Title
Citywide Abatement, Asbestos, and Lead Paint Job Order Contract - 4108JOC161 (Ordinance S-43568)
Description
Request to authorize the City Manager, or his designee, to enter into five separate agreements with Spray Systems of Arizona, Inc. (Mesa, Ariz.), East Valley Disaster Services, Inc. (Mesa, Ariz.), Comprehensive Risk Services, LLC (Phoenix), Sagebrush Restoration, LLC (Phoenix), and Southwest Hazard Control, Inc.(Tucson, Ariz.) to provide Citywide Abatement - Asbestos & Lead Paint Job Order Contracting (JOC) services and to execute contract options as necessary. Further request authorization for the City Controller to disburse all funds related to this item.
Additionally, request to authorize the City Manager, or his designee, to take all action deemed necessary or appropriate to execute all utilities-related design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project and to include disbursement of funds. Such utility services include, but are not limited to: electrical, water, sewer, natural gas, telecommunications, cable television, railroads, and other modes of transportation. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The JOCs will be utilized on an as-needed basis to provide asbestos and lead abatement services for various departments. The scope of work may include, but is not limited to, asbestos and/or lead abatement in City-owned or managed facilities, improvements, and privately owned buildings through City enforcement actions; abatement of asbestos-containing materials (ACMs), abatement and/or stabilization of lead-containing materials; proper transport and disposal of ACMs and/or lead-containing wastes, proper documentation of project work including permits and waste manifests; limited “put back” of materials removed in the course of abatement; and other environmental services as requested.
Procurement Information
Five contractors were chosen for this project using a qualifications-based selection process according to Section 34-604 of the Arizona Revised Statutes (A.R.S.). Pursuant to A.R.S. title 34, the City is not to release the scoring of proposers until a contract has been awarded. The top seven rankings follow:
Spray Systems of Arizona, Inc. (Vendor 3002046): Ranked #1
East Valley Disaster Services, Inc. (Vendor 003525825): Ranked #2
Comprehensive Risk Services, LLC (Vendor 3075148): Ranked #3
Sagebrush Restoration, LLC (Vendor V3525143): Ranked #4
Southwest Hazard Control, Inc. (Vendor 0003028764): Ranked #5
Native Environmental, LLC: Ranked #6
American Technologies, Inc.: Ranked #7
Contract Term
Each JOC will be for a two-year term with an option to renew for an additional two years or maximum funding capacity, whichever occurs first. Contract work scope identified and incorporated into the contract prior to the end of the contract may be agreed to by the parties, and work may extend past the termination of the contract. No additional contract work scope changes may be executed after the end of the contract term.
Financial Impact
The initial contract value of each JOC will be $1.8 million with an option to renew for an additional $1.7 million, for a total contract value of $3.5 million each, including all amendments. Authorization is requested to execute job order agreements performed under this JOC for up to $1 million each in construction costs. In no event will any job order agreement exceed this limit without Council approval to increase the limit. Operating and Capital Improvement Program funding may be utilized. The Budget and Research Department will approve the availability of funds prior to issuing any job order agreement in excess of $50,000. Contract payments may be made up to contract limits for all rendered contract services, which may extend past the contract termination.
Small Business Outreach
A Small Business Enterprise Goal was not established for this project due to limited availability of subcontractors.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.