Skip to main content
Dallas Logo
File #: 25-1839A    Version: 1 Name:
Type: CONSENT AGENDA Status: Corrected; Approved
File created: 5/16/2025 In control: Office of Procurement Services
On agenda: 6/11/2025 Final action:
Title: Authorize a four-year service contract for third-party supplemental inspections and plan review services for the Department of Planning and Development - SAFEbuilt Texas LLC, Bureau Veritas North America, Inc., and Shums Coda Associates, Inc., most advantageous proposers of nine - Total combined amount Nnot to exceed $9,160,000.00 - Financing: Building Inspection Fund (subject to annual appropriations)
Indexes: Citywide
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Core

AGENDA DATE:                     June 11, 2025

COUNCIL DISTRICT(S):                     Citywide

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Donzell Gipson

______________________________________________________________________

SUBJECT

 

Title

Authorize a four-year service contract for third-party supplemental inspections and plan review services for the Department of Planning and Development - SAFEbuilt Texas LLC, Bureau Veritas North America, Inc., and Shums Coda Associates, Inc., most advantageous proposers of nine - Total combined amount Nnot to exceed $9,160,000.00 - Financing:  Building Inspection Fund (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 third-party supplemental inspections and plan review services for the Department of Planning and Development. These services are essential to effectively review construction documents and perform inspections, ensuring compliance with local building codes and safety regulations. To meet and maintain timely service delivery, this agreement will provide for supplemental support during periods of high workload, staffing shortages, or unexpected surges in permit activity. By utilizing qualified, pre-approved vendors through this contract, the Department of Planning and Development can manage fluctuating workloads effectively while maintaining its commitment to safety, efficiency, and support for development throughout the city.

 

Departments 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:

 

                     Department of Aviation                                                                                                                              (1)

                     Department of Facilities and Real Estate Management                     (1)

                     Department of Planning and Development                                                               (2)

                     Dallas Water Utilities 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:

 

                     Approach                                                                                                                               25 points

                     Experience                                                                                                                               20 points

                     Budget justification and timeframe                                          20 points

                     Cost                                                                                                                                                    15 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 $22.05; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On January 27, 2021, the City Council authorized Supplemental Agreement No. 1 to increase and extend for two-years the professional service contract for supplemental permit plan review and inspection services for the Department of Sustainable Development and Construction with SAFEBuilt, LLC; a two-year professional service contract for supplemental permit plan review and inspection services for the Department of Sustainable Development and Construction with Metro Code, LLC and Stantec Consulting Services, Inc. and an increase in appropriations in the Building Inspection Fund by Resolution No. 21-0266.

 

On June 26, 2024, the City Council authorized a one-year Cooperative Purchasing Agreement with SAFEBuilt Texas, LLC for permit plan review and inspection services for the Development Services Department for the period July 1, 2024 through June 30, 2025 by Resolution No. 24-0933.

 

 

 

 

 

 

FISCAL INFORMATION

 

Fund

FY 2025

FY 2026

Future Years

Building Inspection Fund

$350,000.00

$720,000.00

$8,090,000.00

 

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

$9,160,000.00

Professional Services

38.00%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

39.00%

39.00%

$3,572,400.00

This contract exceeds the M/WBE goal.

SAFEbuilt Texas LLC - Local; Workforce - 0.06% Local Bureau Veritas North America, Inc. - Non-local; 0.34% Local Shums Coda Associates, Inc. - Non-local; 0.00% 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 BPZ24-00024837.  We opened them on December 27, 2024.  We recommend the City Council award this service contract in its entirety to the most advantageous proposers.

 

*Denotes successful proposers

 

Proposers                     Address                                          Score                     

 

*SAFEbuilt Texas LLC                     17400 Dallas Parkway                                          88.77

                     Suite100

                     Dallas,TX  75287

 

*Bureau Veritas North                      1000 Jupiter Road                                          75.00

America, Inc.                     Suite 900

                     Plano,TX  75074

 

*Shums Coda Associates,                     5776 Stoneridge Mall Road.                     58.07

Inc.                     Suite150

                     Pleasanton, CA  94588

 

Abacoll Solutions LLC                     2732 La Jolia Boulevard                                           54.74

                     Grand Prairie, TX  75054

 

Roy-Comark Consulting                      1013 Hodge Street                                          23.80

Services, Inc.                     McKinney, TX  75071

 

Wildan Engineering                     5500 Democracy Drive                                          Non-responsive

                     Suite130

                     Plano, TX  75024

 

Burgess Construction                      195 Murray Farm Road                                          Non-responsive

Consultants                     Suite 200

                     Fairview, TX  75069

 

MasterPlan                     2201 Main Street                                          Non-responsive

                     Suite1280

                     Dallas, TX  75201

 

Metro Code, LLC                      3880 Hulen Street                                          Non-responsive

                     Suite 400

                     Fort Worth, TX  76107

 

OWNERS/EXECUTIVES

 

SAFEbuilt Texas, LLC

 

Chris Giordano, Chief Executive Officer

 

 

Bureau Veritas North America, Inc.

 

Shawn Till, President

 

 

Shums Coda Associates, Inc.

 

David Basinger, Chief Executive Officer