Bid Detail

20-091 - On-Call Environmental Services for Disaster Recovery and Compliance

End date: Wednesday January 29, 2020 at 2 p.m.

The City of Springfield, Massachusetts, acting through the Chief Procurement Officer of the City, issues this Request for Proposals (the “RFP”) to parties who have an interest in providing On-Call Environmental Services for Environmental Testing, Reporting, Monitoring, Remediation and Oversight in connection with City Demolition and Construction Projects. In connection with various projects the selected vendor will provide general advice to the City and its’ contractors to ensure compliance with all environmental laws and regulations. Proposals must be prepared in strict accordance with the instructions and requirements contained in this RFP and must be submitted to the City of Springfield, Office of Procurement, 36 Court Street - Room 307, Springfield, MA 01103 on or before 2:00 PM on January 29, 2020.

The City hereby requests competitive sealed bid proposals in accordance with Massachusetts General Laws Chapter 30B, § 6 for a one year period, unless extended by the City in its sole discretion. Each contract will be a single year contact with the option to renew this agreement on a yearly basis for two (2) additional years from the Date of Expiration of the one (1) year term without price changes. Any Bidder submitting a Bid shall understand and agree that the City's Option to Renew may be exercised upon the expiration of the base one year agreement, and that all aspects, conditions, and pricing shall remain in effect for the duration of the second and third year and the Bidder will comply with such without modification. The City of Springfield also reserve the right to terminate this Contract at any time with (30) days written notice to the awarded Contractor.

The City intends to award one on-call contract, not to exceed $400,000. The City reserves the right to award two separate contracts to two advantageous proposers, in which instance the contract amounts would vary, but would total not-exceed $400,000.

These contracts may be utilized by other City Departments on an as needed basis with prior approval from the City of Springfield, Office of Community Development/Disaster Recovery. These contracts may also be used by the Springfield Redevelopment Authority with prior approval from the City of Springfield, Office of Community Development/Disaster Recovery.

Subcontracting of any Service will not be allowed as part of this Agreement or to meet the qualifications required herein or to perform any duty, task, or work, with the specific exception of the following work:

1. Laboratory analysis.

2. UST removal contractor and waste transporter

3. Drilling subcontractors for soil borings, monitoring wells or soil gas wells.

4. UST removal and soil excavation activities including loading or unloading, transportation, and disposal.

For any services that are subcontracted the vendor must acknowledge that they will be the prime contractor responsible for the oversight and timely completion of all projects. Vendor will be responsible for the compensation of sub-contractors. Sub-contractors must be disclosed in the “Basic Proposal – Form B - Subcontractor Disclosure”. Proposer may not use additional subcontractors, not listed, without the prior written approval of the City of Springfield, Office of Housing.

Scope of Services

If selected, the Proposer, in a professional and proper manner, to the satisfaction of the City, and in accordance with the law and industry standards, shall provide the services enumerated herein.

The Services will mainly include, but will not be limited to, the following activities:

• Providing environmental consulting services to City staff and/or contractors hired by the City as requested by the City of Springfield.

• Providing advice and/or recommendations on environmental regulations, as requested by the City of Springfield.

• Researching environmental history of properties, as requested by the City of Springfield.

• Corresponding with various state and federal environmental agencies including the DEP and EPA on the behalf of the City of Springfield.

• Submitting required reports on behalf of the City of Springfield to the DEP, EPA and/or other environmental regulatory agencies.

• Pre-Demolition/Pre-Construction environmental property assessments.

• Conduct environmental assessments and clean-up under the MCP including primarily Release Abatement Measures, Utility Release Abatement Measures, Immediate Response Actions, Response Action Outcome Statements and Limited Removal Actions.

• Provide LSP opinions on exemption of releases due to coal, coal ash and wood ash, pesticides, and lead from lead based paint.

• Sampling, surveying and reporting of suspected hazardous materials, including but not limited to, asbestos, lead, paint, oil and PCBs.

• Providing oversight during the removal of above-ground and underground storage tanks including post removal samples and reporting.

• Supervising and coordinating the removal of hazardous materials and contaminated soil and/or oil tanks.

• Providing environmental monitoring and oversight for various City construction and/or demolition projects.

This list of services is intended to serve as an example of services provided, but additional services, allowed by the Agreement may be requested.

Section 3 Clause
The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing.
The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations.
The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.
The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135.
The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135.
Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts.
With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b).

Section V: Prevailing Wage

The conditions of employment and minimum wage rates as set forth by both the United States Department of Labor and the Executive Office of Labor and Workforce Development, shall prevail in the execution of the work under the contract. Successful Proposer’s will be required to pay the higher of the two wage rates for all applicable positions. Both Federal and State Wage Rate Schedules are contained in the Specifications.

The Firm shall possess the following experience, qualifications, practices, equipment, etc., as part of this Agreement in addition to other specific requirements contained in individual Sections of Work following. In order for Proposals to be considered for review the Proposer shall provide evidence and detailed backup of the following:

• Access to an American Industrial Hygiene Association (AIHA) Certified Laboratory and Analytical Services under the direction of a full time Certified Industrial Hygienists (CM). The Laboratory should have successful participation in the following Quality Control (QC) Programs, Air Testing, Phase Contrast Microscopy (PCM), Bulk and Dust Sampling, and Soil & Ground Water Analysis.

• The Proposer must have Computer Aided Design (CAD) Capabilities to produce Design and Working Drawings, Specifications through Project Completion.

• Documented experience working for and with Federal, State, and Local Agencies on large scale Asbestos, Hazardous Materials, Lead Based Paint Projects and Site Remediation & Cleanup.

• Documented experience in the production of Completed Bid Specifications for Large Scale Environmental Projects.

• Documented four (4) years of experience in Design, Implementation and Monitoring of Large Scale Environmental Projects. References shall be provided for projects of similar scope and complexity.

• The Proposer must have Hazardous Waste Compliance and Resource and Conservation Recovery Acct. (RCRA) Compliance Experience.

• The Proposer must have PCB Testing and Disposal Experience.

• The Proposer must have a MA-DPH Approved X-Ray Fluorescent Analyzer.

• The Proposer must have OSHA Lead Regulation Requirements 29CFR 1910-1025 OSHA Experience.

• The Proposer must have the ability to perform Air and Wipe Sampling Analysis for Lead.

• The Proposer must have Respiratory Protection Plans and Written Programs 29CFR 1910-134 Experience.

• The Proposer must have knowledge and experience with Confined Space — Written Programs in accordance with OSHA and DOS Regulations.

• Minimum Professional Liability Insurance - $1,000,000.00.

• Staff Credentials and Qualifications to be submitted with Bid.

• The Proposer must have a minimum of ten (10) federally funded comparable projects. Federally funded projects can include those funded by the Federal Department of Housing and Urban Development (HUD), Environmental Protection Agency (EPA) and/or Federal Emergency Management Agency (FEMA) and/or comparable federal agencies, as determined by the City of Springfield.

• Demonstrate a minimum of five (5) years of experience providing environmental services to Massachusetts Municipalities and be able to demonstrate familiarity with both local, state and federal environmental regulations and laws.

• The Proposer must demonstrate a clear, comprehensive plan and ability to complete a minimum of ten (10) projects simultaneously.

Firm shall be knowledgeable and experienced in projects, regulations and procedures for practicing duties in compliance with items above and shall submit information and detailed documentation stating such in proposal. The Firm shall be knowledgeable, licensed and certified as required to perform all work listed above and shall provide documentation of such in their proposal.

Contact: Lauren Stabilo lstabilo@springfieldcityhall.com 413-787-6284

Request the complete specifications for this solicitation (20-091)


Available Solicitations

As of 10:04 pm Tuesday, April 23, 2024

24-222 - For Sale: Redevelopment Boston & Albany Railroad at Factory Road/Hendee Street
End date: Monday May 13, 2024 at 2 p.m.

24-221 - Mary O. Pottenger School Parking Lot Improvement Project
End date: Thursday May 2, 2024 at 2 p.m.

24-220 - Frank H Freedman School Parking Lot Improvement Project
End date: Thursday May 2, 2024 at 2 p.m.

24-219 - Daniel B. Brunton School Parking Lot Improvement Project
End date: Thursday May 2, 2024 at 2 p.m.

24-180 - Roadway & Sidewalk Improvements - Arterial and Residential Streets including Sidewalks
End date: Wednesday May 1, 2024 at 2 p.m.

24-205 - Request for Proposals for Springfield's 2024 Public Mural Program
End date: Monday April 29, 2024 at 2 p.m.

24-226 - Flooring Installation at Mary O. Pottenger Elementary School
End date: Friday April 26, 2024 at 2 p.m.

24-225 - Abatement at Mary O. Pottenger Elementary School
End date: Thursday April 25, 2024 at 2 p.m.

24-224 - Abatement at Samuel Bowles Elementary School
End date: Thursday April 25, 2024 at 2 p.m.

24-223 - Abatement at Springfield Public Day Middle School
End date: Thursday April 25, 2024 at 2 p.m.

24-203 - RFP: Review and Update of Historical District Guidelines, Policies and Procedures
End date: Wednesday April 24, 2024 at 2 p.m.

XML  RSS 2.0 feed