Dallas Logo
File #: 22-2866    Version: 1 Name:
Type: CONSENT AGENDA Status: Corrected; Approved as an Individual Item
File created: 11/30/2022 In control: Office of Procurement Services
On agenda: 12/14/2022 Final action:
Title: Authorize a three-year service price agreement for citywide grounds maintenance services - Good Earth Corporation in the estimated amount of $32,454,407.89 and Incircle Management, Inc. in the estimated amount of $63,139.50 $70,407.00, most advantageous proposers of seven - Total estimated amount of $32,517,547.39 $32,524,814.89 - Financing: General Fund ($22,587,460.59 $22,594,728.09), Stormwater Drainage Management Operations Fund ($6,184,060.00), Dallas Water Utilities Fund ($3,269,022.80), Sanitation Operation Fund ($339,060.00), and Equipment and Fleet Management Fund ($137,944.00)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     December 14, 2022

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for citywide grounds maintenance services - Good Earth Corporation in the estimated amount of $32,454,407.89 and Incircle Management, Inc. in the estimated amount of $63,139.50 $70,407.00, most advantageous proposers of seven - Total estimated amount of $32,517,547.39 $32,524,814.89 - Financing:  General Fund ($22,587,460.59 $22,594,728.09), Stormwater Drainage Management Operations Fund ($6,184,060.00), Dallas Water Utilities Fund ($3,269,022.80), Sanitation Operation Fund ($339,060.00), and Equipment and Fleet Management Fund ($137,944.00)

 

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 citywide grounds maintenance services. This service contract will be utilized for grounds maintenance of medians, rights-of-way, vacant lots, and residential properties for the City.  Approximately 1,700 acres will be serviced daily under this agreement.  Additionally, this agreement allows for trimming and pruning of overgrown shrubs and trees in these areas in the winter months to allow easier access during the mowing season.

 

This agreement provides for year-round maintenance for approximately 750 City owned properties on a consistent schedule until the properties are removed from City ownership.  The agreement also allows for the mowing of vacant lots and residential properties where a seizure warrant or signed consent form has been obtained.  If a residential property is serviced under this agreement, the property owner will be billed for the cost of the service.  During peak growing season an estimated 1,500 to 2,000 private properties will be serviced.  The Department of Code Compliance staff monitors work of the contractor on a daily basis.

 

The agreement will provide mowing, weed trimming, and litter removal services for 700 plus acres of flood control levees and gateways managed by the Water Utilities Department and will provide grounds maintenance services for parks and other City managed facilities.

 

A six-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Department of Code Compliance                                                                                                         (1)

                     Department of Equipment and Fleet Management                                          (1)

                     Department of Public Works                                                                                                         (2)

                     Park & Recreation Department                                                                                                         (1)

                     Office of Procurement Services                                                                                                         (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Approach and Workplan                                                                                    30 points

                     Cost                                                                                                                                                   30 points

                     Experience                                                                                                                              25 points

                     Use of Non-Gas Powered Equipment                                          10 points

                     Local Preference                                                                                                           5 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. 

 

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 calculated living wage during the solicitation process of this contract is $15.21; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On February 22, 2017, City Council authorized a three-year service contract for grounds maintenance services with Moir Watershed Services, LLC and Good Earth Corporation by Resolution No. 17-0345.

 

On August 8, 2018, City Council authorized a three-year service price agreement for grounds, creeks, and channel maintenance of floodway sumps for the Department of Trinity Watershed Management with Moir Watershed Services, LLC by Resolution No. 18-1050.

 

 

On January 23, 2019, City Council authorized a three-year service price agreement for grounds maintenance for medians, right-of-way, vacant lots, alleys, and residential properties with Good Earth Corporation, The Ashelyn Group, LLC, and Tremaine Hall, Individually dba Stellar Execucare Cleaning by Resolution No. 19-0187.

 

On June 26, 2019, City Council authorized a three-year service price agreement for grounds maintenance for parks and other City owned properties with Good Earth Corporation and V.L. & I, Inc. dba Urban Landscaping & Irrigation by Resolution No. 19-1019.

 

On August 14, 2019, City Council authorized (1) rescinding the three-year service price agreement with The Ashelyn Group, LLC and Tremaine Hall, Individually dba Stellar Execucare Cleaning, previously approved on January 23, 2019, by Resolution No. 19-0187, for grounds maintenance for medians, rights-of-way, vacant lots, alleys, and residential properties; and (2) a three-year service price agreement for grounds maintenance for medians, rights -of-way, vacant lots, alleys, and residential properties for the Sanitation Services Department with Cross Plus Construction, LLC by Resolution No. 19-1122.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

General Fund

$5,656,611.66 $5,660,245.41

$6,651,611.67 $6,655,245.42

$10,279,237.26

Stormwater Drainage Management Operations Fund

$1,113,000.00

$1,200,000.00

$  3,871,060.00

Dallas Water Utilities Fund

$  656,000.00

$1,030,000.00

$  1,583,022.80

Sanitation Operation Fund

$  113,020.00

$   113,020.00

$     113,020.00

Equipment and Fleet Management Fund

$    45,981.32

$     45,981.32

$       45,981.36

Total

$7,584,612.98 $7,588,246.73

$9,040,612.99 $9,044,246.74

$15,892,321.42

 

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

Procurement Category

M/WBE Goal

$32,517,547.39 $32,524,814.89

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

9.99%

9.99%

$3,251,044.00

The Business inclusion and Development Policy does not apply to Other Service contracts, however the prime contractor is subcontracting with certified M/WBEs.

Good Earth Corporation - Local; Workforce - 75.47% Local Incircle Management, Inc. - Non-local; Workforce - 0.00% 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 BBZ22-00017575.  We opened them on February 24, 2022.  We recommend the City Council award this service price agreement to the most advantageous proposers by group.

 

*Denotes successful proposers

 

Proposers                                                                                    Address                                                                                    Score                                          

 

*Good Earth Corporation                     7922 Forney Rd.                                           Multiple groups

                     Dallas, TX  75227

 

*Incircle Management, Inc.                       3305 Pembrooke Pkwy. South                      Multiple groups

                     Colleyville, TX  76034 

                     

Carruthers Landscape                     11593 Goodnight Ln.                                          Multiple groups

Management, Inc.,                      Dallas, TX  75229 

 

Moir Watershed Services, LLC                      4134 FM 66                                           Multiple groups

                     Waxahachie, TX  75167 

 

T. Smith Lawn Service LLC                     3315 Danieldale Rd.                                          Multiple groups

                     Lancaster, TX  75134

 

Urban Landscaping                      700 South Dallas Ave.                                          Multiple groups 

and Irrigation                     Lancaster TX  75146

 

E Dee's and Associates LLC                      3212 East Ledbetter Dr.                                          Multiple groups

dba E Dee's Lawn                      Dallas, TX  75216

and Landscaping 

 

 

 

 

 

 

OWNERS

 

Good Earth Corporation

 

Kevin Points, Chief Executive Officer

Emily Points, Chief Financial Officer

 

Incircle Management, Inc.

 

Heebok Jung, President