M&C Review


COUNCIL ACTION:  Approved on 2/21/2017 

DATE: 2/21/2017 REFERENCE NO.: **C-28119 LOG NAME: 23ASBDEMO2017
CODE: C TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:  

Authorize Execution of Non-Exclusive Annual Contracts with Intercon Environmental, Inc., Garrett Demolition, Inc., Eagle Remediation Services, Inc., and Cactus Abatement and Demolition, Inc., for Structural Demolition and Asbestos Abatement Services for All City Departments at an Aggregate Cost of $800,000.00 During Any One-Year Term (ALL COUNCIL DISTRICTS)


RECOMMENDATION:

It is recommended that the City Council authorize the execution of non-exclusive annual contracts with Intercon Environmental, Inc., Garrett Demolition, Inc., Eagle Remediation Services, Inc., and Cactus Abatement and Demolition, Inc., for structural demolition and removal, transportation, and disposal of asbestos containing materials on an as-needed basis for all City Departments in an aggregate amount of $800,000.00 during any one-year term.

 
DISCUSSION:

Professional services for the demolition of commercial and/or residential structures and, subsequently, to remove, transport, and dispose of associated debris which may include asbestos-containing materials are required on an as-needed basis for all City Departments. The Code Compliance Department's Environmental Management Division manages these contract to ensure regulations related to any environmental hazards are followed. The contract commonly serves to provide on-call services to abate substandard structures or to support redevelopment.

To ensure the greatest degree of cost savings to the City and to allow for effective service, individual contracts will be executed with up to four pre-qualified contractors. This allows for up to four pre-qualified contactors to be eligible to submit pre-qualified costs as project needs arise. As demolition projects arise, each firm must submit a cost proposal for the identified project scope. The contractor which provides the lowest cost estimate is issued a task order to complete the project.

A Request for Qualifications (RFQ) for the provision of structural demolition and removal, transportation, and disposal of asbestos containing materials on an annual contract basis was advertised on September 22, 2016. Responsive submittals were received from the following seven firms on October 27, 2016:

1. Cactus Abatement and Demolition, Inc.
2. Eagle Remediation Services, Inc.
3. Garrett Demolition, Inc.
4. Intercon Environmental, LP
5. Lindamood Demolition, Inc.
6. Matrix Demolition, Inc.
7. Pacific Environmental, Inc.

The submittals from each of the seven (7) firms were reviewed and rated by committee, based on the published weighted selection criteria. The six criteria and their respective weightings were: (1) the firm' s past experience and references (30 percent); (2) the prime contractor' s proposed project team members and their experience (20 percent); (3) the qualifications of the provider' s subcontractors (10 percent); (4) the proposed M/WBE participation and plan (25 percent); (5) the contractor' s legal history (10 percent); and (6) the contractor' s work history with the City (five percent).

Intercon Environmental, Inc., Garrett Demolition, Inc., Eagle Remediation Services, Inc., and Cactus Abatement and Demolition, Inc., were selected as the most highly qualified respondents, based on demonstrated competence and qualifications provided in the Statement of Qualifications to perform the services in accordance with Chapter 254 of the Texas Government Code.

M/WBE OFFICE: Intercon Environmental, Inc., Garrett Demolition, Inc., Eagle Remediation Services, Inc., and Cactus Abatement and Demolition, Inc., are in compliance with the City's BDE Ordinance by committing to five percent MBE (Minority Business Enterprise) participation. The City's MBE goal on this project is five percent.

Contract terms with each of the four contractors will be one-year with options to renew for three additional one-year periods at the City's discretion, with the aggregate amount of Task Orders for all contracts hereby approved up to $800,000.00 during any one-year term.

The project will serve Fort Worth residents in ALL COUNCIL DISTRICTS.

 
FISCAL INFORMATION/CERTIFICATION:

The Director of Finance certifies that upon approval of the above recommendations, funds are available within existing appropriations for expenses associated with these contracts. The participating departments have the responsibility to validate the availability of funds prior to an expenditure being made.


TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Fernando Costa (6122)
Originating Department Head:
Brandon Bennett (6345)
Additional Information Contact:
Elmer DePaula (7251)
Cody M Whittenburg (5455)

 
 
ATTACHMENTS
  Catus Abatement - 1295.pdf
  Eagle 1295.pdf
  Garrett Demo 1295.pdf
  Intercon Enviro -1295.pdf