Skip to main content
Dallas Logo
File #: 24-1193    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 3/28/2024 In control: Office of Procurement Services
On agenda: 5/8/2024 Final action:
Title: Authorize a three-year service price agreement, with two one-year renewal options, for the development and administration of public safety promotional written examinations for Civil Service - Morris and McDaniel, Inc., most advantageous proposer of two - Estimated amount $608,436 - Financing: General Fund (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:                     May 8, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement, with two one-year renewal options, for the development and administration of public safety promotional written examinations for Civil Service - Morris and McDaniel, Inc., most advantageous proposer of two - Estimated amount $608,436 - Financing: General Fund (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 and goods, 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 development and administration of public safety promotional written examinations for Civil Service. Through this agreement the vendor provides technical and industry-specific support to Civil Service ensuring content rigor and examination integrity for a total of 11 promotional ranks within the Fire-Rescue and Police Departments.

 

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

 

                     Civil Service                                                                                                          (1)

                     Fire-Rescue Department                                                                (1)

                     Police Department                                                                                     (1)

                     Office of Procurement Services                                           (1)

 

The Office of Procurement Services evaluated cost and local preference.

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Approach                                                                                                         35 points

                     Experience and capability                                                               30 points

                     Cost and timeframe                                                                                    30 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 notification 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 Institutes of Technology Living Wage Calculator for Dallas County by Resolution No. 15-214. 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 January 27, 2021, the City Council authorized a three-year service price agreement to develop and administer promotional public safety examinations for the Civil Service Department with Morris & McDaniel, Inc. by Resolution No. 21-0249.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

General Fund

$18,700.00

$246,925.00

$342,811.00

 

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

$608,436.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

25.00%

25.00%

$152,109.00

This item is Other Services and no availability and disparity in the market.

Morris and McDaniel, Inc. - 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 proposals from solicitation number BHZ24-00023531. We opened them on January 19, 2024. We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                                          Address                                                                                    Score

 

*Morris and McDaniel, Inc.                                                               117 South Saint Asaph Street                     87.67 

Alexandria, VA  22314

 

Industrial/Organizational Solutions,                      1520 Kensington Road                                          58.24

Inc.                                                                                                                              Suite 110

Oak Brook, IL  60523

 

OWNER

 

Morris and McDaniel, Inc.

 

David M. Morris, Ph.D., President