PILLAR: Core
AGENDA DATE: December 10, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
PRIORITY: N/A
______________________________________________________________________
SUBJECT
Title
Authorize (1) the rejection of bids received for Group 2 for drug and alcohol testing for uniformed employees and applicants for the Dallas Police Department; (2) the re-advertisement of the solicitation for Group 2; and (3) a five-year service price agreement for drug and alcohol testing for uniformed employees and applicants for the Dallas Fire-Rescue Department - Small Giant, LLC dba Bluestar Diagnostics, lowest responsible bidder of eight - Estimated amount of $398,100.00 - Financing: General Fund (subject to annual appropriations)
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.
The Dallas Police Department (DPD) has determined that it is in the best interest of the City to reject all bids received for Group 2, as the specifications advertised for this group do not adequately reflect the operational requirements. Group 2 will be re-advertised with revised specifications to meet DPD’s needs for these services.
This service price agreement will provide for drug and alcohol testing for uniformed employees and applicants for the Dallas Fire-Rescue Department. The City is committed to protecting the public from the effects of controlled substance and alcohol abuse by uniform employees. Testing services will ensure that staff who are in positions to impact the safety of the public are not physically or mentally impaired. Additionally, supervisors may request drug and alcohol testing when there is a reasonable suspicion that a staff may be under the influence of controlled substances or alcohol. The successful vendor is required to maintain National Institute of Drug Abuse and Substance Abuse and Mental Health Service Administration of the United States Department of Health and Human Services certifications throughout the contract term.
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 $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On November 11, 2020, the City Council authorized a five-year service price agreement for drug and alcohol testing for uniformed employees and applicants with JumpR2, lnc. dba Bluestar Diagnostics, Inc. and Employment Screening Services by Resolution No. 20-1803.
FISCAL INFORMATION
|
Fund |
FY 2026 |
FY 2027 |
Future Years |
|
General Fund |
$79,620.00 |
$79,620.00 |
$238,860.00 |
LOCAL PARTICIPATION
|
Prime |
Status |
Workforce % |
|
Small Giant, LLC dba Bluestar Diagnostics |
Local |
33.33% |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
|
Low Bid |
• Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements |
|
|
• Negotiations are not allowed |
The Office of Procurement Services received the following bids from solicitation number BY25-00027953. We opened them on July 18, 2025. We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidder.
*Denotes successful bidder
Bidders Address Amount
*Small Giant, LLC dba 10611 Garland Rd. Group 1 - $398,100.00
Bluestar Diagnostics Suite #11 Group 2 - $213,450.00
Dallas, TX 75218
Cover-Tek, Inc. 6140 Precinct Line Rd. Group 1 - $738,800.00
Suite 200 Group 2 $297,250.00
Hurst, TX 76054
DATCO Services 2280 Grass Valley Hwy. Group 1 - $532,025.00
Corporation, Suite 232 Group 2 - Non-responsive
Auburn, CA 95603
DOT Medical and Drug 3435 Roy Orr Blvd. Group 1 - $608,000.00
Testing Services, Inc. Grand Prairie, TX 75050 Group 2 - $214,750.00
Jace Anthony LLC 19931 18th Fairway Dr. Group 1 - $604,500.00
Humble, TX 77346 Group 2 - $241,000.00
ProSalutem 12606 Greenville Ave. Group 1 - $745,500.00
Suite 100 Group 2 - $337,250.00
Dallas, TX 75243
Texas Mobile Drug Testing 445 Walnut St. Group 1 - $709,000.00
Suite 133 Group 2 - $278,550.00
Richardson, TX 75081
JMTI, Inc. dba USA Mobile 8204 Elmbrook Dr. Group 1 $750,500.00
Drug Testing Dallas Dallas, TX 75247 Group 2 $279,200.00
OWNER/EXECUTIVE
Small Giant, LLC dba Bluestar Diagnostics
Karthik Arun, Managing Member