Great Lakes Water Authority Logo
File #: 2020-095    Version: 1 Name:
Type: Resolution Status: New Business
File created: 3/4/2020 In control: Board of Directors
On agenda: 4/22/2020 Final action: 4/8/2020
Title: Contract No. 1904332 Commercial Janitorial Services CIP# N/A / BCE Score: N/A
Sponsors: Cheryl Porter
Indexes: Water Operations
Attachments: 1. 1904332 - Procurement Report, 2. 1904332 - Cost Summary
Related files: 2020-136

Title

Contract No. 1904332

Commercial Janitorial Services

CIP# N/A / BCE Score: N/A

Body                     

Agenda of:                     April 22, 2020

Item No.:                     2020-095

Amount:                     Three-Year Contract                                                                 $4,678,878.98

First Year Renewal Option                                                                  1,158,837.68

Second Year Renewal Option                                             1,158,837.68

Total Contract                                                                                      $6,996,554.34

 

TO:                                          The Honorable

                                          Board of Directors

                                          Great Lakes Water Authority

 

FROM:                     Sue F. McCormick

                                          Chief Executive Officer

                                          Great Lakes Water Authority

 

DATE:                     March 4, 2020

 

RE:                                          Contract No. 1904332

                                          Commercial Janitorial Services

                                          Vendor:  GDI, Inc.

 

 

MOTION

Upon recommendation of Cheryl Porter, Chief Operating Officer - Water and Field Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Chief Executive Officer (CEO) to enter into Contract No. 1904332 “Commercial Janitorial Services” with GDI, Inc., in the amount of $4,678,878.98 for a duration of three (3) years, with two (2) one (1) year renewal options at a cost not to exceed $1,158,837.68 for each renewal year for a total contract amount of $6,996,554.34; and authorizes the CEO to take such other action as may be necessary to accomplish the intent of this vote. 

BACKGROUND

GLWA has multiple facilities that require commercial janitorial and housekeeping services, including but not limited to: GLWA office facilities, the five water treatment plants, treated water booster pumping stations, wastewater pumping stations, wastewater CSOs, and water resource recovery facilities. The number of facilities for this has increased from the previous GLWA Contract No. 6898, which only included the 5 water treatment plants and the Water Resource Recovery Facility, to include 11 pumping stations and 7 wastewater CSOs. The scope is to provide commercial janitorial and housekeeping services, including but not limited to all personnel, equipment, tools, consumables, supplies, and supervision.

Additionally, as a result of a job function assessment conducted on several areas within the organization, prior to the bifurcation of GLWA/DWSD to improve efficiency and effectiveness, the results of the study indicated that janitorial services were determined to be a non-core function within the organization and would be best served by outsourcing this function.

JUSTIFICATION

Contract No. 1904332 will allow GLWA to maintain the commercial janitorial and housekeeping services at multiple GLWA facilities to ensure they remain clean, sanitary, and free of trash and debris. Contract No. 1904332 is required to ensure the cleanliness and upkeep of GLWA locations.

FINANCIAL PLAN IMPACT

Summary: The proposed contract with GDI, Inc. encompasses Operations & Maintenance expense only.  The FY 2020 budget and five-year financial plan was based on prior usage of janitorial services over the contract periods.  The value of the contract exceeds the current financial plan in total.  Potential positive variances of other contractual services as well as the use of this janitorial service may vary by year therefore, sufficient funds will be provided in the Operations & Maintenance (O&M) financial plan for this contract related to contractual services.

Funding Source:  Operations & Maintenance (O&M) Budget  

 

Cost Center(s): Water Works Park .........................Water Operations cost center 882131

                           Springwells WTP………………….Water Operations cost center 882141

                           Northeast WTP…………………..Water Operations cost center 882151

                           Southwest WTP…………………...Water Operations cost center 882161

                           Lake Huron WTP……………….....Water Operations cost center 882171

                           Various Pump Stations…….....Centralized Services cost center 882421

                           WRRF……….…………......Wastewater Operations cost center 892221

                           Puritan/Fenkell CSO……….Wastewater Operations cost center 892271

                           Seven Mile CSO…………...Wastewater Operations cost center 892272

                           Hubbell-Southfield CSO…...Wastewater Operations cost center 892273

                           Leib Station CSO…….........Wastewater Operations cost center 892274

                           Conner Creek CSO………Wastewater Operations cost center 892276

                           Baby Creek CSO.……......Wastewater Operations cost center 892277

                           Oakwood CSO……………Wastewater Operations cost center 892278

                           Belle Isle CSO………......Wastewater Operations cost center 892279

                           Belle Isle Pump Station…….Wastewater Operations cost center 892342

                           Bluehill Pump Station…....Wastewater Operations cost center 892343

                           Fisher Pump Station……….Wastewater Operations cost center 892347

                           Woodmere Pump Station..Wastewater Operations cost center 892352

 

Expense Types: Contractual Services (617200, 617210 & 617900) 

 

Estimated Cost by Year and Related Forecasted Variance:  See table below. 

                     

Fiscal Year                                                                                                                                                    Amount

 

FY 2020 Budget (3 months)                                                                         $265,241

FY 2021 Financial Plan                                                                                             1,074,000

FY 2022 Financial Plan                                                                                             1,087,000

FY 2023 Financial Plan                                                                                             1,101,000

FY 2024 Financial Plan                                                                                             1,111,000

FY 2025 Financial Plan (9 months)                                                                841,500

                                                               Financial Plan Forecast                                                 $5,479,741

 

Proposed Contract Amount                                                                      $6,996,554

Variance (positive/ (negative))                                                                                           $(1,516,813)

 

SAVINGS, COST OPTIMIZATION, AND REVENUE ENHANCEMENT IMPACT

The award of this contract provides a variance of $1,516,813 ($5,479,741 financial plan forecast less $6,996,554 proposed contract amount). Contractual services are dependent on several factors such as, delays in estimated start and end dates, environmental constraints, and other unforeseen circumstances that can cause the expenses to fluctuate from fiscal year to fiscal year.

COMMITTEE REVIEW

This item was presented to the Operations and Resources Committee at its meeting on April 8, 2020.  The Operations and Resources Committee unanimously recommended that the CEO take appropriate action to implement the resolution consistent with the provisions of GLWA Board Resolution 2020-114.

 

 

SHARED SERVICES IMPACT

The proposed procurement of this item will be shared in part based on the following locations: Belle Isle Pumping Station, Belle Isle CSO, Blue Hill Station, Woodmere Station and Fisher Pump Station, are shared in part by DWSD and GLWA. This item is budgeted by both entities as noted above.