Residential Weatherization Installation Services

From: Kent County Administration(County)

Basic Details

started - 13 May, 2023 (11 months ago)

Start Date

13 May, 2023 (11 months ago)
due - 30 Jun, 2024 (in 2 months)

Due Date

30 Jun, 2024 (in 2 months)
Bid Notification

Type

Bid Notification

Identifier

N/A
Kent County Administration

Customer / Agency

Kent County Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

"FISCAL SERVICES DEPARTMENT\nPURCHASING DIVISION\n\nKent County Administration Building, 300 Monroe Avenue N.W., Grand Rapids, Michigan 49503-2289\nPhone: (616) 632-7720 e Fax: (616) 632-7715 e Email: purchasing@kentcountymi.gov\n\nUpdated 7/3/2023 to include updated price sheets.\n\nSOLICITATION\nSolicitation Type Request for Qualifications (RFO)\nSolicitation Number 5093\nDescription Residential Weatherization Installation Services\nDate of Issuance 7/3/2023\nBuyer Name Vander Tuin\nINTRODUCTION\n\nThe Kent County Purchasing Division is soliciting proposals for Weatherization Services. Kent County\nCommunity Action (the Agency) is a public government organization that operates/administers a\nWeatherization (Wx) program in Kent County. The U.S. Department of Energy\u2019s (DOE) Weatherization\nAssistance Program (WAP) will reduce energy consumption for households of low-income by increasing\nthe energy efficiency of
their homes, while ensuring their health and safety. The certified Energy\nAuditors will use computerized energy audits and advanced diagnostic equipment to determine the\nmost cost-effective measures appropriate for each home. The certified Weatherization and Mechanical\nContractors will install the designated measures. The certified Quality Control Inspectors will use\ndiagnostic equipment to inspect the contracted work for quality workmanship and completeness; and\nwill administer customer satisfaction surveys.\n\nThe Bid Opportunities solicitation date/time is for informational purpose only. Kent County will begin\nto evaluate proposals one week after solicitation issuance. After that time, all subsequent proposals\nwill be evaluated at time submitted. The Specification is provided as general application guidelines.\nKent County reserves the right to request additional information after proposals are received.\n\nOverview of Program Activities\n\nKent County residents who are homeowners or renters may apply for the program on a first-come, first-\nserved basis. Renters must have the written permission from the Landlord/Homeowner in the form of a\nLandlord Contract when applying for the program, which is administered by the Agency. Customers\nmust apply for assistance and qualify according to program guidelines. Once eligibility is determined the\ncustomer will be placed in line for the energy audit.\n\nAn energy audit is completed using the National Energy Audit Tool (NEAT) to determine any existing\nenergy measures and to propose energy measures to be installed. Allmeasures must meet a Savings to\nInvestment Ratio (SIR).\n\nWeatherization work begins once an Energy Audit is performed (excluding deferrals). A work order for\nmeasures will be issued based on the results of the NEAT audit. All Health & Safety issues must be\n\n" "corrected before other measures of Weatherization work can be started. All work must be performed to\nmeet local, state, and federal Weatherization standards, following the:\n1. National Renewable Energy Laboratory Standard Work Specifications (NREL) found HERE or\nhttps://sws.nrel.gov\n2. Community Services Policy Manual 618, 618.1, and 618.2 found HERE or\nhttps://www.michigan.gov/documents/dhs/CSPM 600 Series 215133 7.pdf\n3. Job Task Analysis (JTA) Retrofit Installer found HERE or\nhttps://www1.eere.energy.gov/wip/pdfs/retrofit_installer jta 04112012.pdf\n4. Job Task Analysis (JTA) Crew Leader found HERE or\nhttps://www1.eere.energy.gov/wip/pdfs/51673.pdf\n5. Michigan Weatherization Field Guide found HERE or\nhttps://wxfieldguide.com/mi/#t=MIWxFG%2FTitle%2FTitle.htm\n\nAll completed weatherization work must receive an approved Quality Control Inspection administered\nby a Weatherization Quality Control Inspector before payment is issued. The Quality Control Inspector\nwill not be involved in the prior work ofthe unit either as an Energy Auditor or part of the work crew.\nThe Quality Control Inspector will review the work to verify all work has been performed to Department\nof Energy, Michigan Field Guide, and the (NREL) Standard Work Specifications. The average job cost per\nunit is 57,954.28. (PY 2022)\n\nThe above is an overview and is not an all-inclusive list of the activities involved in the program.\n\nSCOPE\n\nNREL Specifications for the installation of measures can be found in the Michigan Field Guide. Typical\nweatherization measures may include: Air sealing of openings in the home\u2019s envelope to reduce air\ninfiltration, attic/sidewall insulation installation, attic vent installation, determination of venting\nrequirements, floor/foundation/Band Joist (BJ) insulation installation, Light Emitting Diode (LED)\nreplacements, door and window replacements, smoke detector installation, duct sealing/repair, duct\ninsulation installation, manufactured home belly insulation installation, and furnace and/or refrigerator\nreplacement. Typical mechanical measure may include: Clean, tune, and repair for furnace and\nreplace/install furnace filter. All measures are installed according to the specifications in the (NREL)\nStandard Work Specifications, and the Michigan Field Guide. The above mentioned is not an all-inclusive\nlist of the measures that can be installed.\n\nMAJOR OBJECTIVES OF THIS REQUEST FOR PROPOSAL\n1. Identify licensed Weatherization and Mechanical Contractors that will provide quality\nweatherization materials/services for the Agency.\n2. To ensure that all materials and/or services meet the Agency\u2019s and the DOE standards and\nrequirements.\n3. Toensure that all materials and/or services are provided in the time frame established by the\nAgency.\n\nOversight\nOversight of the Agreement will be exercised by the Agency\u2019s Director.\n\nLiaison\nThe Weatherization and Housing Project Supervisor, Roger Strickfaden (or his designee) will serve as the\nliaison for the Energy Auditor or the Quality Control Inspector. The liaison will coordinate the services\n\n2\n" "and serve as the communication link between the Agency and the Energy Auditor or the Quality Control\nInspector.\n\nTYPE OF AGREEMENT AND PAYMENT SCHEDULE\n\nThis agreement will be based on Worst Case Scenario NREL bid prices using the following; the Standards\nfor Weatherization Materials, the Community Services Policy Manual (CSPM), the Job Task Analysis\n(JTA), and the Retrofitting Michigan SWS Field Guide as listed in the Technical Weatherization Policy\nmanual (TWP). Links provided above. Attached are the Weatherization Contractor (Attachment A) and\nMechanical Contractor (Attachment B) bid sheets that are to be completed and submitted with the bid.\nThe agreement will be for a two-year period; however, a one-year extension may be granted in\naccordance with state, federal, and/or local laws and regulations. Payments will be made after\nsatisfactory completion of work and/or delivery of services, and a Quality Control Inspection. AW-9\nmust be submitted to receive payment. The Contractor must submit a request for payment on their\nstandard invoice. The invoice must include the unit address, completed measures, and the job number.\nThere will be no mileage, equipment, telephone, internet, space, automobile, insurance or staff\nexpenses incurred during work on units, preparation for work on units, response to complaints, or\nservices as a resource person shall be reimbursed under this contract. The contractor shall agree that\nwork performed will be guaranteed for a period of eighteen (18) months from the date of final\nacceptance. The Agency will assign work on a rotation-type schedule. The Agency will make no\nguarantee of work or production and will issue work on an as-needed basis. The Agency further reserves\nthe right to terminate the working relationship with a contractor for reasons including, but not limited\nto the following: failure to provide proof of insurances/ licenses, failure to perform work in a timely\nmanner, and failure to perform work of the quality expected by Department of Health & Human Services\n(DHHS) and the Agency.\n\nDimensions, if furnished, are for general reference only and should be verified by Respondents.\n\nThe Kent County Standard Submission Terms posted on the Bid Opportunities page of the Kent County\nPurchasing Division website are incorporated by reference into the solicitation.\n\nPRE-SUBMISSION ON-SITE INSPECTION\nA pre-submission conference will not be held for this solicitation. If additional information is needed,\nplease utilize the Inquiries link posted with the Solicitation.\n\nFUNDING SOURCE\n\nFunding is provided in part through a Federal Community Development Block Grant (CDBG) from the US\nDepartment of Housing and Urban Development (HUD). The Respondent shall warrant and certify that,\nin the performance of the resultant agreement, it has complied with or will comply with all applicable\nstatutes, rules, regulations and orders of the United States, including laws and regulations pertaining to\nlabor, wages, hours and other conditions of employment. All materials, equipment, and supplies\nprovided to the members must comply fully with all safety requirements, rules of the Industrial\nCommission on Safety, and all applicable OSHA Standards.\n\nThe Respondent shall certify that it is registered with SAM.gov and has a valid Unique Entity Identifier\n(UEI). Contract requirements include, but are not limited to, the following:\nhttps://www.accesskent.com/Departments/Purchasing/pdfs/Federal-Funded-Contract-\n\nRequirements.pdf\n" "REQUEST FOR QUALIFICATIONS SUBMISSION\nAll information provided in response to this RFQ is subject to verification. Misleading and/or inaccurate\ninformation shall be grounds for disqualification at any stage in the procurement process.\n\nThe following must be completed and signed by the Offeror/Bidder:\n\ne Signed Proposal Letter (including the following contact information: Business Name,\nOwner/Representative Name, Business Address, Mailing Address, Office/Cell/Fax\nnumbers, and email)\n\ne _KCCA Weatherization Contractor or Mechanical Contractor Bid Sheet\n\ne County of Kent Authorization and Release Form\n\ne Central Registry Clearance Request Form DHHS-1929 for all employees\n\ne KCCA Certification Regarding Debarment, Suspension, and other Responsibility Matters\n\ne _KCCA Non-Collusion Affidavit\n\ne KCCA Certification of Compliance - Iran Economic Sanctions Act\n\ne \\N-9 Request for Taxpayer Identification Number and Certification\n\nIn addition, the following items, if applicable, should be submitted by the Offeror/Bidder upon award of\nthe contract.\n\nClear copy of Driver\u2019s License\n\nResidential Builder\u2019s License or Mechanical Contractor License\nEnvironmental Protection Agency (EPA) Lead-Safe Certified Firm certification\nEnvironmental Protection Agency (EPA) Renovation, Repair, & Painting (RRP) certification\nLead Safe Work Practices (LSW) certification\n\nIndoor Air Quality (lAQ) certification\n\nCOVID-19 Exposure Prevention, Preparedness, and Response Plan\nDocumentation of Worker\u2019s Compensation Insurance\n\nDocumentation of Employer\u2019s Liability Insurance\n\nDocumentation of Comprehensive General Liability Insurance\nDocumentation of Motor Vehicle Liability Insurance\n\nMINIMUM OFFER QUALIFICATIONS\nThe Offeror/Bidder shall have a minimum of or be able to obtain with training:\n\nA.\n\ng)\n\n3 years of experience performing weatherization work or equivalent experience in the\nbuilding industry.\n\nResidential Builders license or Mechanical license\n\nAppropriate Insurances\n\nLead Safe Work Practices (LSW), Indoor Air Quality (IAQ), Renovation, Repair, & Painting\n(RRP) certification - Offeror/Bidder must have the certifications as specified in the\nCommunity Services Policy Manual Item 618 or be able to obtain the certifications within\n180 days of being awarded the bid\n\nLead-Safe Certified Firm certification\n\nOther Required training - The offeror, as well as any employees or crew members of the\ncontractor, who will be performing any work for the Agency, will be required to attend\nappropriate training upon the discretion of the Agency, at no additional cost to KCCA.\nRequired equipment for installation of weatherization measures\n\nCOVID-19 Exposure Prevention, Preparedness, and Response Plan.\n" "LICENSES\nOfferors/Bidders shall maintain in status all federal, state, and local licenses and permits required\nfor the operation of business conducted by the Offeror/Bidder throughout the terms of the\ncontract.\nPREFERENCES\nPreference will be given to each of the following (see, also, I1.16 Selection Criteria):\ne Minority-owned firms;\ne _\\Nomen Business Enterprises; and\ne Labor Surplus Area Firms.\ne BidPrices\ne _Contractors who are Lead Safe Work Practices Certified\ne _RRP Firms (Mandatory)\ne _Contractors with Indoor Air Quality (IAQ) training\ne Previous experience as an insulation contractor\ne Previous experience performing work for a CAA Wx program\ne Contractors that own specialized weatherization equipment\ne Contractors that have at least a satisfactory record of past performance completing\nquality work for a CAA Wx program\ne Contractors that can file documents electronically\ne Contractors that have proven capacity\n\nDOCUMENTATION OF INSURANCE\nThe Offeror shall provide Kent County Community Action with documentation evidencing the following\ninsurances with the submission of the Proposal or prior to the signing of the contract.\ne _\\Worker\u2019s Compensation \u2014 Statutory requirements for the State of Michigan.\nEmployer\u2019s Liability:\no Bodily injury by accident $500,000 each accident\no Bodily injury by disease 5500,000 policy limit\no Bodily injury by disease 5500,000 each employee\ne Comprehensive General Liability\no Split Limits\n\"= Bodily Injury and Property Damage - 51,000,000 each occurrence\n= Products/Completed Operations Coverage - $2,000,000 per annual\naggregate\ne Auto Insurance (Motor Vehicle Liability Insurance including Michigan No-Fault Coverage)\n- Combined Single Limit: Bodily Injury and Property Damage - $1,000,000 for all vehicles,\nowned and non-owned, leased and hired used in the performance of this contract.\n\nThe Offeror shall name Kent County Community Action as an additional insured party on all policies\n(excluding Worker\u2019s Compensation), and the underwriters will have no right of recovery or subrogation\nagainst KCCA or the Agency including its agents, employees, board members, and/or funding sources. In\naddition, the insurance company or companies issuing the policy or policies shall have no recourse\nagainst KCCA for payment of any premiums or for assessments under any form of policy. The Contractor\nwill assume any and all deductibles in the above-described insurance policies.\n\nRFP PRICE LISTS\n"

300 Monroe Avenue NW Grand Rapids,Michigan 49503Location

Address: 300 Monroe Avenue NW Grand Rapids,Michigan 49503

Country : United StatesState : Michigan

You may also like

Residential Weatherization Installation Services

Due: 30 Jun, 2024 (in 2 months)Agency: Kent County Administration

Security Systems Products and Services

Due: 30 Apr, 2024 (in 5 days)Agency: Arkansas Department of Finance and Administration

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.