Dallas Logo
File #: 24-471    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 1/31/2024 In control: Office of Procurement Services
On agenda: 2/28/2024 Final action:
Title: Authorize a five-year service contract for armored car services for City facilities for the City Controller's Office - Garda CL Southwest, Inc., only proposer - Not to exceed $1,727,036 - Financing: General Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     February 28, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

title

Authorize a five-year service contract for armored car services for City facilities for the City Controller’s Office - Garda CL Southwest, Inc., only proposer - Not to exceed $1,727,036 - Financing:  General Fund (subject to annual appropriations)

 

body

BACKGROUND

 

This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis. 

 

This service contract will provide for armored car services for City facilities for the City Controller’s Office. City facilities conduct monetary transactions as part of their daily operations for the City Controller's Office.  These facilities require that money collected as part of daily transactions be accounted for and safely transported to a bank depository on the City's behalf. Currently, the City has approximately 65 locations that require armored car services including recreation centers, libraries and police and fire locations.

 

A five-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Court and Detention Services                                                                                     (1)

                     Department of Aviation                                                                                                          (1)

                     Park & Recreation Department                                                                                     (1)

                     Small Business Center Department                                                                (1)

                     Office of Procurement Services                                                                                    (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost and timeframe                                                                                                         30 points

                     Experience                                                                                                                              25 points

                     Approach                                                                                                                              25 points

                     Business Inclusion and Development Plan                     15 points

                     Local Preference                                                                                                           5 points

 

As part of the solicitation process and in an effort to increase competition, the Office of Procurement Services used its procurement system to send out email notifications to vendors registered under relevant commodity codes.  To further increase competition, the Office of Procurement Services uses historical solicitation information, the Internet, and vendor contact information obtained from user departments to contact additional vendors. 

 

On November 10, 2015, the City Council authorized a living wage policy that requires contractors to pay their employees a “living wage” rate as established annually by the Massachusetts Institute of Technology Living Wage Calculator for Dallas County by Resolution No. 15-2141.  The calculated living wage during the solicitation process of this contract is $18.24; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On November 12, 2014, the City Council authorized a contract for depository and lockbox services for five years with Bank of America, N.A. by Resolution No. 14-1886.

 

On April 14, 2021, the City Council authorized Supplemental Agreement No. 1 to add armored car services to the service contract for bank depository services with Bank of America, N.A. through an Interlocal Agreement with Dallas County, Texas for a term of forty months by Resolution No. 21-0628.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

General Fund

$325,295.00

$335,054.00

$1,066,687.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

$1,727,036.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

This item is Other Services which does not have an availability and disparity participation goal.

Garda CL Southwest, Inc. - Non-local; Workforce - 74.44% Local

 

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for Competitive

Utilized for high technology procurements, insurance procurements, and other goods and services

Sealed Proposal

Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other evaluation factors stated in the specifications

 

Always involves a team evaluation

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposal from solicitation number BCZ23-00022394.  We opened it on September 29, 2023.  We recommend the City Council award this service contract in its entirety to the only proposer.

 

Proposer                     Address                                                                                                         Score                     

 

Garda CL Southwest,                     2000 Northwest Corporate Blvd.                     80.00

Inc.                     Boca Raton, FL  33431

 

Note:  The Office of Procurement Services conducted a single proposal review and found no exceptions.

 

OWNER

 

Garda CL Southwest, Inc.

 

Juan Carlos Leon, Chief Operating Officer