RFP/RFQ
REQUEST FOR PROPOSALS
PROJECT: Disposal of Abandoned and Derelict Vessels 2025
LOCATION: Newport, OR
DUE: 10/24/2025 3:00 PM
MANDATORY SITE MEETING: 10/14/2025 10:00 AM, Port Administration Office
Proposals on this project will be accepted by Hand Delivery, Mail, or PDF via email.
SUBMIT TO: Port of Newport Phone: (541) 265-7758
600 SE Bay Boulevard Fax: (541) 265-4235
Newport, OR 97365 Email: abretz@portofnewport.com
QUESTIONS TO: Aaron Bretz 541.265.7758
TERMS AND CONDITIONS:
- Schedule for Work: Start: After Nov 1, 2025 Completion: Prior to Jun 1, 2026
Time is of the essence. All attempts at improving the schedule will be made by the contractor. Project may be delayed pending approval of the funding under the terms of grant agreements.
2. General Description: Through the authorization of the Port of Newport Commission, the Port of Newport is accepting proposals from qualified marine salvage companies, marine construction companies, waste disposal specialists, and/or boat yards, or any other qualified contractor who can provide the equipment and services to properly dispose of the abandoned and derelict vessels at the Port of Newport. This project includes the transportation, dismantling, and disposal of up to 17 vessels of which the Port is in possession. The vessel list may be reduced prior to project completion. This project will move forward pending the result of bids meeting budgetary constraints as well as funding approval. The Port reserves the right to cancel any portion or the entire project if it is in the public interest to do so. This project is being funded by grant revenue distributed by the Oregon Department of State Lands. See attached insert for more information.
3. Scope of Work: Provide all labor, equipment, material, tools, supervision, submittals, coordination, and incidentals necessary to complete all work implied by the attached scope of work you are quoting. The proposer shall submit a detailed proposal to the Port, which shall include approximate timelines for work tasks, approved location for any in-water work and/or dismantling site, with any applicable permitting (such as solid waste disposal permits), preliminary construction sequence, itemized estimate indicating mobilization cost, parts and equipment, labor, and fees for permitting. The winning proposer shall be responsible for acquiring all applicable permits to perform the work or to transport the vessels offsite to the dismantling area. See attached detailed scope; the “bid documents” consist of the scope, the entirety of this RFP document, and the listed attachements under section “D.”
4. Selection: Lowest responsive and responsible bidder.
5. Drawings and Specifications: Proposer is provided with a list of vessels and the available information on each vessel to be disposed. Proposer is responsible to consult the scope of work and for requesting any other information and/or visiting each vessel to compile sufficient information that would be necessary to prepare a complete proposal.
6. Temporary facilities: If applicable, field office, telephone, office equipment, and storage are to be provided by the contractor. Contractor is responsible for selecting an appropriate site, such as the Port of Toledo, for dismantling and disposal of the vessels in the scope of work as well as proper disposal of the materials in accordance with applicable laws and administrative rules. The proposing contractors are responsible for coordinating with the disposal site and determining costs and requirements in preparation of their proposal. All removal, storage, and disposal aspects are to be coordinated by the contractor.
7. Safety: Successful proposer will comply with all OR-OSHA & OSHA safety requirements at all times while on Port property. Contractor will be responsible for all employee safety training, safety meetings, record keeping and safety compliance.
8. Insurance: Upon acceptance, contractor will provide proof of proper business licensing and registration in Lincoln County, Oregon, and will maintain all required licensing and permits required by Local, State or Federal jurisdictions to perform the services of this agreement. Contractor will provide proof of business liability insurance with a minimum of $2,000,000 liability coverage (each occurrence) and maintain required liability insurance at all times for services and their responsible employees while on Port owned property. Contractor will be fully responsible to maintain all employee workmen's compensation insurance as mandated by Local, State and Federal requirements. Contractor shall name the Port of Newport as an Additional Insured and provide a Certificate of Insurance confirming Liability and Workers Compensation with a 30 day Notice of Cancellation, prior to starting any work. Contractor shall pay any and all payroll and withholding taxes and any other sums that is required by Local, State or Federal agencies.
9. Prevailing Wages: The Contractor may be required to pay prevailing wage rates, depending upon the final total price of the project, in conformance to ORS 279C.800 thru 279C.870. A current copy of Prevailing Wage Rates for Public Works contracts in Oregon is available from the State of Oregon, Bureau of Labor and Industries.
10. BOLI Fee: The Port, if required, will pay a fee to the Bureau of Labor and Industries pursuant to the provisions of ORS 279C.825. The fee is one-tenth of one percent of the price of this contract, but not less than $100.00 nor more than $5,000.00, regardless of the contract price.
11. Nondiscrimination & Affirmative Action: The Port of Newport is an equal opportunity employer and provider and requires all Proposers to comply with policies and regulations concerning equal opportunity. The Proposer, in the performance of this Agreement, agrees not to discriminate in its employment because of an employee’s or applicant’s race, religion, national origin, ancestry, sex, age, or physical handicap.
12. Environmental And Natural Resources Laws To Be Observed: In compliance with ORS 279C.525, the following is a list of federal, state and local agencies, of which the Port has knowledge, that have enacted ordinances or regulations relating to environmental pollution and the preservation of natural resources that may affect the performance of the Contract:
FEDERAL AGENCIES:
Department of Agriculture, Forest Service, Soil Conservation Service, Department of Defense, Army Corps of Engineers, Department of Energy, Federal Energy Regulatory Commission, Environmental Protection Agency, Health and Human Services, Department of Housing & Urban Development, Department of Interior, Bureau of Land Management
STATE AGENCIES:
Department of Agriculture, Soil and Water Conservation Commission, Department of Energy, Department of Environmental Quality, Department of Fish and Wildlife, Department of Forestry, Division of State Lands, Water Resources Department
LOCAL AGENCIES:
Bureau of Reclamation, Geological Survey, U.S. Fish and Wildlife Service, Department of Labor Occupation Safety and Health Administration, Water Resources Council, City Councils, Board of County Commissioners.
13. Public Safety During Project: Pedestrian safety and traffic control, if applicable, shall be provided for by Contractor in accordance with the latest edition of the Manual on Uniform Traffic Control Devices.
14. Street/Sidewalks Closure requirements: Contractor shall notify Port and City Engineer and Emergency Services before closing or restricting access to any streets or sidewalks (including the boat ramp and any Port facilities), and shall attain a right-of-way permit from the City of Newport as required.
Abandoned and Derelict Vessel Disposal 2025.docADV Disposal Solicitation Photos 2025.docxOregon ADV RFP insert 9-30-25.pdfDSL ADV list-1.pdfADV list updated.pdf