STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: September 23, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for armored car services for City facilities that conduct monetary transactions for the City Controller’s Office - Brink’s Incorporated, only proposer - Estimated amount of $1,454,379 - Financing: General Fund ($1,179,825), Aviation Fund ($94,516), Building Inspection Fund ($65,730), Sanitation Operation Fund ($53,322), Convention and Event Services Fund ($44,415), Dallas Water Utilities Fund ($10,881), and Express Business Center Fund ($5,690)
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 provides armored car services for City facilities that conduct monetary transactions as part of their daily operations for the City Controller’s Office. These facilities require that money collected as part of daily transactions be accounted for and safely transported to a bank depository on the City's behalf. Currently, the City has approximately 87 locations that require armored car services including the Kay Bailey Hutchison Convention Center Dallas, recreation centers, libraries, police and fire locations.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• City Controller’s Office (1)
• Park & Recreation Department (1)
• Water Utilities Department (1)
• Office of Business Diversity (1)*
• Office of Procurement Services (1)*
*The Office of Procurement Services only evaluated cost and the Office of Business Diversity only evaluated the Business Inclusion and Development Plan.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Proposed approach 35 points
• Cost 30 points
• Expertise and capability 20 points
• Business Inclusion and Development Plan 15 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. Additionally, in an effort to secure more competition, the Office of Business Diversity sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
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 current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On August 28, 2013, City Council authorized a three-year service contract, with one two-year renewal option, for armored car services for City facilities that conduct monetary transactions with Dunbar Armored, Inc. by Resolution No. 13-1416.
On April 26, 2017, City Council authorized Supplemental Agreement No. 6 to exercise the two-year renewal option to the service contract with Dunbar Armored, Inc. for armored car services for City facilities that conduct monetary transactions by Resolution No. 17-0681.
On June 26, 2019, City Council authorized Supplemental Agreement No. 7 to increase the service contract with Dunbar Armored, Inc. for armored car services for City facilities that conduct monetary transactions and to extend the term of the contract from August 30, 2019 to August 30, 2020, by Resolution No. 19-1029.
FISCAL INFORMATION
Fund |
FY 2020 |
FY 2022 |
Future Years |
General Fund |
$235,965.00 |
$235,965.00 |
$707,895.00 |
Aviation Fund |
$ 18,903.00 |
$ 18,903.00 |
$ 56,710.00 |
Building Inspection Fund |
$ 13,146.00 |
$ 13,146.00 |
$ 39,438.00 |
Sanitation Operation Fund |
$ 10,664.00 |
$ 10,664.00 |
$ 31,994.00 |
Convention and Event Services Fund |
$ 8,883.00 |
$ 8,883.00 |
$ 26,649.00 |
Dallas Water Utilities Fund |
$ 2,176.00 |
$ 2,176.00 |
$ 6,529.00 |
Express Business Center Fund |
$ 1,138.00 |
$ 1,138.00 |
$ 3,414.00 |
Total |
$290,875.00 |
$290,875.00 |
$872,629.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$1,454,379.00 |
Other Services |
N/A |
N/A |
N/A |
• M/WBE goal waived due to no M/WBE availability |
• Brink’s Incorporated - Non-local; Workforce - 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 proposal from solicitation number BX19-00010330. We opened it on December 12, 2019. We recommend the City Council award this service price agreement in its entirety to the only proposer.
Proposer Address Score Amount
Brink’s Incorporated 555 Dividend Drive 78.0 $1,454,379.00
Coppell, TX 75019
Note: The Office of Procurement Services conducted a single proposal review and found no exceptions.
OWNER
Brink’s Incorporated
Ray Shemanski, President
Lonny Warner, Senior Vice President