STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: September 11, 2024
COUNCIL DISTRICT(S): 6, 7
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service contract, with two one-year renewal options, for a property room evidence management system for the Police Department - Omnigo Software LLC, most advantageous proposer of seven - Not to exceed $772,481.21 - Financing: General Fund ($472,481.21) and Coronavirus State and Local Fiscal Recovery Fund ($300,000.00) (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 a property room evidence management system for the Dallas Police Department (DPD). The vendor-hosted platform will be utilized to track the receipt, storage, transfer, and disposal of property and evidence retained by department personnel. The system offers timesaving enhancements over the current process such as the ability to send approval requests for property disposals automatically and customized user experiences tailored to specific of job responsibilities. This contract also includes required hardware such as wired and wireless barcode scanners, barcode label printers, and electronic signature pads. This hardware streamlines the processing and inventorying of evidence entering and leaving the property room.
The Property Unit takes in approximately 100,000 items each year and has a disposal rate of 101 percent annually. Various types of property and evidence are processed by the Property Unit such as general property, firearms, drugs, and currency. The Property Unit operates out of a building located at 1725 Baylor Street for most of the property stored but also uses some space at the DPD Auto Pound for larger items. These two locations combined account for an estimated 100,000 square feet of storage and evidence processing space.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• Fire-Rescue Department (1)
• Police Department (2)
• Water Utilities Department (1)
• Office of Procurement Services (1)*
*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:
• Functional capabilities 30 points
• Cost 30 points
• Technical capabilities 25 points
• Experience and expertise 10 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 23, 2021, the City Council authorized the acceptance of grant funds from the U.S. Department of Treasury for the Coronavirus Local Fiscal Recovery Fund to provide relief during the ongoing COVID-19 pandemic by Resolution No. 21-1149.
On September 22, 2021, the City Council authorized the final reading and adoption of the appropriation ordinance for the FY 2021-22 City of Dallas Operating, Capital, and Grant & Trust Budgets, which included the American Rescue Plan Act funds from the U.S. Department of Treasury for the Coronavirus Local Fiscal Recovery Funds by Resolution No. 21-1590.
FISCAL INFORMATION
Fund |
FY 2024 |
FY 2025 |
Future Years |
General Fund |
$ 0.00 |
$0.00 |
$472,481.21 |
Coronavirus State and Local Fiscal Recovery Fund |
$300,000.00 |
$0.00 |
$ 0.00 |
Total |
$300,000.00 |
$0.00 |
$472,481.21 |
Council District Amount
6 $ 38,624.06
7 $733,857.15
Total $772,481.21
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 |
$772,481.21 |
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 Proprietary Software. |
• Omnigo Software LLC - Local; Workforce - 2.41% 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 proposals from solicitation number BRZ24-00024193. We opened them on March 29, 2024. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Omnigo Software LLC 6860 North Dallas Parkway 87.50
Suite 200
Plano, TX 75024
OnActuate Consulting, Inc. 10900 NE 4th Street 58.10
Unit 2300
Bellevue, WA 98004
Tracker Products LLC 10554 Mountain Laurel Way 57.73
Union, KY 41091
Foray Technologies 3911 5th Avenue 57.14
Suite 300
San Diego, CA 92103
Glover Technology 32037 Henrys Way N 54.45
Georgetown, DE 19947
Motorola Solutions 500 West Monroe Street 53.85
Chicago, IL 60661
Apptricity 220 East Las Colinas Boulevard 50.31
Suite 400
Irving, TX 75039
OWNER/EXECUTIVE
Omnigo Software LLC
Kevin Lafeber, Chief Executive Officer
Gary Schlisner, Chief Financial Officer