STRATEGIC PRIORITY: Core
AGENDA DATE: May 14, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for original equipment manufacturer, aftermarket parts, and labor services for the Department of Equipment and Fleet Management - Felix Flores dba Dallas Paint and Body, Texas Kenworth Company, LLC dba MHC Kenworth Dallas, Park Cities Limited Partnership dba Planet Ford Dallas Love Field, Industrial Power, LLC dba Industrial Power Truck and Equipment, and Neopart Transit, LLC, most advantageous proposers of six - Estimated amount of $16,799,414.94 - Financing: Equipment and Fleet Management 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 original equipment manufacturer, aftermarket parts, and labor services for the Department of Equipment and Fleet Management (EFM). This service price agreement will enable EFM to procure a variety of automotive parts and repair services to be utilized in the repair of the city's fleet in use by various departments. This agreement will also provide immediate access to various automotive parts and repair services without the purchase, inventory, depreciation, and disposal costs associated with the ownership of the large variety of automotive parts and repair services needed to maintain citywide fleet usage. This contract will be used citywide through coordination with EFM.
The department will manage the vendor utilization according to specialization, demand, and capacity of each vendor for each service required through project specific work orders.
A seven-member committee from the following departments reviewed and evaluated the qualifications:
• Dallas Fire-Rescue Department (1)
• Dallas Water Utilities Department (1)
• Department of Equipment and Fleet Management (2)
• Department of Sanitation Services (1)
• Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost and local preference, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Cost 50 points
• Capability and expertise 30 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 June, 8, 2022, the City Council authorized a seven-year service price agreement for original equipment manufacturer and aftermarket parts and labor services for citywide use with Tom Loftus, Inc. dba Austin Turf and Tractor, Berry Companies, Inc. dba Bobcat of Dallas, Bridgeport Truck Manufacturing, Inc. dba Bridgeport Manufacturing, Inc., Clay Cooley Real Estate Holdings 1 LLC dba Clay Cooley CDJR, CLS Sewer Equipment Co. Inc., Cummins, Inc. dba Cummins Sales and Service, CTE, LLC dba Custom Truck One Source, Daco Fire Equipment, Chapperral Dodge, Inc. dba Dallas Dodge Chrysler Jeep, Dallas Trailer Repair Co. dba Dallas Trailer Repair Co., Dana Safety Supply, Inc., Defender Supply, dba Defender Supply, Dickson Equipment Co., Inc., FLR Solutions, FLCDJR Investments LP, dba Forest Lane Chrysler Dodge Jeep Ram, Four Brothers Ford Tractor, Inc. dba Four Brothers Outdoor Power, Ed Morse Automotive, LLC dba Freedom Chevrolet Buick GMC by Ed Morse, Ed Morse Automotive, LLC dba Freedom Chrysler Dodge Jeep Ram by Ed Morse, H.D. Industries, Inc., HaasTech dba Advanced Starter Service, Holt Texas, LTD., Industrial Disposal Supply, Industrial Power, LLC, Kinloch Equipment & Supply, Inc., Kirby-Smith Machinery, Inc., Landmark Equipment, Inc., Longhorn Harley Davidson dba LHD Partners L.P., Sonic-Lute Riley Honda, Metro Fire Apparatus Specialists, Inc., Metro Golf Cars, Texas Kenworth Co. dba MHC Kenworth Dallas, Texarkana Tractor Company dba Nor-Tex Tractor, Park Cities Limited Partnership dba Planet Ford Dallas Love Field, The Around the Clock Freightliner Group, LLC dba Premier Truck Group, R.B. Everett & Co., RDO Equipment Company, Reeder Distributors, Inc., Rush Truck Centers of Texas, LP dba Rush Truck Center, Dallas Light & Medium Duty, Sam Pack’s Five Star Ford, Siddons Martin Emergency Group, LLC, Southstar JCB, Southwest International Trucks, Inc., SSKN, LLC dba T&K Automotive Specialists, Stewart & Stevenson Power Products, LLC, Texan Waste Equipment dba Heil of Texas, Texas Packer and Loader Sales Inc. dba Texas Pack + Load, Texas Underground, Inc. dba Underground, Inc., Trash Truck Repair Services, and Wastebuilt Environmental Solutions, LLC, and the ratification of $3,500,000.05 to pay outstanding invoices due to various vendors for original manufacturer parts and labor services performed to maintain continuity of City operations after the expiration of existing contracts tied to master agreement BN1702 and POM-2018-00004985, by Resolution No. 22-0874.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
Equipment and Fleet Management Fund |
$1,397,951.25 |
$3,359,883.00 |
$12,041,580.69 |
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 |
$16,799,414.94 |
Other Services |
N/A |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
N/A |
N/A |
N/A |
• The Business Inclusion and Development Policy does not apply to Other Service contracts. |
• Dallas Paint and Body LLC - Local; Workforce - 100.00% Local • Planet Ford Dallas Love Field - Local; Workforce - 28.85% % Local • Texas Kenworth LLC dba MHC Kenworth-Dallas - Local; Workforce - 27.56% Local • Industrial Power Truck & Equipment - Non-local; Workforce - 24.62% Local • Neopart Transit, LLC - Non-local; Workforce - 0.00% |
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 proposals from solicitation number BG24-00025299. We opened them on July 19, 2024. We recommend the City Council award this service price agreement to the most advantageous proposers. Information related to this solicitation is available upon request.
*Denotes successful proposers
Proposers Address Score
*Felix Flores dba 410 West Elmore Ave. Multiple groups
Dallas Paint and Body Dallas, TX 75224
*Texas Kenworth 4040 Irving Blvd. Multiple groups
Company, LLC dba Dallas, TX 75247
MHC Kenworth Dallas
*Park Cities Limited 3333 Inwood Rd. Multiple groups
Partnership dba Dallas, TX 75235
Planet Ford Dallas Love Field
*Industrial Power, LLC 712 North Beach St. Multiple groups
dba Industrial Power Fort Worth, TX 76111
Truck and Equipment
*Neopart Transit, LLC 5C Dutch Ct. Multiple groups
Reading, PA 19608
North Texas Sales & 10205 North Walton Blvd. Multiple groups
Distribution LLC Dallas, TX 75220
dba Hotsy Equipment Walker
OWNERS/EXECUTIVES
Felix Flores dba Dallas Paint and Body
Felix Flores, Owner
Texas Kenworth Company, LLC dba MHC Kenworth Dallas
Jared White, President
Park Cities Limited Partnership dba Planet Ford Dallas Love Field
Randall L Reed, President
Industrial Power, LLC dba Industrial Power Truck and Equipment
Brian O’Neil, Owner
Neopart Transit, LLC
Harold Boade, Chief Executive Officer