Broward County Commission Regular Meeting


Print

Return to the Search Page Return to the Agenda
AI-25864 77.       
Meeting Date: 12/12/2017  
Director's Name: George Tablack
Department: Finance & Administrative Services Division: Purchasing

Information
Requested Action
A. MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. R2112705P1, Janitorial Services for Various Large County Facilities (Contract 1 - Broward County Governmental Center); the ranked firms are: 1 - Sunshine Cleaning Systems, Inc.; 2 - Triangle Services of Florida, Inc. dba Triangle Services; 3 - American Facility Services, Inc.; 4 - Owens, Renz & Lee Co., Inc. dba Owens Realty Services; 5 - Chi-Ada Corporation; 6 - SFM Services, Inc.; 7 - L&B Janitorial Services, Inc.; 8 - United Services, Inc.; 9 - Able Business Services, Inc., and authorize staff to proceed with negotiations; and authorize the Director of Purchasing to execute the resultant agreement. (Commission District 7)

(Transferred to the Consent Agenda.)


ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

B. MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. R2112705P1, Janitorial Services for Various Large County Facilities (Contract 2 - Broward County Main Library); the ranked firms are: 1 - Sunshine Cleaning Systems, Inc.; 2 - Triangle Services of Florida, Inc. dba Triangle Services; 3 - SFM Services, Inc.; 4 - American Facility Services, Inc.; 5 - Chi-Ada Corporation; 6 - Owens, Renz & Lee Co., Inc. dba Owens Realty Services; 7 - L&B Janitorial Services, Inc.; 8 - Cleaning Systems, Inc. dba Mirage Building Maintenance; 9 - United Services, Inc.; 10 - Able Business Services, Inc., and authorize staff to proceed with negotiations; and authorize the Director of Purchasing to execute the resultant agreement. (Commission District 7)

(Transferred to the Consent Agenda.)

ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

C. MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. R2112705P1, Janitorial Services for Various Large County Facilities (Contract 3 - Broward County South Regional Courthouse); the ranked firms are: 1 - L&B Janitorial Services, Inc.; 2 - Clean Freek's Janitorial Services, LLC; 3 - McKenzie's Cleaning, Inc.; 4 - Cleaning Systems, Inc. dba Mirage Building Maintenance; 5 - MCJ Professional Cleaning Services Corp., and authorize staff to proceed with negotiations; and authorize the Director of Purchasing to execute the resultant agreement. (Commission District 6)

(Transferred to the Consent Agenda.)

ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

D. MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. R2112705P1, Janitorial Services for Various Large County Facilities (Contract 4 - Broward County Main Courthouse); the ranked firms are: 1 - Triangle Services of Florida, Inc. dba Triangle Services; 2 - Sunshine Cleaning Systems, Inc.; 3 - American Facility Services, Inc.; 4 - Owens, Renz & Lee Co., Inc. dba Owens Realty Services; 5 - Chi-Ada Corporation; 6 - United Services, Inc.; 7 - Able Business Services, Inc., and authorize staff to proceed with negotiations; and authorize the Director of Purchasing to execute the resultant agreement. (Commission District 7)

(Transferred to the Consent Agenda.)


ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

E. MOTION TO APPROVE final ranking of the qualified firms for Request for Proposals (RFP) No. R2112705P1, Janitorial Services for Various Large County Facilities (Contract 5 - Broward County Traffic Engineering); the ranked firms are: 1 - McKenzie's Cleaning, Inc.; 2 - Clean Freek's Janitorial Services, LLC; 3 - MCJ Professional Cleaning Services Corp., and authorize staff to proceed with negotiations; and authorize the Director of Purchasing to execute the resultant agreement. (Commission District 9)

(Transferred to the Consent Agenda.)

ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

F. MOTION TO APPROVE Third Amendment to Agreement between Broward County and Chi-Ada Corporation for janitorial services at the South Regional Courthouse, RFP No. R0921804P1, for a month-to-month extension, not-to-exceed six months or until a replacement contract is awarded, to begin December 15, 2017, not-to-exceed $62,231. (Commission District 6)

(Transferred to the Consent Agenda.)

ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.

G. MOTION TO APPROVE Second Amendment to Agreement between Broward County and Triangle Services of Florida Inc. for janitorial services at the Governmental Center East, RFP No. R0899203P1, for a month-to-month extension, not-to-exceed six months or until a replacement contract is awarded, to begin December 27, 2017, not-to-exceed $515,783. (Commission District 7)
 
(Transferred to the Consent Agenda.)

ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.
 
H. MOTION TO APPROVE Second Amendment to Agreement between Broward County and Triangle Services of Florida Inc. for janitorial services at the Broward County Judicial Complex, RFP No. 0899203P1, for a month-to-month extension, not-to-exceed six months or until a replacement contract is awarded, to begin December 27, 2017, not-to-exceed $1,221,079. (Commission District 7)

(Transferred to the Consent Agenda.)


ACTION:  (T-10:27 AM)  Approved.
 
VOTE: 8-0.  Commissioner Ryan was not present during the vote.
Why Action is Necessary
Motions A. - E.: Final ranking of qualified firms requires Board action.
Motions F. - H.: Board of County Commissioners' approval is required for any contract extension beyond five years, in accordance with the Broward County Procurement Code, Section 21.43.
What Action Accomplishes
Motions A. - E.: Approves the Evaluation Committee's recommendation of the final ranking of qualified firms and authorizes the Director of Purchasing to execute the resultant agreement(s).
Motions F. - H.: Provides for an extension to the current contract in order to complete the solicitation and negotiate replacement agreements.
Is this Action Goal Related
Previous Action Taken
None
Summary Explanation/Background
THE PURCHASING DIVISION AND THE EVALUATION COMMITTEE RECOMMEND APPROVAL OF THE ABOVE MOTIONS.

Motions A. - E.
The purpose of this solicitation is to engage the services of qualified firms to provide janitorial services for various large County facilities, including the Broward County Governmental Center East, the Main Library, the South Regional Courthouse, the Broward County Main Courthouse and the Traffic Engineering Division, for basic cleaning of facilities' restrooms and floors, including cleaning supplies, paper products, pressure cleaning, windows, air quality, day porter services, emergencies, additional services needed and pass-thru’s as described in the Request for Proposals (RFP) solicitation. 

On June 13, 2017 (Item No. 69), the Board approved the RFP No. R2112705P1, Janitorial Services for Various Large County Facilities. Fifteen firms submitted proposals in response to the RFP.

On November 9, 2017, an Initial Evaluation Meeting was held. The Evaluation Committee determined that 14 firms were both responsive and responsible to the requirements for the five separate contracts of the RFP.

On November 14, 2017, Image Janitorial Services, Inc. dba Image Companies withdrew their proposal in writing.

On November 15, 2017, a Final Evaluation Meeting No. 1 was held. Six of 13 firms gave presentations for the five separate contracts to be later evaluated and scored by the Evaluation Committee.

On November 21, 2017, a Final Evaluation Meeting No. 2 was held. The remaining seven of 13 firms gave presentations for the five separate contracts. After presentations, evaluation, scoring, and ranking, the Evaluation Committee named Sunshine Cleaning Systems, Inc. as the first-ranked firm for Contract 1; Sunshine Cleaning Systems, Inc. as the first-ranked firm for Contract 2; L&B Janitorial Services, Inc. as the first-ranked firm for Contract 3; Triangle Services of Florida, Inc. dba Triangle Services as the first-ranked firm for Contract 4; McKenzie's Cleaning, Inc. as the first-ranked firm for Contract 5 (Exhibits 1 - 5).

The Evaluation Committee's proposed recommendation of ranking was posted on the Purchasing Division website for contracts 1, 3, 4 and 5 from November 27, 2017 through November 29, 2017, and contract 2 from November 28, 2017 through November 30, 2017; and provided an opportunity for any proposer or interested party to present any new or additional information regarding the responsibility of the proposers. There was no additional information submitted within this timeframe.

The Evaluation Committee's final recommendation of ranking was posted on the Purchasing Division website for contracts 1, 3, 4 and 5 from November 30, 2017 through December 06, 2017, and contract 2 from December 01, 2017 through December 07, 2017; and provided an opportunity for any aggrieved proposer to file a formal protest. There was no protest filed within this time frame. 

Additional supporting documentation provided to the Evaluation Committee regarding this procurement can be found on Broward County’s Purchasing Division website at http://www.broward.org/purchasing/pages/rlirfprepositoryUpdated.aspx

The Evaluation Committee consisted of:

Christine Calhoun, Purchasing Manager, Purchasing Division, Finance and Administrative Services Department (Chair and Non-Voting Member)
Scott Campbell, Director, Facilities Management Division, Public Works Department
Kelvin Watson, Director, Broward County Libraries Division
Katrina Jackson, Facilities Maintenance Superintendent, Facilities Management Division, Public Works Department
Arnold Delacruz, Port Maintenance Manager, Operations Division, Port Everglades Department
Lori Vassello, Contract/Grant Administrator Senior, Maintenance Division, Aviation Department

Motions F. - H.
Motion F: The Office of Economic and Small Business Development (OESBD) established this contract as a County Business Enterprise (CBE) Reserve. Chi-Ada Corporation, a certified CBE firm, has committed to self-performing 100% of the contract. To date, Chi-Ada Corporation has been paid $512,633.40 and has paid $6,643.54 to its CBE subcontractor for a total of 98.72% CBE participation. OESBD's compliance review and comments are provided in Exhibit 14.

Motion G: The Public Works Department and OESBD established a CBE goal of 28%. Triangle Services of Florida Inc. has committed to 28% CBE participation. To date, Triangle Services of Florida Inc. has been paid $3,116,425.30, and has paid $925,175.58 or 29.69% to its CBE subcontractor. OESBD's compliance review and comments are provided in Exhibit 15.

Motion H: The Public Works Department and the Office of Economic and Small Business Development (OESBD), established a CBE goal of 28%. Triangle Services of Florida Inc. has committed to 28% CBE participation. To date, Triangle Services of Florida Inc., has been paid $4,429,482.94, of which, $984,907.45 or 22.23% was paid to its CBE subcontractor. OESBD's compliance review and comments are provided in Exhibit 16.


Upon approval of the final ranking and authorization to negotiate, County staff will commence negotiations for a new contract; however, it is not anticipated that the negotiation process for a new contract will be completed prior to the expiration of the existing contract.

In accordance with the Living Wage Ordinance No. 2008-45, as amended, Section 26-101(f)(3), these services are subject to the Living Wage.

These Amendments have been reviewed and approved as to form by the Office of the County Attorney and the Risk Management Division. The amounts referenced in this agenda item have been rounded up to the nearest whole dollar.

As additional information, on December 4, 2017, the Director of Purchasing approved a Second Amendment to the Agreement between Broward County and Chi-Ada Corporation for janitorial services at the Main Library, RFP No. R0899203P1, for a month-to-month extension, not to exceed six months or until a replacement contract is awarded, to begin December 5, 2017 (Exhibit 17).
Source of Additional Information
Brenda Billingsley, Director, Purchasing Division, (954) 357-6070

Fiscal Impact
Fiscal Impact/Cost Summary:
Motions A. – E. This action has no fiscal impact.
Motions F. – H. Each requirement processed against this open-end contract will be funded by the appropriate source at the time of release.
 
Attachments
Exhibit 1 - Score Sheets and Summary Contract 1
Exhibit 2 - Score Sheets and Summary Contract 2
Exhibit 3 - Score Sheets and Summary Contract 3
Exhibit 4 - Score Sheets and Summary Contract 4
Exhibit 5 - Score Sheets and Summary Contract 5
Exhibit 6 - Three-Question Matrix and References Contract 1
Exhibit 7 - Three-Question Matrix and References Contract 2
Exhibit 8 - Three-Question Matrix and References Contract 3
Exhibit 9 - Three-Question Matrix and References Contract 4
Exhibit 10 - Three-Question Matrix and References Contract 5
Exhibit 11 - Third Amendment - SRCH
Exhibit 12 - Second Amendment - BCGCE
Exhibit 13 - Second Amendment - BCJC
Exhibit 14 - OESBD Goals Compliance Memorandum SRCH
Exhibit 15 - OESBD Goals Compliance Memorandum BCGC
Exhibit 16 - OESBD Goals Compliance Memorandum BCJC
Exhibit 17 - Second Amendment Main Library


    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.