a spray -applied cellulose based fiber mulch. The mulch shall contain appropriate fire -retardant ingredients, binding agents and dyed green. The Grant County Ephrata Landfill is currently permitted to utilize landfill leachate in replacement of water to mix the Alternate Daily cover material. Stabilizing products provided as part of this project shall meet stabilization requirements utilizing the leachate in lieu of water and should not require additional pH balancing or hardeners to obtain adequate stabilization, as defined in this section. Products proposed for stabilization that require additional pH balancing or hardeners will require additional testing to ensure adequacy for this application prior to award. In this case, the proposed product shall be applied to the entire face of the active landfill for a 24-hour period as a test area, utilizing the leachate in place of water, to determine if it meets the requirements of the Landfill. Acceptance or denial of the product use will be at the discretion of the Solid Waste Supervisor. The cost of all testing shall be borne by the contractor. If stabilizing product cannot utilize leachate in place of water, then the proposed product/bid will be rejected. Each scheduled delivery of materials shall be accompanied by the Manufacturer's Certificate of Compliance specifically stating the materials meet or exceed ASTM D6523. SHIPPING AND DELIVERY: The bidder shall include the cost for shipping at the location shown below. The successful bidder shall arrange his own freight. All deliveries shall be shipped on tarped flatbed trailers, no shipments in van bodies will be accepted. All deliveries must be completed no later than thirty (60) calendar days from date of the award. The Bidder shall make all delivery arrangements with the delivery location at least one day prior to delivery. Delivery Location: Ephrata Landfill: Contact: Jason Collings, Solid Waste Supervisor 3803 Neva Lake Rd NW Ephrata, WA 98823 509-754-4319 All deliveries must be made Tuesday through Friday, 7:00 A.M. to 2:00 P.M. with delivery confirmation. Alternate Daily Cover 2023 - Proposal Page S It is the intent of this proposal that the successful bidder will deliver full loads of approximately 44,000 pounds each and the bidder may increase or decrease the order to meet this intent. All product guides, manuals, and Certificates of Compliance shall be delivered with the product. PAYMENT: Grant County shall pay the vendor within 30 days of the date of delivery as shown on the vendor's invoice for the amount delivered. No payments will be made for materials that have not been delivered. Washington State sales tax at the rate of 8.2% will be added to the out of state bids and paid to the Department of Revenue by Grant County to equalize the bids received. Alternate Daily Cover 2023 - Proposal Page 6 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for an award. NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. Notice to All Bidders To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected. Revised 6/14 From DOT Form 272-0361 EF Alternate Daily Cover 2023 - Proposal Page 7 Proposal for Materials - Signature Page The Bidder supplying materials is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. No proposal guaranty is required for this bid proposal. Incompliance with Chapter 39.34.030(5)b RCW a public notice for this solicitation for bids has been posted on Grant County's website: https://www.grantcountywa.gov/297/Request-for-Bids- Quotes-Surplus $ The Bidder will allow Grant County to purchase additional contract items at the original bidprices offered: ........................................................................................... Yes No $ The Bidder will allow other public agencies to purchase additional contract items at the original prices offered(Rcw39.34):.......................................................................Yes No $ The Bidder will allow modifications on contract items for additional purchase requests (subject to wholesale price adjustments agreeable to each public agency): ............................... Yes No $ The Bidder agrees to provide extended purchase options thru December 31, 2024, yes No *If "No" is checked please show acceptable extended purchase period: .... 0 ... 0 ......... $ The Bidder understands Grant County accepts no responsibility for the payment of any additional purchase requests made by other public agencies: ........................ Yes No $ The Bidder understands Grant County is not required to purchase additional contractitems: ............................................................................................................. Yes No $ The proposed product can utilize leachate in place of water: ........................ Yes No The undersigned Bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date for this Project, 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 judgement entered by a court of limited or general jurisdiction. I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Receipt is hereby acknowledged of addendum(s) No. (s) , & Alternate Daily Cover 2023 - Proposal Page 8 Firm Name City, St., zip, Voice ( ) PROPOSAL MUST BE SIGNED 4 Address Email Fax ( State of Washington Business License No. Signature of Authorized Official(s) Please Print Name of Authorized Official(s) Note: (1) This proposal form is not transferable, and any alteration entered hereon without prior permission from the County Engineer will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Should it be necessary to modify this proposal either in writing or by electronic means, please refer to the following proposal number in your communication: Alternate Daily Cover - 2023 Alternate Daily Cover 2023 - Proposal Page 9