STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: May 13, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize (1) the ratification of emergency decontamination services of City facilities, vehicles, and other properties related to COVID-19 for the Office of Emergency Management in an estimated amount of $255,000; and (2) a three-year service price agreement for decontamination services at City facilities, vehicles, and other properties for the Office of Emergency Management in an estimated amount of $1,619,318 - Cleaning Guys, LLC dba CG Environmental, lowest responsible bidder of six - Total estimated amount of $1,874,318 - Financing: General Fund
Body
BACKGROUND
This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.
This service price agreement will provide for decontamination services of City facilities, vehicles, and other properties in response to COVID-19. On March 12, 2020, Mayor Johnson declared a local disaster in response to the COVID-19 virus. This service price agreement provides secure, safe, expeditious, and cost-effective decontamination and disposition of contaminated materials at various facilities, properties, and vehicles throughout the City. This agreement includes the effective, sanitary and ecologically sound services to meet standards of eliminating 99.99 percent of germ causing illnesses.
This is an emergency procurement and is an exception to the state and local procurement laws. The solicitation and contract comply with FEMA regulations.
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 Business Diversity 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)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2020 |
FY 2021 |
Future Years |
General Fund |
$1,874,318.00 |
$0.00 |
$0.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$1,874,318.00 |
Emergency Services |
N/A |
N/A |
N/A |
• The Business Inclusion and Development Plan does not apply to Emergency Service contracts |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Low Bid |
• Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements |
|
• Negotiations are not allowed |
The Office of Procurement Services received the following bids from solicitation number BI20-00013163. We opened them on March 27, 2020. We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidder.
*Denotes successful bidder
Bidders Address Amount
*Cleaning Guys, LLC 5255 Teague Rd. $ 1,619,318.00
dba CG Environmental Fort Worth, TX 76140
MBWServCorporation 8777 Governors Row $ 3,535,279.54
Dallas, TX 75247
USFS, LLC 8600 TX-158 $ 3,871,650.00
Garden City, TX 79739
All Janitorial 1255 West 15th St., Ste. 1010 $10,748,550.00
Professional Services, LLC Plano, TX 75075
ARC Abatement, Inc. 2710 National Pl. $18,834,800.00
Garland, TX 75041
Rising Star 4308 Bryan St. Non-Responsive
Dallas, TX 75204
OWNER
Cleaning Guys, LLC dba CG Environmental
Erick McCallum, Chief Executive Officer