STRATEGIC PRIORITY: Core
AGENDA DATE: September 10, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a two-year service price agreement for professional employer organization services for citywide use – BE Staffing Solutions LLC, most advantageous proposer of four – Estimated amount of $1,655,345.00 – Financing: General Fund ($1,009,760.45), Data Services Fund ($297,962.10), Dallas Water Utilities Fund ($148,641.40), Building Inspection Fund ($82,767.25), Sanitation Operation Fund ($66,213.80), and Stormwater Drainage Management Fund ($50,000.00) (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.
This service price agreement will provide for professional employer organization services for citywide use. The professional employer organization (PEO) service will function as a separate legal entity tasked with managing all federal employment tax withholding, reporting, and payment responsibilities for individuals referred to the PEO.
The temporary labor pool may include individuals from the market, former employees, and retirees based upon the placement description and pre-defined placement criteria. This structure ensures that the City remains compliant with all applicable federal employment regulations while outsourcing the administrative complexities of workforce management.
By delegating employment-related responsibilities to a certified and capable PEO, the City aims to reduce administrative overhead, ensure legal compliance, and support the successful execution of time-sensitive projects.
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 Human Resources (2)
- Park & Recreation Department (1)
- Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost, local preference, and the Business Inclusion and Development Plan, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
- Cost 25 points
- Expertise 25 points
- Capability Match to Requirements 25 points
- Technical Match to Requirements 20 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 $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
General Fund |
$74,213.80 |
$ 493,432.95 |
$442,113.70 |
Data Services Fund |
$ 0.00 |
$ 297,962.10 |
$ 0.00 |
Dallas Water Utilities Fund |
$ 6,193.00 |
$ 74,320.00 |
$ 68,128.40 |
Building Inspection Fund |
$ 0.00 |
$ 82,767.25 |
$ 0.00 |
Sanitation Operation Fund |
$ 0.00 |
$ 33,106.90 |
$ 33,106.90 |
Stormwater Drainage Management Fund |
$ 2,085.00 |
$ 24,998.00 |
$ 22,917.00 |
Total |
$82,491.80 |
$1,006,587.20 |
$566,266.00 |
LOCAL PARTICIPATION
Prime |
Status |
Workforce % |
BE Staffing Solutions LLC |
Non-local |
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 BFZ24-00024919. We opened them on January 10, 2025. We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*BE Staffing Solutions LLC 3838 North Sam Houston Pkwy. E 86.68
Houston, TX 77032
Jagne Small Business 4108 Southwest Green Oaks Blvd. 71.60
Services Unit 172254
Arlington, TX 76003
SuiteMate Staffing Solutions, 1701 East Lamar Blvd. 64.56
Inc. Suite 210
Arlington, TX 76006
Express Employment 3107 West Camp Wisdom Rd. 55.19
Professionals Suite 210
Dallas, TX 75237
OWNER/EXECUTIVE
BE Staffing Solutions LLC
Brittany Ellis Kennedy, President