STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: August 12, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for protective ballistic vests and alterations for the Police Department - GT Distributors, Inc., most advantageous proposer of four - Estimated amount of $4,587,500 - Financing: General Fund
Body
BACKGROUND
This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.
This service price agreement will provide for protective ballistic vests and alterations for the Police Department. The primary purpose for protective ballistic vests is to ensure the safety of officers through the use of protective equipment that absorbs the impact of firearm-fired projectiles and sharp objects.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Court and Detention Services (1)
• Fire-Rescue Department (1)
• Police Department (2)
• Office of Business Diversity (1)*
• Office of Procurement Services (1)*
*The Office of Procurement Services only evaluated cost and the Office of Business Diversity only evaluated the Business Inclusion and Development Plan.
The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:
• Quality, Design, Construction, Comfort & Durability 30 points
• Innovation in Design 15 points
• Proposer Experience, Account Management & Quality Assurance 10 points
• Cost 30 points
• Business Inclusion and Development Plan 15 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. Additionally, in an effort to secure more competition, the Office of Business Diversity sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
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 current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
|
Fund |
FY 2020 |
FY 2021 |
Future Years |
|
General Fund |
$550,000.00 |
$2,018,750.00 |
$2,018,750.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:
|
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
|
$4,587,500.00 |
Other Services |
23.80% |
0.00% |
$0.00 |
|
• This contract does not meet the M/WBE goal, but complies with good faith efforts. |
|
• GT Distributors, Inc. - Non-local; Workforce - 2.17% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
|
Request for Proposal |
• Utilized for professional, personal, revenue, and planning services |
|
|
• Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price |
|
|
• Always involves the evaluation by committee |
|
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BQZ20-00012285. We opened them on January 25, 2020. We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*GT Distributors, Inc. 2545 Brockton Dr. Group 1 - 69.07
Suite 100 Group 2 - 85.18
Austin, TX 78758 Group 3 - 83.93
GT Distributors, Inc. 2545 Brockton Dr. Group 1 - 66.4
(Alternate Bid #1) Suite 100 Group 2 - No bid
Austin, TX 78758 Group 3 - No bid
GT Distributors, Inc. 2545 Brockton Dr. Group 1 - 64.94
(Alternate Bid #2) Suite 100 Group 2 - No bid
Austin, TX 78758 Group 3 - No bid
GALLS, LLC 1340 Russell Cave Rd. Group 1 - 65.39
Lexington, KY 40505 Group 2 - 67.74
Group 3 - 68.33
GALLS, LLC 1340 Russell Cave Rd. Group 1 - 62.66
(Alternate Bid #1) Lexington, KY 40505 Group 2 - No bid
GALLS, LLC 1340 Russell Cave Rd. Group 1 - 57.87
(Alternate Bid #2) Lexington, KY 40505 Group 2 - No bid
Group 3 - No bid
Angel Armor, LLC 4557 Denrose Ct. Group 1 - 58.56
Fort Collins, CO 80524 Group 2 - No bid
Group 3 - No bid
Ray Frappier Engineering 339 Rains County Rd. 1491 Group 1 - No bid
Enterprises, Inc. Point, TX 75472 Group 2 - Non-responsive
Group 3 - No bid
OWNER
GT Distributors, Inc.
William J. Orr, Jr., President
Tim R. Brown, Vice President