Skip to main content
Dallas Logo
File #: 20-1526    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/17/2020 In control: Office of Procurement Services
On agenda: 10/28/2020 Final action: 10/28/2020
Title: Authorize a three-year service price agreement for the repair, maintenance, restoration, and inspection of waterslides and aquatic water features for the Park & Recreation Department - Baynum Painting, Inc., only bidder - Estimated amount of $776,630 - Financing: General Fund
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     October 28, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for the repair, maintenance, restoration, and inspection of waterslides and aquatic water features for the Park & Recreation Department - Baynum Painting, Inc., only bidder - Estimated amount of $776,630 - Financing:  General Fund

 

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 the general repair, maintenance, restoration, and inspection of outdoor flume waterslides, water features, and attractions at various Aquatic Centers located throughout the City. This service will assist the Park & Recreation Department in facility-specific aquatic condition monitoring and preventative maintenance programs. All services will be procured on an as needed basis and performed by American Composite Manufacturers Association accredited certified composites technicians. Restoration work shall include fiberglass repair (cracks, chips, delamination, spider webbing, etc.), application of interior and exterior finish, caulking of seams, tightening and/or replacement of fasteners, bolts, and chemical washing.

 

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 Economic Development Business Workforce and Inclusion Division 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 September 3, 2020, the Park and Recreation Board authorized a three-year service price agreement for the repair, maintenance, restoration, and inspection of waterslides and aquatic water features with Baynum Painting, Inc.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

General Fund

$50,000.00

$363,315.00

$363,315.00

 

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

Category

M/WBE Goal

M/WBE %

M/WBE $

$776,630.00

Other Services

23.80%

0.00%

$0.00

This contract does not meet the M/WBE goal and did not comply with good faith efforts.

Baynum Painting, Inc. - Non-Local; Workforce - 0.00% Local

 

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 bid from solicitation number BY20-00013013.  We opened it on May 8, 2020.  We recommend the City Council award this service price agreement in its entirety to the only bidder.

 

Bidder                     Address                     Amount

 

Baynum Painting, Inc.                     942 Saratoga St.                     $776,630.00

                     Newport, KY  41071

 

Dale Cooper, LLC dba Safe                     1088 Madison 206                     Non-responsive

Slide Restoration                     Fredericktown, MO 63645

 

Note:  The Office of Procurement Services conducted a single bid review and found no exceptions.

 

OWNER

 

Baynum Painting, Inc.

 

Christopher Baynum, President

Walter Bowser, Vice President