HomeMy WebLinkAboutAdvanced Enviromental Testing and Abatement Inc-2/7/2011Mayor
BUCK
CLARK
COUNCIL
MEMBERS
DAVID
JONES
Ward 1
CAROLYN
COLE
Ward 2
HAROLD
GETTY
Ward 3
QUENTIN
HART
Ward 4
RON
WELPER
Ward 5
BOB
GREENWOOD
At -Large
STEVE
SCHMITT
At -Large
CITY OF WATERLOO, IOWA
COMMUNITY PLANNING AND DEVELOPMENT
715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262
NOEL C. ANDERSON, Community Planning & Development Director
Council Communication
City Council Meeting: 2/7/11
Prepared: 2/2/11
Dept. Head Signature:7442
# of Attachments: 9
SUBJECT: Request to award a contract for asbestos abatement services in
connection with Public Assistance (PA) demolition activities of the Hazard
Mitigation Grant Program (HMGP) Property Acquisition Project to Advanced
Environmental Testing and Abatement, Inc.
Submitted by: Aric Schroeder, City Planner
Recommended City Council Action: Award a contract for asbestos abatement
services to Advanced Environmental Testing and Abatement, Inc., and authorize the
Mayor and City Clerk to sign said contract.
Summary Statement:
Expenditure Required: $86,710
Source of Funds: FEMA Public Assistance (PA) Project WorksheetO2RJD73
Policy Issue: Asbestos abatement of properties acquired as part of the HMGP
Property Acquisition Project
Alternative: N/A
Background Information: On 1/20/09 the City Council authorized the submittal
of an application to apply for Hazard Mitigation Grant Program (HMGP) 1763
Structural Acquisition (Buy Out) funds through the Iowa Homeland Security and
Emergency Management Division (HSEMD). On 7/17/09 the City of Waterloo
received official notice that the City was awarded funding under the program in
accordance with the scope of work and budget that was included in our
application that was submitted and approved by HSEMD and FEMA. On
8/3/09 the City Council authorized the agreement between HSEMD and the City
of Waterloo, which has subsequently been executed. The total HMGP Property
Acquisition (Buy Out) budget is $4,859,419.00, with funding from HSEMD for up
to 75% of the total project budget, and funding from the Iowa Department of
CITY WEBSITE: wwwci.waterloo.ia.us
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
Economic Development (IDED) through a Supplemental Community Development
Block Grant (CDBG) for the required 15% local match and the 10% state share.
The Robert T. Stafford Disaster Relief and Emergency Assistance Act, 42 U.S.C. 45121-
5207 provides for the FEMA Public Assistance (PA) Program. The PA Program funds
multiple disaster recovery activities, such as debris removal. Sections 403 Essential
Assistance and 404 Hazard Mitigation provide funding for demolitions associated with a
HMGP Property Acquisition (Buy Out) Program. With this disaster (DR -1763) the
program is funded 90% Federal share and 10% State share, with no required local match.
Unlike the HMGP Program, with the PA Program communities are not issued an
award, but all eligible expenses will be reimbursed through Project Worksheets (PW's).
Therefore expenses related to the demolition of acquired properties, including
administration and contractual expense (which would include an asbestos abatement
contract) will be eligible for reimbursement through the FEMA PA Program. The City
of Waterloo is looking to award a contract after seeking proposals for asbestos abatement
services in connection with the property acquisition project. This initial contract is for
twenty seven properties with twenty eight homes. All properties have been acquired by
the City of Waterloo as part of the HMGP Property Acquisition Project.
On 1/10/11 the City Council held a hearing and opened bids for asbestos abatement
services in connection with the HMGP Project. Proposals were received from seven
firms. Please find attached a letter of recommendation on award of Contract from the
Proposal Evaluation Selection Committee, as well as the Proposal Evaluation Tab (bid
tab) for the proposals, as well as the contract to be executed. Please note that the
recommendation of award of contract is not to the low bidder, and this recommendation
is based on deficiencies in requested documentation to be included in the proposal of the
low bidder, and due to concerns that have been raised from other governmental entities
that have worked with the low bidder involving unacceptable work under the terms of
their contract. Staff has reviewed the proposed award of contract with officials from the
State of Iowa Homeland Security and Emergency Management Division, which
oversees the project and funds paying for the project, and they have concluded that the
City has provided sufficient justification for not accepting the low bid. If you have any
questions or need any additional information on this matter, please contact our office.
cc: Noel Anderson, Community Planning & Development Director
Chris Western, Planner II
Path: K:\USERS\ARIC-S\City of Waterloo\council letters\RFPs Bids Contracts and Agreements for Goods or Services \02-02-11
Council Communication for Award of Contract for Asbestos Abatement Services for HMGP.doc
Mayor
BUCK
CLARK
CITY OF WATERLOO, IOWA
COMMUNITY PLANNING AND DEVELOPMENT
715 Mulberry Street • Waterloo, Iowa 50703-5783 • (319) 291-4366 Fax (319) 291-4262
NOEL ANDERSON, Community Planning & Development Director
February 1, 2011
The Honorable Buck Clark, Mayor
and the City Council Members
City Hall
COUNCIL Waterloo, Iowa 50703
MEMBERS
DAVID
JONES
Ward 1
CAROLYN
COLE
Ward 2
HAROLD
GETTY
Ward 3
QUENTIN M.
HART
Ward 4
RON
WELPER
Ward 5
BOB
GREENWOOD
At -Large
STEVE
SCHMITT
At -Large
Dear Mayor and Council Members:
RE: Award of Contract — Asbestos Abatement Services — Hazard Mitigation Grant
Program (HMGP) Property Acquisition Project — Public Assistance (PA) Demolition.
Proposals for asbestos abatement services were received from seven firms, including:
Abatement Specialties, Cedar Rapids, IA; Active Thermal Concepts, Hiawatha, IA;
Advanced Environmental, Waterloo, IA; Affordable Hazards Removal, Inc., Monticello,
IA; Great Plains Asbestos Control, Inc., Kearney, NE; Iowa Illinois Taylor Insulation Co.,
Davenport, IA; and Site Services, Inc., Algona, IA. The Proposal Evaluation Selection
Committee thoroughly evaluated the proposals based on the firm's experience and the
firm's principal project manager's experience, the firm's responsiveness to the RFP
(including total scope of services offered, compliance with submission guidelines, and
overall proposal presentation), and the cost effectiveness of the firm's financial proposal.
All seven bidders submitted the required "Financial" portion in their proposal, but only
two companies (Active Thermal Concepts and Advanced Environmental) submitted
anything for the "Non -Financial" portion of their proposal as requested in the request for
proposal. "Non -Financial" data requested included a certificate of insurance, a detailed
service plan and timeline proposed, details on the experience of the company and key
personnel highlighting other similar projects that they have worked on, a list of staff with
name, title and description of work they would perform, an indication of who the
principal or project manager would be, and a list of references. The Request for Proposal
that was submitted to all prospective bidders clearly indicated that this information was to
be included. The RFP also stated that "Failure to complete or provide any of the
information requested in this RFP, including references, and/or additional information as
indicated, may result in disqualification by reason of 'non responsiveness'." And the RFP
stated that the award of contract would be made to the most responsible and responsive
proposal from a company whose proposal offers the greatest value to the City with regard
to the criteria detailed and the specifications set forth within the RFP, and stated that
proposals would be evaluated on: 1) qualifications and experience including years of
experience of key personnel, feedback from references, and knowledge and experience
with projects involved with federal and state grants, 2) cost effectiveness, and 3) company
responsiveness to RFP, including total scope of services offered, responses to overall
proposal and compliance with submission guidelines, and proposal presentation
(completeness, organization, appearance, etc.).
CITY WEBSITE: wwwci.waterloo.ia.us
WE'RE WORKING FOR YOU!
An Equal Opportunity/Affirmative Action Employer
The RFP stated that "A Proposer's submission of a proposal constitutes its acceptance of this
evaluation technique and its recognition and acceptance that subjective judgments will be used by
the evaluators in the evaluation. The five proposals submitted that did not have any of this
"Non -Financial" data were effectively "non responsive". This includes the lowest bid from the
"Financial" portion, which was from Affordable Hazards Removal, Inc.
Specifically, Affordable Hazards Removal failed to provide the following requested information:
1) a detailed service plan and timeline proposed, 2) details on the experience of the company and
key personnel highlighting other similar projects that they have worked on, 3) a list of staff with
name, title and description of work they would perform, 4) an indication of who the principal or
project manager would be, and 5) a list of references. In addition, staff made contact with other
governmental entities that had worked with Affordable Hazards Removal and concerns were
noted for work performed that was not in compliance with their contract requirements. This
concern is compounded by the lack of information provided by the Proposer that might offset
that, such as a list of experience and similar projects worked on with references. Therefore, due
to their exclusion of information requested in the RFP, and due to concerns over their experience
with other governmental entities, the Committee is recommending that Affordable Hazards
Removal, Inc. not be awarded the contract despite being the low bidder for the "Financial"
portion of proposals.
The proposals submitted by Active Thermal Concepts and Advanced Environmental were both
excellent proposals that provided almost all, if not all, of the information requested by the RFP.
The Committee has determined that the proposal submitted by Advanced Environmental was the
most responsible and responsive proposal that offered the greatest value and expertise to the City.
Therefore, the Proposal Evaluation Selection Committee recommends that the contract for
asbestos abatement services in connection with Public Assistance (PA) demolition activities of
the Hazard Mitigation Grant Program (HMGP) 1763 Structural Acquisition (Buy Out) program
be awarded to Advanced Environmental. Please find attached the Proposal Evaluation Tab (bid
tab) for the proposals, as well as the contract to be executed. If you have any questions or need
any additional information on this matter, please contact our office.
Respectfully,
Aric A. Schroeder,
City Planner
CITY OF WATERLOO, IOWA
Proposal Evaluation Tab for
Request for Proposal
January 2011
ASBESTOS ABATEMENT SERVICES
FOR DEMOLITION ACTIVITIES OF THE HAZARD
MITIGATION GRANT PROGRAM (HMGP) PROPERTY
ACQUISITION PROJECT
City of Waterloo, Iowa
Prepared by
City of Waterloo
Planning and Zoning Department
Proposal Evaluation Tab for
Request for Proposals for Asbestos Abatement Services
•
LILLJ 1VV4,IYVLL. /
Detail of Cost
Inputs
Evaluation Criteria
Qualifications
and Experience
(Max of 45 points)
Government
Experience with
Company (Max
of 45 points)
Company
Responsiveness
to RFP (Max of 90
points)
Cost
Effectiveness
(Max of 120
points)
Total
(Maximum of
300 points)
Total lump sum bid
(total cost based on the
tabulated amounts from
each property bid tab)
Abatement
Specialties
Cedar Rapids, IA
0
29
35
64
128
$142,235.00
Active Thermal
Concepts
Hiawatha, IA
42
43
89
104
278
$88,430.00
Advanced
Environmental
Waterloo, IA
44
45
82
109
280
$86,710.00
Affordable Hazards
Removal, Inc.
Monticello, IA
0
10
32
111
152
$52,800.00
Great Plains
Asbestos Control,
Inc.
Kearney, NE
0
26
36
91
153
$92,985.00
Iowa Illinois Taylor
Insulation Co.
Davenport, IA
0
24
38
41
103
$183,444.00
Site Services, Inc.
Algona, IA
0
24
44
35
103
$189,000.00
PROPOSAL EVALUATION TAB FOR RFP FOR ASBESTOS ABATEMENT SERVICES - 2011
CONTRACT FOR ASBESTOS ABATEMENT SERVICES
This Contract for Asbestos Abatement Services (the "Contract") is entered into as of
February 15, 2011, by and between the City of Waterloo, Iowa ("City") and Advanced
Environmental Testing and Abatement, Inc. ("Contractor").
In consideration of the mutual promises exchanged herein, the parties agree as follows:
1. Term and Services. For a period of six (6) months after the date of this Contract,
subject to extension upon the mutual written agreement of the parties, the Contractor agrees to
furnish all tools, labor and materials, and perform and substantially complete all work within the
time period stated in the specifications after receipt of Notice to Proceed with respect to a given
property or set of properties. By executing this Contract, Contractor certifies that it holds an
asbestos permit issued by the Iowa Division of Labor and that all personnel who perform work
on the project will have an asbestos license issued by the Iowa Division of Labor. Contractor
agrees that such permit and licenses will be maintained during the term of this Contract. Work to
be performed includes all work described in the Contract Documents (defined below).
Contractor shall provide the above services at the cost set forth in the Contractor's RFP
response. Contractor will be paid separately for each property at which services are performed.
Contractor's request for payment for services authorized under this Contract shall be submitted
on a monthly basis and will be paid within forty-five (45) days after receipt of an original invoice
and after such services are delivered and accepted. Contractor will be paid for all items
satisfactorily completed. Such payment will be full compensation for asbestos removal and
disposal, for all permits, licenses, inspections, for complying with all laws, rules, regulations and
ordinances, including safety, and for furnishing all materials, equipment and labor to complete
the work in accordance with the plans and specifications.
2. Contract Documents. The following documents (collectively, the "Contract
Documents") are hereby incorporated by reference as though set forth herein in full:
a. Request for Proposal
b. Addenda
c. Response (Proposal) from the Contractor
In the event of conflict between the provisions of the Contract Documents and this Contract, the
provisions of this Contract shall prevail.
2.1 Contract Limits. Total actual expenses allowed by the project Contract, including
any renewal extensions of the Contract, shall not exceed $86,710.00 as provided in the Bid
Tabulation that is part of Contractor's RFP Response referenced in Section 2.c above, except by
written amendment as provided herein.
3. Approval; Timing of Work. Contractor shall not begin work until after the
Contract has been approved by the City Council and a completely executed copy has been
returned to Contractor with Notice to Proceed. The work shall commence within seven (7) days
after the City has issued a Notice to Proceed with respect to any particular property or set of
properties, and all work shall be completed and delivered within thirty (30) days after issuance of
the Notice to Proceed.
4. Performance Bond. Contractor shall furnish a bond in an amount equal to One
Hundred percent (100%) of the contract price and shall be issued by a responsible surety
acceptable to the City. The bond shall guarantee the faithful performance of the contract and the
terms and conditions therein contained, shall guarantee the prompt payment of all materials and
labor and protect and shall save harmless the City from claims and damages of any kind arising
out of the performance of this contract.
4.1 Payment Bond. Contractor will be required to furnish a payment bond in an
amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a
responsible surety approved by the City Council and shall guarantee the faithful payment as
required by law of all persons supplying labor and material in the execution of the work provided
for in the Contract.
5. Reporting; Records. Contractor shall exercise best efforts to maintain
communication with City personnel whose involvement in the project is necessary or advisable
for successful and timely completion of the work of the project. Communications between the
parties shall be verbal or in writing, as requested by the parties or as dictated by the subject
matter to be addressed. Contractor shall maintain all project records for a minimum period of
three (3) years after the date of final payment for services rendered under this Contract. During
the term of this Contract and for the ensuing record -retention period, Contractor shall make any
or all project records available upon reasonable request, and in any event within two (2) business
days of request, to City, Iowa Homeland Security and Emergency Management Division
(HSEMD), the Federal Emergency Management Agency (FEMA), the Comptroller General of
the United States, and any other agency of state or federal government, or the duly authorized
representatives of any of the foregoing, that has provided funding or oversight for the HMGP
property acquisition project, for the purpose of making audit, examination, excerpts and/or
transcriptions. For purposes of this section, "records" means any and all books, documents,
papers and records of any type or nature that are directly pertinent to this Contract. Contractor
agrees to furnish, upon termination of this Contract and upon demand by the City, copies of all
basic notes and sketches, charts, computations, and any other data prepared or obtained by the
Contractor pursuant to this Contract, without cost and without restrictions or limitation as to the
use relative to specific projects covered under this Contract. In such event, the Contractor shall
not be liable for the City's use of such documents on other projects.
6. Government -Mandated Provisions. Because the project activity is funded by the
federal government, federal law requires that the City's contracts relating to the project include
certain provisions. It is possible that some of the provisions set forth in this Section do not apply
to Contractor or the services to be provided hereunder, but the provisions are nonetheless set
forth to cause this Contract to comply with federal law. City makes no representation about
whether any particular requirement is applicable to this Contract. Parenthetical comments in the
following paragraphs are taken from 44 CFR § 13.36(i).
A. Remedies. See Section 8 below.
2
B. Termination for Cause and for Convenience. See Sections 8 and 9 below.
C. Contractor shall comply with Executive Order 11246 of September 24,
1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of
October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter
60). (applies to all construction contracts awarded in excess of $10,000 by grantees and their
contractors or subgrantees)
D. Contractor shall comply with the Copeland "Anti -Kickback" Act (18
U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3). (applies to all
contracts and subcontracts for construction or repair)
E. Contractor shall comply with the Davis -Bacon Act (40 U.S.C. 276a to
276A-7) as supplemented by Department of Labor regulations (29 CFR Part 5). (applies to
construction contracts in excess of $2,000 awarded by grantees and subgrantees when required
by federal grant program legislation, but does not apply to projects paid for with disaster
funding)
F. Contractor shall comply with Sections 103 and 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor
regulations (29 CFR Part 5). (applies to construction contracts awarded by grantees and
subgrantees in excess of $2,000, and in excess of $2,500 for other contracts which involve the
employment of mechanics or laborers)
G. City's Reporting Regulations and Requirements. See Section 4 above.
H. Patent Rights and Copyrights. With respect to any discovery or invention
which arises or is developed in the course of or under this Contract, the Archaeological Company
is responsible for complying with requirements pertaining to patent rights, as defined by the
awarding agency. With respect to any publication, documents, or data that arises or is developed
in the course of or under this Contract, the Archaeological Company is responsible for
complying with requirements pertaining to copyright, as defined by the awarding agency.
I. Access to Documents. See Section 4 above.
J. Retention of Documents. See Section 4 above.
K. Contractor shall comply with all applicable standards, orders, or
requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of
the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection
Agency regulations (40 CFR Part 15). (applies to contracts, subcontracts, and subgrants of
amounts in excess of $100,000)
L. Energy Efficiency Standards. Contractor shall comply with mandatory
standards and policies relating to energy efficiency that are contained in the State Energy
Conservation Plan issued pursuant to the Energy Policy and Conservation Act (Pub. L. 94-163,
89 Stat. 871). [53 FR 8078, 8087, Mar. 11, 1988, as amended at 60 FR 19639, 19645, Apr. 19,
1995].
3
7. Indemnity. Except as to any negligence of City, its officials, officers, employees
or agents, in the performance of any duty under this Contract, and to the extent not covered by
insurance maintained by Contractor, Contractor agrees to defend and indemnify City, its
officials, officers, employees and agents, and to hold same harmless, from and against any and
all claims, demands, causes of action, losses, costs, or liabilities whatsoever, including but
limited to reasonable attorneys' fees and expenses, arising from or in connection with the acts or
omissions of Contractor in providing the services contemplated by this Contract.
8. Default; Termination for Cause. In the event that Contractor defaults in the
performance or observance of any covenant, agreement or obligation set forth in this Contract, and
if such default remains uncured for a period of seven (7) days after notice thereof shall have been
given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is
curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be
done or remedied within such 14 -day period and thereafter Contractor fails to diligently and
continuously prosecute the same to completion within such 14 -day period), then City may declare
that Contractor is in default hereunder and may take any one or more of the following steps, at its
option:
a. by mandamus or other suit, action or proceeding at law or in equity, require
Contractor to perform its obligations and covenants hereunder, or enjoin any
acts or things which may be unlawful or in violation of the rights of the City
hereunder, or obtain damages caused to the City by any such default;
b. have access to and inspect, examine and make copies of all books and records
of Contractor which pertain to the project;
c. declare a default of this Contract, make no further disbursements, and demand
immediate repayment from Contractor of any funds previously disbursed under
this Contract;
d. terminate this Contract by delivery to Contractor of written notice of
termination; and/or
e. take whatever other action at law or in equity may be necessary or desirable to
enforce the obligations and covenants of Contractor hereunder, including but
not limited to the recovery of funds.
No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or
waive the right of City to enforce the same or to obtain relief against or recover for the continuation
or repetition of such breach or violation or any similar breach or violation thereof at any later time
or times. In the event that City prevails against Contractor in a suit or other enforcement action
hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City.
9. Termination for Convenience. This Contract may be terminated at any time, in
whole or in part, upon the mutual written agreement of the parties. City may also choose to
terminate this Contract at any time by delivering to Contractor 10 -days' advance written notice
of intent to terminate.
4
10. Non -Assignable Duties. Contractor may not assign its duties hereunder without
the prior written consent of City.
11. Independent Contractor. Contractor is an independent contractor and is not an
employee, servant, agent, partner, or joint venturer of City. Contractor has no power or authority
to enter into contracts or agreements on behalf of City. City shall determine the work to be done
by Contractor, but Contractor shall determine the legal means by which it performs the work
specified by City. City is not responsible for withholding, and shall not withhold, FICA or taxes
of any kind from any payments which it owes Contractor. Neither Contractor nor its employees,
if any, shall be entitled to receive any benefits which employees of City are entitled to receive
and shall not be entitled to workers' compensation, unemployment compensation, medical
insurance, life insurance, pension, or any benefits of any type or nature whatsoever on account of
their work for City. Contractor shall be solely responsible for compensating its employees, if
any.
12. Anti -Discrimination. During the performance of this Contract, Contractor, for
itself, its assignees and successors in interest, agrees to comply with the anti -discrimination laws
of the State of Iowa, as contained in Sections 19B, 551.4 of the Code of Iowa, which are herein
incorporated by reference and made a part of this Contract.
13. Severability. In the event any provision of this Contract, together with the
Contract Documents, is held invalid, illegal, or unenforceable, whether in whole or in part, the
remaining provisions of this Contract shall not be affected thereby and shall continue in full
force and effect. If, for any reason, a court finds that any provision of this Contract is invalid,
illegal, or unenforceable as written, but that by limiting such provision it would become valid,
legal, and enforceable, then such provision shall be deemed to be written and shall be construed
and enforced as so limited.
14. General Terms. This Contract, together with the Contract Documents, constitutes
the entire agreement between the parties pertaining to the subject matter hereof. This Contract
may not be modified or amended except pursuant to the mutual written agreement of the parties.
This Contract is binding on the parties and the heirs, personal representatives, successor and
assigns of each. Time is of the essence in the performance of the terms hereof.
IN WITNESS WHEREOF, the parties have executed this Contract for Asbestos
Abatement Services as of the date first set forth above.
CITY OF WATERLOO, IOWA
By:
Ernest G. Clark, Mayor
Attest:
Suzy Schares, City Clerk
5
ADVANCED ENVIRONMENTAL