PUR931 REQUEST FOR QUALIFICATION STATEMENTS (RFQ) FOR AN INITIAL ENVIRONMENTAL WORK PLAN ROCK HILL ECONOMIC DEVELOPMENT CORPORATION (RHEDC), ROCK HILL, SOUTH CAROLINA Qualifications due May 30, 2018 by 4:00 PM GENERAL INFORMATION The Rock Hill Economic Development Corporation (RHEDC), Rock Hill, SC is requesting qualifications and fee schedules from qualified environmental consulting firms to prepare the initial environmental work plan for a known brownfield property, the former Good KIA Site located at 260 Dave Lyle Blvd. Rock Hill, SC 29730 PURPOSE The purpose of this Request for Qualifications (RFQ) is to obtain information about environmental consulting firms interested in providing professional services to create the initial work plan for the Good KIA brownfield site. The RHEDC anticipates entering into a Voluntary Cleanup Contract (VCC 18-6493- NRP) with the South Carolina Department of Health and Environmental Control (DHEC) and an initial work plan within 30 days of this contract s execution is required. The information provided in the response will be utilized by the RHEDC to evaluate each interested firm or team by utilizing the criteria outlined in this RFQ. The awarding of this RFQ is contingent on a successful purchase agreement between RHEDC and York County, SC for the Good KIA site. BACKGROUND The property that is the subject of this work plan is a 5.5-acre tract located between East White Street, Dave Lyle Boulevard, and South Oakland Avenue in the City of Rock Hill, York County, South Carolina. In 2006, York County planned to construct a public library on the Site and retained WPC Engineering, Environmental, & Construction Services, Inc. (WPC), an environmental consulting firm, to prepare a Phase I ESA report regarding the Site. Following completion of the Phase I ESA, WPC conducted a soil and groundwater assessment on the Site. The library was not constructed; however, in 2009, York County purchased four of the five tracts. In 2017, Rock Hill Economic Development Corporation (RHEDC) retained SynTerra to provide an update to the 2006 Phase I ESA report. The Property was historically used for residential, retail businesses, cotton textile manufacturing and warehousing, engine and repair shop for Southern Railroad, and auto sales and repair. The residential use ended in the late 1800 s and early 1900s. The Property was most recently a Kia auto dealership and is currently used for storage by the York County Office of Emergency Management and a homeless assistance shelter.
SCOPE OF WORK An initial Work Plan shall be submitted by RHEDC, or its designee, within thirty (30) days after the date of execution of the VCC by the Department, or such earlier or later date if approved by the Department s project manager. A report of the assessment results shall be submitted by RHEDC, or its designee in accordance with the schedule provided in the initial Work Plan. To be considered for selection, the Firm shall be qualified and capable to deliver the following services for the Good KIA site. If sub-consultants are to be used for any portion of the work, the sub-consultant should be identified and pertinent information related to their aspect of the team should be provided. WORK PLAN LOGISTICS: 1). The Work Plan(s) shall set forth a schedule and methods for assessment and corrective action activities detailed herein. 2). The Work Plan(s) shall be submitted to the Department in the form of one hard copy and one electronic copy of the entire Work Plan on a compact disk (in.pdf format). 3). All activities undertaken pursuant to the VCC shall be consistent with S.C. statutes, regulations, and permitting requirements (e.g., storm water management and waste disposal regulations). RHEDC shall identify and obtain the applicable permits before beginning any action. 4). The Work Plan(s) shall be in accordance with accepted industry standards and shall be signed and sealed by a Professional Engineer or Professional Geologist duly-licensed in South Carolina. 5). The Work Plan(s) shall provide detailed information about the proposed sampling points, collection methods, analytical methods, quality assurance procedures, and other pertinent details of the assessment and/or corrective measures activities consistent with the following: a). Sample collection methodologies shall be consistent with the US EPA Region IV Field Branches Quality System and Technical Procedures. b). All monitoring wells and groundwater sampling points shall be constructed in accordance with Well Standards, 6 S.C. Code Ann. Regs. 61-71 (2002 & Supp. 2016). The Work Plan shall provide sufficient detail to support issuance of the well approvals by the Department. c). The laboratory analyses for samples taken pursuant to the Work Plan are specified in the mediaspecific sub-paragraphs below, but may include any of the following: i. the full EPA Target Analyte List (TAL); ii. iii. iv. EPA Target Analyte List excluding cyanide (TAL-Metals); the full EPA Target Compound List (TCL); EPA Target Compound List Volatile Organic Compounds (TCL-VOCs); v. EPA Target Compound List Semi-Volatile Organic Compounds (TCL-SVOCs); vi. vii. EPA Target Compound List Pesticides (TCL-Pesticides); EPA Target Compound List Polychlorinated Biphenyls (TCL-PCBs).
d). All analytical methods shall use appropriate detection levels to allow comparison to the mediaspecific screening criteria listed in the United States Environmental Protection Agency Regional Screening Levels for Chemical Contaminants at Superfund Sites (EPA RSLs) in effect at the time of sampling. The applicable Protection of Groundwater Soil Screening Level (SSL) shall be the MCL-Based SSL, if listed. If the applicable screening criteria are lower than achievable detection levels, the analytical method shall use the lowest achievable detection levels. 6). The Work Plan shall include the names, addresses, and telephone numbers of RHEDC's consulting firm(s), analytical laboratories, and RHEDC's contact person for matters relating to this Contract and the Work Plan. a). The analytical laboratory shall possess applicable Certification defined in the State Environmental Laboratory Certification Program, 7 S.C. Code Ann. Regs. 61-81 (2012), for the test method(s) and parameters specified in the Work Plan. 7). RHEDC, or its designee, shall respond in writing within thirty (30) days of receipt of any comments on the Work Plan by the Department. 8). RHEDC shall preserve items on the Property that may: a. provide evidence of a Potentially Responsible Party's involvement at the Site; b. lead to the discovery of other areas of Contamination at the Site; or c. contain environmental information related to the Site. Such items may include drums, bottles, labels, business and operating records, contracts, Site studies, investigations, and other physical or written materials relating to the Site. RHEDC shall notify the Department of the location of any such items, and provide the Department with an opportunity to inspect any materials or copy any documents at the Department's expense prior to destruction of said items. See attached VCC 18-6493-NRP for reference further information. PROPOSAL FORMAT To facilitate review of your Statement of Qualifications by the RHEDC, it is requested that your submission conform to the following format: 1. Coversheet: List RFQ Statement, the name of your firm, and the name, address and telephone number of a contact person for questions concerning the proposal submitted. 2. Qualifications & Experience of the Firm: Brief history and organization of the firm, legal entity that will enter into the contract, location of the office where the work will be performed, and the name and title of the person that is authorized to enter into a master contract agreement (must be an officer, partner or member of the firm). List any sub-consultant firms that will support your firm. Provide a narrative of your firm s prior experience and qualifications as it pertains to the above Scope of Work and provide a list of projects with similar scopes. The selected firm must obtain a business license from the City of Rock Hill and provide proof of professional authorization in the State of South Carolina (Certificate of Authorization) prior to the execution of the agreement.
3. Project Team: Provide a list of the project team members (including the office location where they currently work) that you propose to use and identify the responsibility of each team member. You do not need to list all of the sub consultant employees that may be on the team, but you should list their supervisor. Provide a brief resume for each person listing specific similar project experience, educational experience and licensure/certifications. List any specialty or role on the team, and their office locations. Provide an hourly rate summary for project team members. 4. Project Management. Approach to the Project & Quality Control: Demonstrate project management, approach to the project and quality control methods that will be employed by your firm. This section shall also include an organizational chart for each team member (including subconsultant supervisors) and list their roles with responsibilities. 5. Capacity and Response Capability: Provide a statement of your firm s current workload and future workload. 6. References: Provide the name, address and telephone number of at least three (3) references familiar with the quality of work done by your firm of similar nature as contained in the above Scope of Work. By submission of the references, you are authorizing the RHEDC to contact these references. This is not required if you have worked for the RHEDC on at least two (2) projects over the past two (2) years. 7. Legal, Safety, Insurance, and Financial: The Firm s submittal shall provide documentation of any history of litigation associated with project performance or professional liability during the past ten years. A short statement of any safety problems that the Firm may have encountered in projects designed or inspected. A statement or other information to describe the firm s general financial standing and current insurance coverage. 8. Other Supporting Data: Include any other information you feel to be relevant to the selection of your firm. Please list any experience with grants and projects with multiple funding sources such as CDBG. The Statement of Qualifications shall not exceed sixteen (16) pages, including the cover, back page, letters of introduction and table of contents. Clear, external binder pages shall not be included in the page count. Font size shall be no smaller than ten (10). Statement of Qualifications exceeding the sixteen (16) page count may be returned and not considered, at the sole discretion of the RHEDC. EVALUATION CRITERIA 1 Qualifications of the Firm: Outline and specify the qualifications of the firm to provide professional services to manage the environmental work plan. This shall include any subconsultants that may be part of the team (if applicable). 2 Overall Qualifications of the Project Manager and Project Team: Clear identification of the project manager and team personnel that will be assigned to the project. This section shall include the demonstrated project management and quality control methods employed by the team. 3 Availability of Project Team and Resources to do the Work.
4 Ability to perform work within specified time and budget. 5 Insurance Capacity: The submitting firm (lead firm if submitting as a team) shall be able to post the minimum, specified insurance requirements for this project as follows: Professional Liability -$1,000,000.00 per claim Worker's Compensation -$500,000.00 Automobile Liability -$1,000,000.00 Comprehensive/General Liability -$1,000,000.00 per claim SELECTION PROCESS: Firms shall have no contact related to this project with RHEDC elected or appointed officials, RHEDC board or City of Rock Hill employees during this RFQ process, other than the contact person specified within this document. Any such contact will subject the firm to immediate disqualification for consideration for this project. All questions regarding this RFQ must be directed by e-mail to: Tracy Smith, Procurement, Warehouse & Fleet Maintenance Manager, at Tracy.Smith@cityofrockhill.com no later than two weeks prior to the due date of the RFQ submittal. Questions later than two weeks prior to submittal of the RFQ may not be considered. All addenda, questions and answers will be posted on the City s website. It is the responsibility of the bidders to check the website for any of this information prior to submitting a bid. The RHEDC will review all qualified Statement of Qualifications received. The RHEDC, at its sole discretion, may conduct interviews prior to selection of any firms/teams for contract consideration. It is the intent of the RHEDC to appoint a selection committee to review the submitted Statements of Qualifications. This committee will review each qualification submittal and rank the submittal based on the criteria requirements specified within this RFQ. The RHEDC may invite firms for interviews, but this is not a required step in the selection process. At the conclusion of the interviews (if held), the project committee will rank the firms based on the selection criteria and the interviews. The RHEDC will provide written notification of the firms selected for this project. It is the RHEDC s intent to pursue contract negotiations with the firms selected, however this is based on execution of a professional purchase agreement between the RHEDC and York County. TERMS AND CONDITIONS The RHEDC reserves the right to reject any and all submissions to this RFQ if it is deemed in the best interest of the RHEDC. The RHEDC assumes no responsibility for costs incurred in responding to this RFQ. The RFQ process shall not be considered final until a letter is issued to the selected professional firms for services to be provided.
SUBMISSION OF QUALIFICATIONS STATEMENT AND CONTACT PERSON Statement of Qualifications is to be submitted in 8.5" x 11" format. Facsimile or emailed copies will not be accepted. Five (5) hard copies and one (1) digital copy (PDF) shall be submitted no later than 4 p.m. on May 30, 2018 to: Tracy Smith RE: PUR 931 Address: 757 S. Anderson Rd. Building 103 Post Office Box 11706 Rock Hill, South Carolina 29731 All questions shall be directed, in writing, to the person specified above. Any addendums or clarifications to this RFQ will be posted on the City of Rock Hill's website at www.cityofrockhill.com. City Business License: The successful firm(s), prior to execution of the contract, must possess or obtain a City of Rock Hill Business License. Contact Cinnamon Hairston @ (803) 329-5590 to determine the exact amount or to ask any other pertinent questions regarding doing business in the City of Rock Hill. PROVISION OF SERVICE The selected firm or team shall be responsible for all services and supplies necessary to effectively perform the services as defined. This includes all labor, equipment, supplies and materials. WMBE STATEMENT It is the policy of the Rock Hill Economic Development Corporation to provide minorities and women equal opportunity for participating in all aspects of the RHEDC s contracting and procurement programs, including but not limited to employment, construction projects, and lease agreements consistent with the laws of the State of South Carolina. It is further the policy of the Rock Hill Economic Development Corporation to prohibit discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, handicap, or veteran status. It is further the policy of the Rock Hill Economic Development Corporation to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination.