Skip to main content
Dallas Logo
File #: 24-2304    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 7/24/2024 In control: Office of Procurement Services
On agenda: 9/11/2024 Final action:
Title: Authorize a five-year service contract, with two one-year renewal options, for banking depository services for the City Controller's Office and Water Utilities Department - JPMorgan Chase Bank, N.A., most advantageous proposer of seven - Not to exceed $1,596,992.11 - Financing: General Fund ($1,277,593.69) and Dallas Water Utilities Fund ($319,398.42) (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     September 11, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Donzell Gipson

______________________________________________________________________

SUBJECT

 

Title

Authorize a five-year service contract, with two one-year renewal options, for banking depository services for the City Controller’s Office and Water Utilities Department - JPMorgan Chase Bank, N.A., most advantageous proposer of seven - Not to exceed $1,596,992.11 - Financing:  General Fund ($1,277,593.69) and Dallas Water Utilities Fund ($319,398.42) (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 banking depository services for the City Controller’s Office and Water Utilities Department.  This service contract will provide banking services in accordance with the Texas Local Government Code, Chapter 105, and the City's Charter. The selected financial institution shall securely keep all public moneys and investments belonging to the City and provide banking products to properly receive funds, and to make payments.

 

The core banking contract with the selected financial institution will provide the following services:

 

                     deposits

                     disbursements

                     information reporting

                     account reconciliation

                     collateral

                     securities safekeeping,

                     lockbox services

 

The recommended bank must comply with the City's Responsible Banking Ordinance, and all legal terms and conditions detailed in the Request for Proposal.

 

A five-member committee from the following departments reviewed and evaluated the qualifications:

 

                     City Controller's Office                                                                (1)

                     Department of Code Compliance                                           (1)

                     Department of Transportation                                          (1)

                     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:

 

                     Experience                                                                                    35 points

                     Approach                                                                                     35 points

                     Cost and timeframe                      30 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 December 11, 2019, the City Council authorized a five-year service contract for bank depository services with Bank of America, N.A. through an Interlocal Agreement with Dallas County, Texas by Resolution No. 19-1913.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

General Fund

$0.00

$0.00

$1,277,593.69

Dallas Water Utilities Fund

$0.00

$0.00

$   319,398.42

Total

$0.00

$0.00

$1,596,992.11

 

 

 

 

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

$1,596,992.11

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

This contract does not meet the M/WBE subcontracting goal.

JPMorgan Chase Bank - Local; Workforce - 1.21% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for

Utilized for professional, personal, revenue, and planning services

Proposal

Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price

 

Always involves the evaluation by committee

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BLZ-2024-00023829.  We opened them on February 23, 2024.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                                                                                                         Score

 

*JPMorgan Chase                     1900 North Akard Street                                          93.38

Bank, N.A.                     Floor 3

                     Dallas, TX  75201

 

Wells Fargo                     1445 Ross Avenue                                             80.75

                     Dallas, TX  75202

 

U.S. Bank National                     13737 Noel Road                                          77.38

Association                     Suite 800

                     Dallas, TX  75240

 

 

Bank of America                     901 Main Street                                          75.38

                     Dallas, TX  75202

 

Commerce Bank                     200 Crescent Court                                          Non-responsive

                     Suite 1350

                     Dallas, TX  75201

 

PNC                     The Tower at PNC Plaza                                          Non-responsive

                     300 Fifth Avenue

                     Pittsburgh, PA  15222

 

Texas Regional                     5644 Lyndon B. Johnson Freeway                      Non-responsive

                     Dallas, TX  75240

 

OWNER

 

JPMorgan Chase Bank, N.A.

 

Beth Dotson, Authorized Officer