Pierce County

Criteria

Fall Protection Inspection and Certification Services

2025-RFP-185

Evaluation Criteria

1

Federal Terms and Conditions

1. Without limitation as otherwise set forth in this Agreement, Subrecipient shall comply with all relevant Catalog of Federal Domestic Assistance (CFDA) Listing Requirements, as amended and supplemented. Specifically, but not by way of limitation, CFDA 21.027 has the following policy requirements:1.1. 31 CFR Part 35, as amended by the Interim final rule published May 17, 2021, at 26786 FR Vol. 86, No. 93; or otherwise subsequently amended by Final Rule.1.2. 2 CFR Part 200, including Subparts B through F1.2.1. Additional Information: The following 2 CFR Policy requirements also apply to this assistance listing: 2 CFR Part 25, Universal Identifier and System for Award Management; 2 CFR Part 170, Reporting Subaward and Executive Compensation Information; and 2 CFR Part 180, OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement). The following 2 CFR Policy requirements are excluded from coverage under this assistance listing: For 2 CFR Part 200, Subpart C, the following provisions do not apply to the SLFRF program: 2 CFR § 200.204 (Notices of Funding Opportunities); 2 CFR § 200.205 (Federal awarding agency review of merit of proposal); 2 CFR § 200.210 (Pre-award costs); and 2 CFR § 200.213 (Reporting a determination that a non-Federal entity is not qualified for a Federal award). For 2 CFR Part 200, Subpart D, the following provisions do not apply to the SLFRF program: 2 CFR § 200.308 (revision of budget or program plan); 2 CFR § 200.309 (modifications to period of performance); CFR § 200.305 (b)(8) and (9) (Federal Payment).2. Without limitation as otherwise set forth in this Agreement, Subrecipient shall ensure that any procurement involving funds authorized by this Agreement complies with all applicable federal, state, and local laws and regulations, including but not limited to, 2 CFR 200.318 through 200.327, as well as Appendix II to 2 CFR Part 200 (entitled “Agreement Provisions for Non-Federal Entity Contracts Under Federal Awards”).
2

Reserved Rights and Procedures:1. Pierce County expressly reserves the following rights:a. To waive any and/or all irregularities in the proposals submitted.b. To reject any or all proposals or portions thereof.c. To base awards with due regard to quality of services, experience, compliance with specifications, and other such factors as may be necessary in the circumstances.d. To make the award to any vendor or combination of vendors whose proposal(s), in the opinion of the County, is in the best interest of the County.2. Pierce County cannot accept late proposals.3. Reimbursement: The County will not reimburse proposers for any costs involved in the preparation and submission of responses to this RFP or in the preparation for and attendance at subsequent interviews.4. Cooperative PurchasingThe Washington State Interlocal Cooperation Act, Ch. 39.34 RCW, authorizes public agencies to cooperatively purchase goods and services if all parties agree. By responding to this RFP, Consultants agree that other public agencies may purchase goods and services under this solicitation or contract at their own cost and without Pierce County incurring any financial or legal liability for such purchases. Pierce County agrees to allow other public agencies to purchase goods and services under this solicitation or contract, provided that Pierce County is not held financially or legally liable for purchases and that any public agency purchasing under such solicitation or contract file a copy of this invitation and such contract in accordance with RCW 39.34.040.5. Public Records and Proprietary MaterialProposers should be aware that any records they submit to the County or that are used by the County even if the proposers possess the records may be public records under the Washington Public Records Act (RCW 42.56). The County must promptly disclose public records upon request unless a statute exempts them from disclosure. Proposers should also be aware that if even a portion of a record is exempt from disclosure, generally, the rest of the record must be disclosed. Exemptions are narrow and specific.Proposers should clearly mark any record they believe is exempt from disclosure.6. Title VI CompliancePierce County, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
3

PROCUREMENT DOCUMENTS & RFP'S HOLDER LIST

CONTRACTORS WHO REGISTER AND DOWNLOAD BID DOCUMENTS will be automatically added to the FOLLOWER'S list in the County's eProcurement Portal. Notifications for bid updates, addenda, and other bid information will be sent to all Contractors who register on the Pierce County eProcurement Portal.
4

Evaluation & Award Process

An evaluation team will review the bidding documents and evaluate all responses received based upon the criteria listed herein. The County may request clarifications or additional information, if needed. The proposer determined to be most qualified through the initial evaluation phase may be interviewed and the final determination will also consider reference checks and interviews.The County intends to select the Contractor most qualified for this pursuit/solicitation and begin the negotiation and award process based on the requirements of this solicitation.Selected Proposer(s) will be invited to enter into contract negotiations with the County. Should the County and the selected proposer not reach a mutual agreement, the County will terminate negotiations and move to the next ranked contractor and proceed with negotiations. A Proposer’s inability to agree to the terms of the County’s standard contract may be a basis for the County to terminate negotiations and begin negotiating with one or more other Contractors.The County reserves the right to accept or reject any or all submitted bids, to waive as informalities any irregularities, and to contract as the best interest of the County may require. The County may reject bids that are non-responsive or that are submitted by non-responsible contractors.
5

Minimum Requirements

Registered to do business in Washington State as evidenced by an active Unique Business Identifier (UBI) number.Has a valid federal tax identification number.All inspections and certifications must be performed by a competent person as defined by OSHA 29 CFR 1910.140 and 1926.502
6

Submittal Requirements

Each Request for Proposal is required to be submitted as outlined in this section. Please include a cover and/or first page, containing the name of the project, Fall Protection Inspection and Certification Services, name of the respondent, contact information, and submittal date. In addition, provide an opening letter indicating the Contractor's interest in this project, and briefly describe what makes the Contractor a suitable candidate to be selected for Fall Protection Inspection and Certification services. A table of contents should be next. Please provide the following information in the sequence and format prescribed below. Supplemental materials providing additional information may be attached, but the information requested below is to be provided in this format.Contractor InformationContractor legal name (include and identify entity name change and dba), local address and billing address if different, email address, and phone numberPrimary Individual to contact Capability Statement confirming the Contractor's understanding of the Scope of Work and ability to perform services in compliance with applicable OSHA and ANSI standards. Qualifications and ExperienceDescription of firm's background, size, and areas of expertise Describe the years of experience the firm has in providing fall protection inspection and certification services.An organizational chart that explains team member responsibilities.The name and resume of each individual who will perform the workResumes should highlight experience, training, and certifications relevant to fall protection systemsDescription of ongoing training or continuing education related to fall protection safety.Previous county experience (if applicable)References listing client contracts for similar services.Approach to Work Describe in detail the Contractor's ability to meet the requirements and provide the requested services listed in this RFP: Clearly describe the approaches and methods for performing inspections, testing, and certification.Describe the inspection procedures, reporting methods, and quality control measures Explanation of how the firm ensures compliance with OSHA, ANSI, manufacturer's specifications and guidelines, and applicable local, state, and federal safety requirements. Include an example of a typical inspection checklist, tag, or certification formAdditional services or procedures of benefit to the County (if applicable)PricingCompleted pricing proposal (see attachment)Additional InformationA statement outlining any proposal exceptions to the County’s requirements or requested clarifications to the requirements. (if applicable)The caption, case number, Court, Counsel, and general summary of any litigation pending, or judgment rendered within the past three (3) years involving the proposer. (if applicable) Only electronic submittal via the County's eProcurement Portal shall be accepted. No hard copies, emails, or fax submittals are acceptable.Acknowledgement (via the County's eProcurement Portal) of each addendum issued. (if applicable)
7

Scope Details

The Contractor shall perform inspection and certification of fall protection systems in accordance with a recurring five-year cycle for the following locations:Environmental Services Building (ESB), 6450 64th Street West, University Place, WA, 98467 - See Attachment 1Chambers Creek Wastewater Treatment Plant (CCRWWTP), 10311 Chambers Creek Road West, University Place, WA, 98467 - See Attachment 2 The Scope of Work should include, but not be limited to, the following:Inspection ServicesConduct annual inspections of all installed fall protection systems, including anchor points, lifelines, harnesses, lanyards, connectors, and related components. Visually inspect for wear, damage, corrosion, deformation, loose fittings, or any conditions that could affect performance or safety. Verify that all components are properly labeled, installed, and configured per manufacturer specifications and OSHA/ANSI standards. CertificationFull engineering review and certification shall be performed during the fifth year of each five-year cycle Provide updated as-built drawings for required modifications. TestingPerform load or pull testing on anchor points or systems as required by applicable standards or manufacturer recommendations. Certify that each system meets compliance requirements and issue inspection/ certification tags or labels with the date of inspection, next due date, and inspector's information. Provide written reports summarizing all findings, test results, and corrective actions (if any). Reporting and DocumentationProvide a comprehensive inspection report for each site, including: Location and identification of each system inspected. Description of system type and components. Inspection date and inspector credentials. Test date (if applicable) Compliance status and recommendations for repairs or replacements Submit reports electronically in PDF format within ten (10) business days of inspections.Corrective ActionsIdentify and document any deficiencies or hazards discovered during inspections. Provide recommendations for corrective action and cost estimates (if applicable). Perform repairs or replacements only upon written authorization from the County. Standards and RegulationsAll work shall comply with the most current versions of:OSHAANSI/ASSPManufacturer's specifications and guidelines Applicable local, state, and federal safety requirements. TrainingA Competent person must provide training to the County staff on the following topics:All system modifications, including horizontal lifeline systems, components, and fix point anchors, and their use.The operation, maintenance, and safe use of both existing and new equipment Safety regulation changes that impact the County’s applications and personal protective equipment.
8

PROCUREMENT QUESTIONS

All questions must be submitted within the County's eProcurement Portal, under the Questions and Answers Section, no later than 4:00 pm on Friday, January 23, 2026. Contractors must be registered in the eProcurement Portal software to submit questions, receive addenda, notifications, and ultimately submit a proposal.Proposals must be received by the Procurement & Contract Services and the Finance Department before 1:00 pm on Friday, January 30, 2026. The Contractor is responsible for the submission of the proposal before the deadline. The County shall not be responsible for late submittals.
9

Deliverables

Annual inspection and certification of all fall protection systems. Inspection and test reports for each site. Updated Inventory of fall protection systems and certification records. Inspection tags/labels affixed to all certified systemsRepair or replacement of installations (including cable systems, anchor points on rooftops, and elevated systems) and equipment for compliance
10

EXPECTED TERM OF RESULTING AGREEMENT

The initial contract period is anticipated to be for 12 months . The County has the option of renewing for an additional four years after the initial contract is executed. The actual schedule will be negotiated with the selected Contractor based on staff availability and the finalized scope of work.Value of Resulting Contract: $200,000.00The County intends to award one contract for the services described in this RFP.
11

Safety Requirements

Contractor shall adhere to all site-specific safety requirements and provide appropriate PPE for their personnel.Work areas shall be maintained in a safe and orderly condition at all times.
12

Prevailing Wage

Prevailing Wages: The contractor must comply with RCW 39.12 when performing any labor that requires the payment of prevailing wages. A Statement of Intent to Pay Prevailing Wages and Affidavit of Wages paid will be required for any work that involves prevailing wages paid to workers, laborers or mechanics. Until an approved copy of the Statement of Intent to Pay Prevailing Wages form is provided to Pierce County for the Contractor and each Subcontractor, the County is prohibited by law from releasing any payment to the Contractor for the public work covered by that form. Prevailing wages will be determined by the wages in effect at the time of bid due date, and annually. Please reference the sample agreement attachment for more prevailing wage information.