Loading...
Exhibit 1 - Agenda Information SheetCity of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement CFO: Cassey Ogden DATE: October 18, 2022 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with CTJ Maintenance, Inc., for janitorial services for various City buildings; providing for the expenditure of funds therefor; and providing an effective date (RFP 8032 – awarded to CTJ Maintenance, Inc., for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $5,400,000.00). INFORMATION/BACKGROUND The City of Denton has outsourced janitorial services as a cost-effective solution to maintain the cleanliness of City buildings since 2002. The contract for janitorial services provides various cleaning services and associated quality supplies to 44 City buildings. The City’s current five (5) year janitorial contract with AHI Facility Services will expire on September 18, 2022. In order to ensure the continuity of cleaning services and work environment quality, the City of Denton issued RFP 8032 in June 2022, with the intent to award a new contract. Project Description Estimated 5-Year Expenditure Service Year 1 $ 1,025,000 Service Year 2 $ 1,025,000 Service Year 3 $ 1,025,000 Service Year 4 $ 1,025,000 Service Year 5 $ 1,025,000 Contingency – building additions, COVID, etc. $ 275,000 Total $ 5,400,000 Below is the information CTJ Maintenance, Inc. provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Cleaner 25 $15.00 Flooring Specialist 3 $16.00 Supervisor 2 $18.50 City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Request for Proposals was sent to 821 prospective suppliers, including 59 Denton firms. In addition, specifications were placed on the Procurement website for prospective suppliers to download and advertised in the local newspaper. Twelve (12) proposals were received, references were checked, and proposals were evaluated based upon published criteria including compliance with specifications, probable performance, and price. Best and Final Offers (BAFO) were requested from the top firm. Based upon this evaluation, CTJ Maintenance, Inc. was ranked the highest and determined to be the best value for the City. NIGP Code Used for Solicitation: 485, 486, 910, 958, and 967 Notifications sent for Solicitation sent in IonWave: 821 Number of Suppliers that viewed Solicitation in IonWave: 28 HUB-Historically Underutilized Business Invitations sent out: 89 SBE-Small Business Enterprise Invitations sent out: 379 Responses from Solicitation: 12 RECOMMENDATION Award a contract with CTJ Maintenance, Inc., for janitorial services for various City buildings, in a one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $5,400,000. SUSTAINABILITY MEASURES This contract supports the Sustainability Framework by recommending all janitorial supplies and materials be environmentally preferred products, and by placing specific emphasis on managing the recycling needs of the City. Relationship to Sustainability Framework Focus Area: Material Resource Management Goal 1: Ensure quality of cleaning tools and products for air quality Goal 2: Identify environmentally preferred paper products to increase recycled materials usage Goal 3: Reduce recycling waste by encouraging proper disposal and bagging PRINCIPAL PLACE OF BUSINESS CTJ Maintenance, Inc. Irving, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded from Facilities Maintenance account 880200.6545. Requisitions will be entered on an as-needed basis. The budgeted amount for this item is $5,400,000. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact Bill Wilson, 940-349-7755. Legal point of contact: Marcella Lunn at 940-349-8333.