HomeMy WebLinkAbout04/17/2007, C2 - REQUEST FOR PROPOSALS TO FURNISH JANITORIAL MAINTENANCE SERVICES, SPECIFICATION NO. 90693 U
councit April 17,2007
j agenda Repont ,�Kba
CITY OF SAN LUIS O B I S P Ol
FROM: Jay D. Walter, Public Works Direct '"
Prepared By: David Smith, Public WAdministrative Services ManagerQ�
v
SUBJECT: REQUEST FOR PROPOSALS TO FURNISH JANITORIAL MAINTENANCE
SERVICES, SPECIFICATION NO. 90693
CAO RECOMMENDATION
1. Approve the specifications for Janitorial Maintenance Services, Spec.No. 90693
2. Authorize staff to distribute the Request for Proposals (RFP) and authorize the City
Administrative Officer to execute an agreement if contract prices are within the total annual
amounts budgeted for this work($304,100)
DISCUSSION
Background
As part of doing business, the City contracts with private vendors and businesses for a variety of
services, such as Tree Trimming and Landscape Maintenance. During previous Financial Plan
periods, the Public Works Department has increased the scope of contract services to meet the
demand for level of service as well as to help reduce the budget deficit faced by the City.
The existing contract for janitorial maintenance services expires on June 30, 2007. This RFP
covers contract janitorial maintenance services from July 1, 2007 to June 30, 2011 at the
following locations:
Public Safety Offices: Recreation Facilities:
Police Station Jack House Service Building and Restrooms
Police Station Annex Meadow Park Multi-Purpose Building
Police Downtown Office Ludwick Community Center
Fire Station One Offices Senior Center
City County Library Community Rooms
General Offices:
City Hall Offices
Corporation Yard Offices
Old Library Offices
Parking Offices
Parks and Recreation Offices
Public Works and Community Development Offices
Utilities Offices
Ca - i
o�
RFP to Furnish Janitorial Maintenance Services, Specification No. 90693 Page 2
Alternative Award Criteria
With construction contracts, awarding a contract to the firm with the lowest price usually works
well. But using this approach for janitorial maintenance service contracts in the past has created
problems with low bidders cutting comers and continually requesting price adjustments to make
ends meet. The consequences were, marginal, often unacceptable work; and strained relations
between Public Works representatives and the contractor. Also,because of the low bids typically
submitted and accepted, many large reputable companies, which could deliver acceptable work,
refrained from bidding because they suspected their legitimate prices would probably be undercut
by less experienced firms.
To remedy this situation, the City used a specification for the current contract that called for
proposing firms to submit two sealed envelopes, the first with a qualifications proposal
(including general information, references, and insurance information) and the second with a
price proposal. The specification then laid out the following three-phase selection process:
1. A review committee opened the qualifications proposal and selected three to five firms
for follow-up interviews.
2. The review committee interviewed the selected firms and ranked them.
3. The review committee opened the submitted price proposals and used price information
to further evaluate the proposals and recommend the best firm.
This process has been used successfully over the last six years for other operations and
maintenance contracts, such as park restroom cleaning, landscape maintenance, parking lot
cleaning, parking meter coin collection, parking garage security services, sidewalk steam
cleaning, uniform and linen services, and transit service, just to name a few. This approach has
attracted proposals from well-established companies and resulted in excellent quality service at
reasonable prices.
Longer Contract Term
Most Public Works operations and maintenance contracts have an initial term of four years with
an option to extend for another two years if service is satisfactory. Extending the contract term to
the full 6 years has the following advantages:
1. It allows contractors to recover startup and capital costs over a longer period.
Consequently, contract prices can be lower.
2. It makes budgeting for contract costs more predictable because contract prices remain
stable.
3. It eliminates frequent and time-consuming contract solicitations.
4. It reduces the inevitable disruption that occurs whenever there is a change in contractor.
The transition period for such a change usually requires temporary but intensive
supervision from Public Works employees while the new contractor becomes comfortable
with the work.
The current janitorial maintenance contract expires on June 30, 2007, which coincides with at the
end of the two-year Financial Plan period. This timing creates two problems. First, a major
RFP to Furnish Janitorial Maintenance Services, Specification No.90693 Page 3
request for proposals must be administered at the same time budgets are being prepared and
revised. And second, the budget amounts needed for these services over the succeeding two
years cannot be precisely estimated. To correct these problems, the initial term for this contract
is set at four years with an option to extend for three years if service is satisfactory. In this way,
the contract term will expire in the"off' year of the two-year Financial Plan. With the next RFP
(presumably in 2014), the contract term could then revert to a four year term with two-year
extension format.
Regularly Scheduled vs. Periodic Tasks
The specification describes two types of work: 1) regularly scheduled tasks that make up the
ongoing day-to-day housekeeping workload and 2) periodic tasks that should be performed
occasionally or as needed. These periodic tasks include window washing, high dusting, carpet
extraction, carpet bonnet-cleaning, hard floor scrubbing and recoating, and spot cleaning folding
tables and stacking chairs. The price proposal in the specification includes a monthly price for
the regularly scheduled tasks at each location and then unit prices for the periodic tasks at each
location. In this way, the City has the flexibility to request a periodic task such as carpet
extraction only when it appears necessary. In budgeting for these periodic tasks, Public Works
assumed a certain frequency at each location.
CONCURRENCES
A stakeholders meeting on April 29, 2007 resulted in concurrences from Parks and Recreation,
Police, Fire, and Utilities Departments. The City Attorney and The Director of Finance &
Information Technology have previously reviewed and concurred with the alternative award
criteria being used.
FISCAL IMPACT
Annual
Estimated Annual .
Cost of Estimated Annual
Regularly Cost of Estimated Annual
Scheduled Periodic Cost of All Amount
Tasks Tasks Tasks Budgeted
Public Safety Offices $431900 $5,500 $49,400 $49,400
General Offices 174,500 11,700 186,200 186,200
Recreation Facilities 56,500 8,200 68,500 68,500
$274,900 $25,400 $304,100 $304,100
AVAILABLE FOR REVIEW IN THE COUNCIL OFFICE - Request for Proposals
G:\Staff-Reports-Agendas-Minutes\-CAR\2007\Buildings\JanitoiiaI Services spec 90693\CAR 90693 RFP to Furnish Janitorial Maintenance
Services.doc
Ca - 3