Wayne County - RFP FOR ASBESTOS INSPECTION SVCS RELATED TO THE HMGP ACQUISITION & DEMOLITION PROJECT - Goldsboro, NC

Organization Information

Wayne County

BID Information

BID Due Time 10:00 am
Bid Due Date 10/24/2019
BID Location Street Address 224-226 East Walnut Street, Goldsboro, NC 27530

Project Information

Project Title RFP FOR ASBESTOS INSPECTION SVCS RELATED TO THE HMGP ACQUISITION & DEMOLITION PROJECT

Is this Disaster Related (Preparation, Response, or Recovery)? Yes

Project Location Street Address 224-226 East Walnut Street, Goldsboro, NC 27530

Scope of Work

COUNTY OF WAYNE REQUEST FOR PROPOSALS FOR ASBESTOS INSPECTION SERVICES RELATED TO THE HAZARD MITIGATION GRANT PROGRAM (HMGP) ACQUISITION AND DEMOLITION PROJECT SEPTEMBER 30, 2019

A. Introduction and Invitation

The County of Wayne has executed a Grant Agreement with the N.C. Division of Emergency Management (NCEM) for Hazard Mitigation Grant Program (HMGP) funding for the acquisition of approximately eighty-four (84) properties flooded by Hurricane Matthew in October 2016 (CFDA #97.039). The County intends to select qualified asbestos inspection firms to provide asbestos inspection services for the HMGP Acquisition and Demolition Project. The County expects to receive approximately $9.5 million in HMGP and State funds (representing 100% of total project cost) to be expended for the acquisition and demolition of eighty-four (84) properties.

B. Deadline for Submission

Proposals must be received by October 24, 2019 at 10:00 am in the County Commissioners Boardroom in the Wayne County Courthouse, 224 E. Walnut Street, Goldsboro, NC 27530. Please submit three (3) copies of proposal to:

USPS: Ms. Noelle Woods or overnight: Ms. Noelle Woods
Purchasing Manager delivery Purchasing Manager
County of Wayne Wayne County Courthouse
PO Box 227 224 E. Walnut Street
Goldsboro, NC 27533 Goldsboro, NC 27530

The outside of the envelope should be marked “Wayne County-HMGP Asbestos Inspection Services Proposal.”

Questions should be addressed to Noelle Woods, Purchasing Manager at 919-705-1714.

C. Scope of Services

1. Activities contained in the HMGP Project are as follows:

a. Inspection of approximately eighty-four (84) properties for asbestos containing materials prior to demolition. The HMGP acquisition process has begun and approximately 43 parcels have been acquired.

b. County may decide to select more than one asbestos inspection firm to complete the inspections as soon as possible. If multiple inspection firms, firms will be assigned groups of properties to inspect with the objective of grouping houses in the same geographic area. Actual number of houses to inspect could vary depending on owners who withdraw during the acquisition process.

2. Asbestos inspection services required to implement the HMGP Project shall include:

a. Perform a full site inspection for asbestos containing materials in accordance with all rules, policies, and procedures of the North Carolina Department of Health and Human Services (NCHHS).

b. Take samples of materials and send to a qualified laboratory for examination.

c. Prepare an Asbestos Inspection Report of findings in conformance with 15A NCAC 19C.0601-0607. The report is to include at a minimum the following items:

(1) Address of property and date of inspection
(2) Conclusions/Summary of Findings
(3) Table and/or floor plan showing location of samples and findings;
(4) Laboratory Analysis Report of samples taken from structures;

d. Report to be formatted and detailed enough to be used as the specifications for bids to remove the asbestos containing materials under a separate contract.

e. After asbestos containing materials have been removed under a separate contract, and prior to demolition, asbestos inspector to perform a clearance inspection and provide a clearance letter certifying the asbestos containing materials have been removed.

f. Asbestos Inspection Report to be provided electronically to the County.

g. Houses are vacant and easily accessible. No repairs will be needed of any damage caused by removing material samples.

h. Selected Asbestos Inspection firms shall not perform asbestos removal activities on properties which the firms have inspected and for which they will prepare the Clearance Letter.

D. Proposal Requirements

1. Firms responding must submit complete proposals in the format provided in this RFP. All proposals and copies must be received by the date, time and location as specified in this RFP. Late proposals will not be accepted. The County reserves the right to waive any informality or reject all proposals submitted.

2. There is no expressed or implied obligation for the County to reimburse responding firms for any expense incurred in preparing or responding to the RFP.

3. Responses to the RFP shall remain valid for a period of not less than sixty (60) days from the due date of this RFP.

4. Submission of a proposal indicates acceptance by the firm responding of the terms, conditions and requirements described in this RFP unless clearly and specifically noted in the submittal.

5. Any interpretation, correction or change of the RFP documents will be made by Addendum. Interpretations, corrections or changes of the RFP documents made in any other manner will not be binding, and proposer shall not rely upon such interpretations, corrections or changes.

6. The County intends to make the selection of firm (s) by November 5, 2019, enter into contract and anticipates asbestos inspections beginning in late November. The County expects that asbestos inspections will be completed by December 31, 2019 for the properties that are purchased by October 31, 2019. After December 31, 2019, asbestos inspections are to be completed within 30 days of acquisition. The County anticipates acquisitions, and corresponding asbestos inspections, will be completed by March 31, 2020 and all demolition work will be completed by June 30, 2019.

E. Proposal Contents

1. Name of firm.

2. Location of offices.

3. List of personnel to be involved in inspection services. Include staffing configuration and brief resumes for all pertinent personnel involved in the inspections. Indicate availability of inspectors.

4. List of prior asbestos inspection experience. Include HMGP, CDBG, and any related state or federal programs. Indicate numbers of appraisals and or projects completed.

5. Cost of Services. Provide proposed charges for services by completing the attached Cost of Services Form.

6. As an indication of the capability to perform services in a timely manner, provide the time required to complete ten (10) asbestos inspections and reports, from Notice to Proceed to submittal of Asbestos Reports: days

7. Signed and notarized Non-Collusion Affidavit (attached).

8. Signed Lobbying Certification Form (attached).

9. Signed Statement of Assurances for FEMA HMGP and HUD CDBG-DR Contracts (attached).

10. Copies of NC Asbestos Accreditation Card for each Inspector.

F. Evaluation Criteria

1. Proposals will be reviewed and evaluated by the County in accordance with the following criteria. Factors are listed in their order of relative importance
a. General qualifications, reputation and competence of firm (20 points)
b. Prior asbestos inspection experience of the firm including HMGP, CDBG, and/or related state and federal housing programs. (20 points).
c. Cost of Services (20 points)
d. Capability to perform services and estimated time to complete Asbestos Reports (15 points)
e. Availability of firm staff to the County (15 points)

2. The cost of service will be considered but will not be the primary selection criteria.
3. Firm selection and procurement shall be conducted in accordance with 2 CFR Part 200, Competitive Negotiation Process. Proposals will be solicited from all firms wishing to be considered. All proposals received by the deadline and prepared in accordance with the proposal instructions will be reviewed in accordance with the previously listed criteria. The County will select the firm(s) best qualified to perform asbestos inspection services for the HMGP program; and negotiate appropriate compensation for services desired.

G. Selection Conditions

All awards pursuant to this procurement are contingent upon receipt and approval of the Grant Agreement, Amendments and/or related documents. No funds will be obligated until the appropriate documents are executed and the appropriate conditions are removed.

H. Insurance and Liability Requirements

1. The Firm shall maintain and provide Wayne County with evidence of the following described insurance, all on mutually agreed terms and consistent with the custom in the area for similar contracts. Wayne County may require higher limits commensurate with the scope of work or services under consideration.

a. Commercial general liability insurance with limits of $1,000,000 each occurrence and $1,000,000 general aggregate. The aggregate limit shall apply separately to each project. Such insurance shall be maintained for two years following completion of the work (or services).

b. For any work or services involving the operation of vehicles on County premises, automobile liability insurance for all owned, hired, and non-owned vehicles with a limit of $1,000,000 each accident.

c. For any work or services involving the Firm’s employees or any contractor’s employees to be on Wayne County premises, workers compensation insurance with statutory limits and employer’s liability insurance with limits of $1,000,000 each accident.

2. Wayne County shall be named as additional insured on the general liability and automobile liability insurance policies specified in paragraph G.1.All policies shall apply on a primary and noncontributory basis to any similar insurance of Wayne County, and all policies shall include waivers of subrogation in favor of Wayne County. All policies shall provide Wayne County with at least 30 days prior written notice of cancellation, nonrenewal or material change in coverage.

3. Firm shall accept liability and hold Wayne County harmless for the following:
a. Any penalties or fees, including legal fees and costs, incurred by Wayne County as a result of any audits, investigations or other legal actions conducted by NC Emergency Management, NC Department of Commerce or any other federal or State government agency resulting from any act or omission of Firm shall be the responsibility of the Firm. Firm shall not be responsible, however, where such penalties and fees are approximately caused by incorrect or inaccurate information provided to Firm by Wayne County; and any payments received for services rendered by Wayne County that are not delivered to Wayne County due to any act or omission, including theft or any other illegal acts of Firm’s staff or agents.

I. E-Verify

The following statement shall be included in any contract for services resulting from this RFP and in all subcontracts:

“The firm and any subcontractors must comply with the requirements of the North Carolina
General Statues, if applicable, which require certain employers to verify the work authorization of each
newly hired employee through the federal E-Verify program operated by the United States Department
of Homeland Security and other federal agencies.”

J. Firms Listed as Debarred or Suspended are Excluded from Participating

The County will not make a contract award to parties listed on the governmentwide exclusions in the federal System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180.220 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The County will also not make a contract award to parties listed on the NC Division of Purchase and Contract Debarred Vendors List or the NC State Treasurer’s Iran Divestment List.

K. County Commitment to Providing Opportunity for HUB & M/WBE Participation in Contracts & Services

1. The County is committed to and supportive of efforts to maintain effectively and/or increase HUB contract participation for construction projects, services (including professional and consulting services) and commodities purchases. The County encourages all County HUB firms to participate in procurement and contracting activities. The County is recognizing its responsibilities to the communities it serves and the society in which it conducts business. The use of Historically Underutilized Businesses must be a function of our normal purchasing/contracting procedures, just as equal employment opportunity must be an integral part of normal personnel policy and procedures. No potential supplier/contractors will be precluded from consideration on the basis of race, color, religion, sex, age or national origin.

2. The County is committed to provide small, minority, and women business enterprises equal access to opportunity for participation in County contracts for construction, professional services, other services, and goods and supplies. The County encourages all County M/WBE firms to participate in procurement and contracting activities. The County is recognizing its responsibilities to the communities it serves and the society in which it conducts business. The use of minority and women business enterprises must be a function of our normal purchasing/contracting procedures, just as equal employment opportunity must be an integral part of normal personnel policy and procedures. No potential supplier/contractors will be precluded from consideration on the basis of race, color, religion, sex, age or national origin.

THE COUNTY OF WAYNE IS AN EQUAL OPPORTUNITY EMPLOYER AND SERVICE PROVIDER AND INVITES THE SUBMISSION OF PROPOSALS FROM MINORITY AND WOMEN-OWNED FIRMS AND OTHER HISTORICALLY UNDERUTILIZED BUSINESSES. THE COUNTY INVITES THE SUBMISSION OF PROPOSALS FROM CERTIFIED SECTION 3 BUSINESS CONCERNS. (SECTION 3 APPLIES IF THE CONTRACT IS OVER $100,000 FOR NON-CONSTRUCTION CONTRACTS.)

This information is available in Spanish or any other language upon request. Please contact Noelle Woods at 919-705-1714 or at County Courthouse, 224 E. Walnut St, Goldsboro, NC 27533, for accommodations for this request.

Esta información está disponible en español o en cualquier otro idioma bajo petición. Por favor, póngase en contacto con Noelle Woods al 919-705-1714 o en County Courthouse, 224 E. Walnut St, Goldsboro, NC 27533 de alojamiento para esta solicitud.

Pre-Bid Information

Pre-Bid Meeting No