Request for Proposals received May 28, 2020 for S72-T28979- Approve an ordinance awarding a contract to JSM & Associates, LLC in the maximum contract amount not to exceed $12,229,924.50 for baggage handling systems operations & maintenance services for the Houston Airport System.
Specific Explanation:
The Director of the Houston Airport System (HAS) and the Chief Procurement Officer recommend that City Council approve an ordinance awarding a five-year contract to JSM & Associates, LLC for a total contract amount not to exceed $12,229,924.50 for baggage handling systems operations & maintenance services. The Director of HAS may terminate this Agreement at any time by giving 30 (thirty) days written notice to the contractor, with a copy of the notice to the Chief Procurement Officer.
JSM & Associates, LLC will provide complete operations and maintenance 24/7, 365 days per year, of existing and replacement baggage handling systems located at Bush Intercontinental Airport’s Terminals A & D and the Federal Inspection Station (FIS) for the following: 21,970 LF (linear feet) of baggage belts (multiple manufacturers), seven (7) Smart Security Lanes located at Terminal D Checkpoint, and thirty (30) make-up/baggage claim carousels.
The Request for Proposals (RFP) was advertised in accordance with the requirements of the State of Texas bid laws. Thirty-three (33) prospective proposers viewed the solicitation document on the Strategic Procurement Division’s e-bidding website, and as a result, four proposals were received by Daifuku Airport Technologies, Oxford Airport Technical, JBT AeroTech Corporation, and JSM & Associates, LLC. The evaluation committee (EC), consisted of employees from HAS and Houston Public Works.
The proposals were evaluated based upon the following criteria:
1. Personnel/Staffing Requirements
2. Reputation/Qualifications/Experience
3. Management Strategy Plan
4. Efficiency/Sustainability/Energy Savings/EAMS
5. Fee Schedule Proposal
The EC is confident JSM & Associates, LLC is well-qualified to perform the required services as outlined in the RFP.
MWBE Subcontracting:
The RFP was advertised with a 7% goal for M/WBE participation. JSM & Associates, LLC submitted a plan meeting the goal at 7% and has designated the following subcontractor as its certified M/WBE subcontractor.
Contractor
|
Type of Work
|
Goal
|
Amount
|
BE Staffing Solutions, LLC
|
Temporary Staffing/Labor Agency
|
7%
|
$856,094.71
|
Pay or Play Program:
The proposed contract requires compliance with the City’s ‘Pay or Play’ ordinance regarding health benefits for employees of City contractors. In this case, JSM & Associates, LLC has elected to play and will provide health benefits to eligible employees in compliance with City policy.
Hire Houston First:
The proposed contract requires compliance with the City's 'Hire Houston First' (HHF) ordinance that promotes economic opportunity for Houston businesses and supports job creation. In this case, JSM & Associates, LLC is not a designated HHF company, but they were the successful awardee without the application of the HHF preference.
Fiscal Note:
Funding for this item is included in the FY2021 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policies.
____________________________________ ____________________________
Jerry Adams, Chief Procurement Officer Department Approval Authority
Finance/Strategic Procurement Division
ESTIMATED SPENDING AUTHORITY
Department
|
FY2021
|
Out-Years
|
Amount
|
Houston Airport System
|
$1,768,126.87
|
$10,461,797.63
|
$12,229,924.50
|