As-Needed Derelict Vessel/Debris Removal & Disposal

Agency: City of Berkeley
State: California
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
Posted: Nov 14, 2023
Due: Nov 21, 2023
Solicitation No: 24-11618-C
Publication URL: To access bid details, please log in.
As-Needed Derelict Vessel/Debris Removal & Disposal
Due Date: Tuesday, November 21, 2023 - 2:00 pm Previous Due Dates

Attachment Preview

Finance Department
General Services Division
REQUEST FOR QUALIFICATIONS (RFQ)
Specification No. 24-11618-C
FOR
As-Needed Derelict Vessel/Debris Removal & Disposal
PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY
Dear Proposer:
The City of Berkeley is soliciting written proposals from qualified contractors or individuals for the Derelict Vessel
- Debris Removal & Disposal Project.
As a Request for Qualifications (RFQ) this is not an invitation to bid.
The project scope, content of proposal, and vendor selection process are summarized in the RFQ (attached).
Proposals must be received no later than 2:00 pm, on Tuesday, November 16, 2023. Proposals are to be sent
via email with the Specification No. 24-11618-C and As-Needed Derelict Vessel/Debris Removal & Disposal
clearly indicated in the subject line of the email. Please submit one (1) PDF of the technical Proposal with the
filename saved as, “Proposal Vendor Name - 24-11618-C Derelict Vessel - Debris Removal & Disposal.”
Corresponding pricing proposal shall be submitted as a separate document with the filename saved as, “Pricing
Vendor Name - 24-11618-C As-Needed Derelict Vessel/Debris Removal & Disposal.”
Email Proposals to:
City of Berkeley
Finance Department/General Services Division
purchasing@berkeleyca.gov
Proposals will not be accepted after the date and time stated above. Incomplete proposal or proposals that do not
conform to the requirements specified herein will not be considered. Issuance of the RFQ does not obligate the City
to award a contract, nor is the City liable for any costs incurred by the proposer in the preparation and submittal of
proposals for the subject work. The City retains the right to award all or parts of this contract to several bidders, to
not select any bidders, and/or to re-solicit proposals. The act of submitting a proposal is a declaration that the
proposer has read the RFQ and understands all the requirements and conditions. For questions concerning the
anticipated work, or scope of the project, please contact Sean Crothers, Waterfront Supervisor, via email at
scrothers@berkeleyca.gov no later than November 7, 2023. Answers to questions will not be provided by
telephone or email. Answers to all questions or any addenda will be posted on the City of Berkeley’s site at Bid &
Proposal Opportunities | City of Berkeley (berkeleyca.gov). It is the vendor’s responsibility to check this site. For
general questions concerning the submittal process, contact purchasing at 510-981-7320.
We look forward to receiving and reviewing your proposal.
Sincerely,
Darryl Sweet
General Services Manager
2180 Milvia Street, Berkeley, CA 94704 Tel: 510.981.7320 TDD: 510.981.6903
E-mail: purchasing@berkeleyca.org Website: cityofberkeley.info/finance/
City of Berkeley
Specification No. 24-11618-C
As-Needed Derelict Vessel/Debris Removal & Disposal
I. BACKGROUND /SUMMARY/or INTRODUCTION
Page 2 of 20
Release Date 10/27/2023
The City of Berkeley (the “City”) invites submittal of RFQs, including Statements of Qualifications (SOQ) from
Marine Salvage/Construction contractors interested in providing vessel and debris removal services. The City is
anticipating to contract with two (2) or more marine salvage contractors for a total not to exceed amount of
$120,000.00. The contract will be a 2-year term with task order assignments such that the duration will not extend
beyond the contract termination date. Task orders for each project will take into account the scope of service, work
schedule, and fee proposal submitted to the City. There is no guarantee of quantity of vessels or debris to be removed.
The City of Berkeley (the “City”) takes possession of approximately 8 derelict and abandoned vessels annually that
are berthed or abandoned at the Berkeley Marina, and is seeking the services of an insured marine contractor with
verifiable experience to remove and properly dispose of these vessels. The City has previously obtained title to these
vessels through the California Harbors and Navigation Code, Article 4 lien process. The City is also looking for the
same contractor to remove and dispose other miscellaneous marine debris (broken timber piles, dock sections, etc.)
II. SCOPE OF SERVICES
A. Term of Contract - The contract is expected to have a term of twenty-four (24) months, from December 1,
2023 through November 31, 2024, with two (2), one (1) year extensions exercised at the sole option of the
City.
B. Location - Vessels or marine debris will be located at the Berkeley Marina. City staff may assist in moving
vessels or marine debris within the waters of the Marina.
C. Services Needed - Contractor shall provide all labor, supervision, equipment, and supplies/materials required
to remove vessels and marine debris from the Berkeley Marina and properly dispose of the vessels and marine
debris in accordance with federal, state, and regional laws and regulations. Any vessels removed cannot be
sold or repurposed. Contractor will remove vessels or marine debris within one month of an agreed upon
quote for services. Means and methods for this project are left to the contractor, and proposed methods will
be scored under the “Technical Proposal” criteria in the selection process, and are subject to approval by the
City. Contractor shall be responsible for the removal of all contaminants and pollutants including fuels,
batteries, paints, and solvents from the vessel prior to demolition and disposal. Any contaminant or pollutant
found to be contained within the vessel shall be removed by the contractor, placed in an approved container
and disposed of in a lawful manner.
i. Contractor shall comply with any and all licensing requirements for the use of any commercial
equipment or vessel used in the performance of the work.
ii. Contractor is responsible for the health and safety of its employees, and for ensuring that work is
performed in compliance with all CAL-OSHA, State, Federal and Local requirements, but not limited
to 29 CFR 1910.120 (Hazardous Waste Operations and Emergency Response), 8 CCR 5198
(Hazardous Communication), and 29 CFR 1910.401, Subpart T, Commercial Diving (if applicable).
iii. Contractor shall comply with applicable provisions of the California Environmental Quality Act;
iv. Nondiscrimination Program requirements of Government Code section 12990 (a-f) and Title 2,
California Code of Regulations, section 8103 (and section 8113 in contracts over $5,000) along with
section 7285 et. seq. of the Fair Employment and Housing Act;
v. Drug-Free Workplace requirement of Government Code section 8350 et seq.;
vi. National Labor Relations Board Certification of Public Contract Code section 10296;
vii. Workers’ Compensation requirement of Labor Code section 3700
viii. Americans with Disabilities Act regulations issued pursuant to 42 U.S.C. section 12101 et seq.
ix. It is the responsibility of the contractor to select any treatment/storage and disposal sites for the
vessels to be removed and demolished, and shall secure in its name evidence it has secured the right
to use such site(s) for the intended purpose. Contractor shall provide to the City all required
certificates of such site(s).
x. Contractor shall comply with all local, state, and federal regulations in the performance of the work.
Contractor shall coordinate closely with the City prior to and during the performance of the work.
xi. During removal of the vessels, the contractor shall be liable for any damage to surrounding area,
2
City of Berkeley
Specification No. 24-11618-C
As-Needed Derelict Vessel/Debris Removal & Disposal
Page 3 of 20
Release Date 10/27/2023
(e.g., docks, utilities, etc.) resulting from actions taken in removal or disposal of the vessels. Any
damaged area shall be restored to its original state by the contractor at the contractor’s expense.
III. SUBMISSION REQUIREMENTS
All Statements of Qualifications shall include the following information, organized as separate sections of the SOQ.
The SOQ should be concise and to the point.
A. Contractor Identification:
Provide the name of the contractor, the contractor's principal place of business (see section VII, F. Local Vendor
Preference), the name and telephone number of the contact person and company tax identification number.
B. Contractor Experience:
Provide a listing of projects completed by the contractor within the past five (5) years involving (reflective of the
details of the project). This listing should include a brief description of each project, the location, date, and (if
possible) the address and telephone number of a contact person.
C. Equipment list:
Provide a list of equipment owned by contractor and readily available to work: relevant to towing and lifting vessels
or debris in the water.
D. Client References:
Provide a minimum of three (3) client references. References should be California cities or other large public sector
entities. Provide the designated person's name, title, organization, address, telephone number, and the project(s) that
were completed under that client’s direction.
E. Contract Terminations:
If your organization has had a contract terminated in the last five (5) years, describe such incident. Termination for
default is defined as notice to stop performance due to the vendor’s non-performance or poor performance and the
issue of performance was either (a) not litigated due to inaction on the part of the vendor, or (b) litigated and such
litigation determined that the vendor was in default.
Submit full details of the terms for default including the other party’s name, address, and phone number. Present the
vendor’s position on the matter. The City will evaluate the facts and may, at its sole discretion, reject the SOQ on the
grounds of the past experience.
If the contractor has not experienced any such termination for default or early termination in the past five (5) years,
so indicate.
F. Budget:
Demonstrate track record in meeting budgetary requirements.
G. Project Understanding and Approach:
This section of the SOQ should include a clear description of the Contractor’s understanding of the project and state
the approaches and methodologies which the contractor proposes to undertake in order to meet the stated objectives
of the City. Provide a work plan with as much detail as needed to describe how the required services and scope of
3
City of Berkeley
Specification No. 24-11618-C
As-Needed Derelict Vessel/Debris Removal & Disposal
Page 4 of 20
Release Date 10/27/2023
work will be performed. Include your Health and Safety Plan for Workers, Environmental Protection and
Remediation Plan, and Traffic and Safety Plan for Safe Passage of Recreational and Commercial Vessels in the
Vicinity of the Work.
H. Quality Assurance/Quality Control (QA/QC):
This section of the SOQ should address any QA/QC program the proposer has established or proposes to establish
and utilize throughout this project.
IV. SELECTION CRITERIA
Evaluation will include, but is not limited to the criteria below:
A. Contractor Experience
50%
B. Relevant Experience & Skills of Personnel
20%
C. Equipment Owned by Contractor & Readily Available for Work 20%
D. Client References
10%
After a review of the proposals from the short-listed respondents, the City may ask the proposers to make an oral
presentation to answer any questions the City may have to clarify their proposal. The City will then complete the
scoring of the proposals and rank the proposals prior to selecting vendors and issue those vendors a Notice of Intent
to Award. The City reserves the right to reject any and all submissions.
A selection panel will be convened of staff to evaluate and score submittals.
V. PAYMENT
Invoices: Invoices must be fully itemized, and provide sufficient information for approving payment and audit.
Invoices must be accompanied by receipt for services in order for payment to be processed. Email invoices to
Accounts Payable and cc’ scrothers@berkeleyca.gov; (List on invoice, Attn: Project Manager Sean
Crothers/PRW) and reference the contract number.
City of Berkeley
Accounts Payable
P.O. Box 700
Berkeley, CA 94710-700
Email: AccountsPayable@berkeleyca.gov
Phone: 510-981-7310
Payments: The City will make payment to the vendor within 30 days of receipt of a correct, approved and complete
invoice.
4
City of Berkeley
Specification No. 24-11618-C
As-Needed Derelict Vessel/Debris Removal & Disposal
Page 5 of 20
Release Date 10/27/2023
VI. CITY REQUIREMENTS
A. Non-Discrimination Requirements:
Ordinance No. 5876-N.S. codified in B.M.C. Chapter 13.26 states that, for contracts worth more than $3,000 bids
for supplies or bids or proposals for services shall include a completed Workforce Composition Form. Businesses
with fewer than five employees are exempt from submitting this form. (See B.M.C. 13.26.030)
Under B.M.C. section 13.26.060, the City may require any bidder or vendor it believes may have discriminated
to submit a Non-Discrimination Program. The Contract Compliance Officer will make this determination. This
applies to all contracts and all consultants (contractors). Berkeley Municipal Code section 13.26.070 requires that
all contracts with the City contain a non-discrimination clause, in which the contractor agrees not to discriminate
and allows the City access to records necessary to monitor compliance. This section also applies to all contracts
and all consultants.
Bidders must submit the attached Non-Discrimination Disclosure Form with their proposal.
B. Nuclear Free Berkeley Disclosure Form:
Berkeley Municipal Code section 12.90.070 prohibits the City from granting contracts to companies that
knowingly engage in work for nuclear weapons. This contracting prohibition may be waived if the City Council
determines that no reasonable alternative exists to doing business with a company that engages in nuclear
weapons work. If your company engages in work for nuclear weapons, explain on the Disclosure Form the nature
of such work.
Bidders must submit the attached Nuclear Free Disclosure Form with their proposal.
C. Oppressive States:
The City of Berkeley prohibits granting of contracts to contractors that knowingly provide personal services to
specified Countries. This contracting prohibition may be waived if the City Council determines that no reasonable
alternative exists to doing business with a company that is covered by City Council Resolution Nos. 59,853-N.S.,
60,382-N.S., and 70,606-N.S. If your company or any subsidiary is covered, explain on the Disclosure Form the
nature of such work.
Bidders must submit the attached Oppressive States Disclosure Form with their proposal.
D. Sanctuary City Contracting Ordinance:
Chapter 13.105 of the Berkeley Municipal Code prohibits the City from granting and or retaining contracts with
any person or entity that provides Data Broker or Extreme Vetting services to the U.S. Immigration and Customs
Enforcement Division of the United States Department of Homeland Security (“ICE”).
Bidders must submit the attached Sanctuary City Compliance Statement with their proposal.
E. Conflict of Interest:
In the sole judgment of the City, any and all proposals are subject to disqualification on the basis of a conflict of
interest. The City may not contract with a vendor if the vendor or an employee, officer or director of the proposer's
firm, or any immediate family member of the preceding, has served as an elected official, employee, board or
commission member of the City who influences the making of the contract or has a direct or indirect interest in
the contract.
Furthermore, the City may not contract with any vendor whose income, investment, or real property interest may
be affected by the contract. The City, at its sole option, may disqualify any proposal on the basis of such a conflict
of interest.
Please identify any person associated with the firm that has a potential conflict of interest.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.