Title
Citywide Asbestos and Lead Abatement Job Order Contracting Services - 4108JOC198 (Ordinance S-47647)
Description
Request to authorize the City Manager, or his designee, to enter into separate master agreements with four contractors to provide Citywide Asbestos and Lead Abatement Job Order Contracting services. Further request to authorize execution of amendments to the agreements as necessary within the Council-approved expenditure authority as provided below, and for the City Controller to disburse all funds related to this item. The total fee for services will not exceed $10 million.
Additionally, request to authorize the City Manager, or his designee, to take all action as may be necessary or appropriate and to execute all design and construction agreements, licenses, permits, and requests for utility services relating to the development, design, and construction of the project. Such utility services include, but are not limited to: electrical, water, sewer, natural gas, telecommunications, cable television, railroads, and other modes of transportation. Further request the City Council to grant an exception pursuant to Phoenix City Code 42-20 to authorize inclusion in the documents pertaining to this transaction of indemnification and assumption of liability provisions that otherwise should be prohibited by Phoenix City Code 42-18. This authorization excludes any transaction involving an interest in real property.
Report
Summary
The Contractors' services will be used on an as-needed basis to provide Citywide Asbestos and Lead Abatement Job Order Contracting (JOC) that includes abatement, transport and disposal, documentation, "put back" of materials, and other environmental services as requested.
These Agreements are essential to the health, safety, and welfare of the public and critical operations for the City.
Procurement Information
The selections were made using a qualifications-based selection process set forth in section 34-604 of the Arizona Revised Statutes (A.R.S.). In accordance with A.R.S. section 34-604(H), the City may not publicly release information on proposals received or the scoring results until an agreement is awarded. Nine firms submitted proposals and are listed below.
Selected Firms
Rank 1: East Valley Disaster Services Inc.
Rank 2: Comprehensive Risk Services, LLC
Rank 3: Spray Systems of Arizona Inc.
Rank 4: Southwest Hazard Control, Inc.
Additional Proposers
Rank 5: ATI Holdings, LLC
Rank 6: Viking Specialty Services, LLC
Rank 7: Kary Environmental Services, Inc.
Rank 8: Belfor Environmental, Inc.
Rank 9: Square One Builders LLC
Contract Term
The term of each master agreement is for up to four years, or up to $2.5 million, whichever occurs first. Work scope identified and incorporated into the master agreement prior to the end of the term may be agreed to by the parties, and work may extend past the termination of the master agreement. No additional changes may be executed after the end of the term.
Financial Impact
The master agreement values for each of the JOC contractors will not exceed $2.5 million, including all subcontractor and reimbursable costs. The total fee for all services will not exceed $10 million. The value for each job order agreement performed under this master agreement will be up to $1 million each. In no event will any job order agreement exceed this limit without Council approval to increase the limit.
Funding is available in the Citywide Capital Improvement Program and/or Operating budgets. The Budget and Research Department will review and approve funding availability prior to issuance of any job order agreement. Payments may be made up to agreement limits for all rendered agreement services, which may extend past the agreement termination.
Department
Responsible Department
This item is submitted by Deputy City Manager Mario Paniagua, the Street Transportation Department, and the City Engineer.