Skip to main content
Dallas Logo
File #: 20-1083    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 5/21/2020 In control: Office of Procurement Services
On agenda: 8/12/2020 Final action: 8/12/2020
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
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

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