STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: October 28, 2020
COUNCIL DISTRICT(S): 2, 3
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service contract, with three one-year renewal options, for janitorial services for the Department of Aviation - Flagship Airport Services, Inc. in the amount of $1,871,365.50 and Andrews Building Service, Inc. in the amount of $653,762.04, most advantageous proposers of eighteen - Not to exceed $2,525,127.54 - Financing: Aviation Fund (subject to annual appropriations)
Body
BACKGROUND
This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis.
These service contracts will provide janitorial services for the daily cleanliness and care of Dallas Executive Airport, the Heliport located at the Kay Bailey Hutchison Convention Center, as well as provide trash removal from outdoor receptacles at Dallas Love Field. Maintaining these facility’s aesthetics, sanitary conditions and janitorial services are needed to maintain a pleasing environment for visitors and employees as well as preserving the health and safety of the facilities.
The janitorial services for the Department of Aviation has traditionally been awarded in its entirety. This solicitation was divided up into four groups Group 1-Dallas Love Field, Group 2-Dallas Executive Airport, and the Heliport, Group 3-Love Field Trash Service, and Group 4-Terrazzo Floors. Originally, all groups were to be awarded in May 2020 however, due to COVID-19 and reduction in traffic Groups 1 and 2 were awarded in May of 2020. As traffic increases the need for services in Groups 2 and 3 will be needed.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Building Services Department (1)
• Department of Aviation (2)
• Police Department (1)
• Office of Economic Development Business Workforce and Inclusion Division (1)*
• Office of Procurement Services (1)*
*The Office of Procurement Services only evaluated cost and the Office of Economic Development Business Workforce and Inclusion Division only evaluated the Business Inclusion and Development Policy.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Cost/value to the City 30 points
• Experience 30 points
• Approach and methodology 25 points
• Business Inclusion and Development Policy 15 points
As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes. To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors. Additionally, in an effort to secure more competition, the Office of Economic Development Business Workforce and Inclusion Division sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141. The current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On May 13, 2015, City Council authorized a five-year service contract for janitorial services and floor maintenance at various Aviation locations with Members Building Maintenance, LLC by Resolution No. 15-0835.
FISCAL INFORMATION
|
Fund |
FY 2021 |
FY 2022 |
Future Years |
|
Aviation Fund |
$250,000.00 |
$506,000.00 |
$1,769,127.54 |
Council District Amount
2 $2,159,357.72
3 $ 365,769.82
Total $2,525,127.54
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:
|
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
|
$2,525,127.54 |
Other Services |
23.80% |
43.68% |
$1,102,889.76 |
|
• This contract exceeds the M/WBE goal. |
|
• Flagship Airport Services, Inc. - Non-Local; Workforce - 1.00% Local • Andrews Building Services, Inc. - Local; Workforce - 93.00% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
|
Request for Competitive |
• Utilized for high technology procurements, insurance procurements, and other goods and services |
|
Sealed Proposal |
• Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications |
|
|
• Always involves a team evaluation |
|
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BR20-00012129. We opened them on February 7, 2020. We recommend the City Council award this service contract to the most advantageous proposers by group.
*Denotes successful proposers
Proposers Address Amount
*Flagship Airport Services, 405 South Kimball Ave. Group 2 - $ 1,871,365.50
Inc. Southlake, TX 76092 Group 3 - $ 1,273,337.45
*Andrews Building 11503 Reeder Rd. Group 2 - $ 1,314,517.20
Service, Inc. Dallas, TX 75229 Group 3 - $ 653,762.04
ABM Building Value 4151 Ashford Dunwoody Rd. Group 2 - $ 653,214,90
Maintenance LLC Suite 600 Group 3 - $ 1,372,562.12
Atlanta, GA 30319
APPRO, Inc. 5134 South 94th East Ave. Group 2 - $18,118,151.88
Tulsa, OK 74145 Group 3 - $ 1,258,602.63
Diverse Facility Solutions, 12838 South Cicero Ave. Group 2 - $ No Bid
Inc. Alsip, IL 60803 Group 3 - $ No Bid
ISS Facility Services, 1017 Central Pkwy. Group 2 - $ 618,792.95
Inc. San Antonio, TX 78232 Group 3 - $ 1,280,193.93
LGC Global Energy 7310 Woodward Ave. Group 2 - $ 3,178,165.87
FM LLC. Suite 500 Group 3 - $ 911,123.03
Detroit, MI 48202
Member's Building 2035 Royal Ln. Group 2 - $ 1,939,066.80
Maintenance, LLC Suite 285 Group 3 - $ 1,368,243.60
Dallas TX 75229
National Aviation Services 19810 West Catawba Ave. Group 2 - $ 2,647,255.61
Suite C Group 3 - $ 1,094,925.42
Cornelius, NC 28031
Oriental Building Services 2526 Manana Dr. Group 2 - $ 2,494,800.00
Suite 208 Group 3 - $ 1,061,296.20
Dallas, TX 75220
Service Management 7135 Charlotte Pike Group 2 - $ 2,894,881.80
Systems, Inc. Suite 100 Group 3 - $ 1,168,977.00
Nashville, TN 37209
Tier One Aztec 7610 North Stemmons Fwy. Group 2 - $ 3,963,480.00
Property Services Suite 335 Group 3 - $ 2,445,255.00
Dallas, TX 75247
UNICA Enterprises LLC 715 Tenna Loma Ct. Group 2 - $ 2,464,398.00
Property Services Dallas, TX 75208 Group 3 - $ 696,275.28
Unicare Building 11148 Morrison Ln. Group 2 - $ 2,507,721.96
Maintenance, Inc. Dallas TX 75229 Group 3 - $ 550,203.51
Uniserve Facilities Services 2363 South Atlantic Blvd. Group 2 - No Bid
Commerce, CA 90040 Group 3 - No Bid
United Maintenance 1550 South Indiana Ave. Group 2 - $ 2,940,084.41
Company, Inc. Chicago, IL 60605 Group 3 - No Bid
Essentially Home, 155 Birdsong Ln. Non-responsive
Inc. Terrell, TX 75160
Global Building 11055 Dennis Rd., #12 Non-responsive
Maintenance, Inc. Dallas, TX 75229
OWNERS
Flagship Airport Services, Inc.
David Pasek, Chief Executive Officer
Andrews Building Service, Inc.
Peter Kim, President