You are here

Home » RFP to Manufacture and Deliver Custom Built Air Monitoring Shelter and Instrument Tower

RFP to Manufacture and Deliver Custom Built Air Monitoring Shelter and Instrument Tower

Olympic Region Clean Air Agency (ORCAA) is requesting proposals from qualified companies, hereafter referred to as Bidder, for an 8’ X 12’, custom-built, mobile air-monitoring trailer equipped with a folding instrument tower. The budget for the shelter project cannot exceed $100,000. Submittals must be received at the ORCAA office by Friday, December 9, 2022, at 4:00 p.m. PST. ORCAA promotes equal employment opportunity in the evaluation of any proposal and in the award of any resultant contract. ORCAA’s work program complies with applicable federal, state, and local laws, regulations, and procedures. The proposal should contain an itemized list showing the cost of individual shelter components as described in Section III, and three references from previous customers who have purchased a similar shelter in the last 5 years. The proposal must contain a signature of a duly authorized officer or agent of the bidding company empowered with the right to bind the bidder.  

BACKGROUND: The Olympic Region Clean Air Agency operates a federally funded NCORE air monitoring network site at CPO (Cheeka Peak Observatory) on the Olympic Peninsula near Neah Bay, WA. The Makah tribe operates a federally funded IMPROVE (Interagency Monitoring for Protected Visual Environments) network site at the same location. The monitoring shelter for the IMPROVE site has reached end of life, as has the tower holding the NCORE weather station and analyzer inlets. The new shelter will replace the current IMPROVE monitoring shelter. The new structure will house IMPROVE filter collection and pumps and electronic communication for the PNSN (Pacific Northwest Seismic Network), as well as provide additional workspace and storage for the IMPROVE, NCORE, and PNSN monitoring networks. It will also provide attachment points for the NCORE gas analyzers’ inlets where the operator may access them from the roof platform.

Documents:  

The complete Request for Proposal is available on-line at:    https://www.orcaa.org/orcaa-aq-rfp/

All interested bidders including Disadvantaged Business Enterprises (Small, Minority- and Women-Owned Businesses) are encouraged to submit bids. 

SUBMITTAL:  One printed copy and one electronic copy (PDF) of the Bidder’s proposal must be received by 4:00 p.m. PST December 9, 2022. Proposals should be directed to: Odelle Hadley, Senior Air Monitoring Specialist, odelle.hadley@orcaa.org Olympic Region Clean Air Agency 2940 Limited Lane NW Olympia, WA 98502 *For hand delivered proposals, please schedule a delivery date with Odelle Hadley, 360-0539-7610, x 105 (office); 360-791-8543 (mobile); or odelle.hadley@orcaa.org time as our office may not be open to the public during certain hours.

The following amendment #001 describes applicability to project wages.

This project is a public improvement subject to the prevailing wage requirements of the Davis-Bacon Act (40 U.S.C. 276a), requirements of the State of Washington Public Works, State of Washington prevailing wages, Statement of Intent to pay prevailing wages and Affidavit of Wages paid, and retainage requirements. The Contractor shall pay the higher of the Davis-Bacon or State of Washington prevailing wages.

Specifically, the State of Washington prevailing wage rates are applicable for this public works project located in Clallam County. Bidders are responsible to verify and use the most recent prevailing wage rates. The “Effective Date” for this project is the bid due date above. The applicable prevailing wage rates may be found on the Department of Labor & Industries website located at https://secure.lni.wa.gov/wagelookup/. The Davis-Bacon Act applicable prevailing wage rates may be located at https://sam.gov/content/wage-determinations . The prevailing wage rates in effect on the RFP opening date are the prevailing wage rates that apply to this project; no matter how long it lasts, unless the Contract is awarded more than six (6) months after the bids were due. For those contracts where award was delayed more than six(6) months, the prevailing wage rate in effect on the date of the award shall apply for the duration of the Contract. Prevailing Wage Compliance The Contractor agrees to comply with all state and federal laws relating to the employment of labor and wage rates to be paid. The hourly wages to be paid laborers, workers, or mechanic shall be not less than the prevailing rate of wage for an hour’s work in the same trade or occupation in Clallam County. The Contractor shall post the Prevailing Rate of Wage Statement in a location readily visible to workers at the job site, or as allowed by RCW 39.12.020. The “Statement of Intent to Pay Prevailing Wages” shall include: (1) The Contractor’s registration certificate number; and (2) The prevailing rate of wage for each classification of workers entitled to prevailing wages under RCW 39.12.020, and the estimated number of workers in each classification.

The location of the project site is in the city of Neah Bay and county of Clallam.

 

 

 

Closing Date: 
Friday, December 9, 2022
Organization: 
Olympic Region Clean Air Agency
Point of Contact: 
Odelle Hadley, Senior Air Monitoring Specialist, odelle.hadley@orcaa.org