Dallas Logo
File #: 19-973    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 6/27/2019 In control: Office of Procurement Services
On agenda: 9/11/2019 Final action:
Title: Authorize (1) an acquisition contract for the purchase and installation of hardware and software for a video surveillance camera system in the estimated amount of $14,077,144.30; and (2) a five-year service contract for maintenance and support of the video surveillance camera system in the estimated amount of $2,250,811.08 - Sigma Surveillance, Inc. dba STS360, most advantageous proposer of five - Estimated total amount of $16,327,955.38 - Financing: General Fund ($11,771,948.20) (subject to annual appropriations), Master Lease Equipment Fund ($2,485,454.76), Information Technology Equipment Fund ($114,750.00), Data Services Fund ($600,000.00) (subject to annual appropriations), Sanitation Operation Fund ($382,995.04) (subject to annual appropriations), and Storm Drainage Management Operations Fund ($972,807.38) (subject to annual appropriations)
Sponsors: All
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     September 11, 2019

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize (1) an acquisition contract for the purchase and installation of hardware and software for a video surveillance camera system in the estimated amount of $14,077,144.30; and (2) a five-year service contract for maintenance and support of the video surveillance camera system in the estimated amount of $2,250,811.08 - Sigma Surveillance, Inc. dba STS360, most advantageous proposer of five - Estimated total amount of $16,327,955.38 - Financing: General Fund ($11,771,948.20) (subject to annual appropriations), Master Lease Equipment Fund ($2,485,454.76), Information Technology Equipment Fund ($114,750.00), Data Services Fund ($600,000.00) (subject to annual appropriations), Sanitation Operation Fund ($382,995.04) (subject to annual appropriations), and Storm Drainage Management Operations Fund ($972,807.38) (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 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. We anticipate that this agreement will be used Citywide, but specifically by the following City departments:

 

                     Dallas Marshal’s Office

                     Department of Code Compliance

                     Department of Sanitation Services

                     Library

                     Park & Recreation Department

                     Police Department

                     Water Utilities

 

These contracts will allow for the continued purchase and installation of video surveillance cameras, hardware, and software. The maintenance contract will provide support of the system infrastructure and maintenance of the equipment.

 

Maintenance and support include warranties on all camera hardware, system patches and updates for functionality improvements, and relocation of cameras as necessary to improve effectiveness. 

 

Due to the deterrent and evidentiary value of the surveillance cameras, the Police Department is seeking to continue deployment of cameras to high-crime areas of the city and police stations. The cameras deployed are a mix of overt and covert cameras installed as semi-permanent installations that can be moved quickly to various locations, as dictated by criminal activity or other surveillance efforts. In addition, all City departments have the capability to install cameras in City buildings and outdoor areas that require surveillance camera monitoring. These cameras transmit continuous wireless video feeds 24 hours a day, 365 days a year.

 

The goals of the project include:

 

                     Deter and detect crime using new video analytical tools

                     Stream video feeds in as near real-time as possible to Dallas City Hall and Jack Evans Police Headquarters

                     Streamline citywide surveillance technologies into a consolidated solution by using consistent camera hardware, infrastructure, and video management software

                     Provide a mechanism for all City departments to purchase and deploy a consistent surveillance camera solution

                     Deploy a comprehensive video visualization software to consolidate the City’s video feeds into one centralized repository for easier monitoring and control

 

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

 

                     Police Department                                                                                                                                                                         (2)

                     Department of Communication and Information Services                                           (2)

                     Office of Business Diversity                     (1)*

                     Office of Procurement Services                                                                                                                              (1)*

 

*The Office of Procurement Services only evaluated cost and the Office of Business Diversity evaluated the Business Inclusion and Development Plan.

 

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

 

                     Cost to the city                                                                                                                              30 points

                     Capabilities and expertise                                                                                                         20 points

                     Technical match                                                                                                                              20 points

                     Functional match                                                                                                                              15 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 $11.15; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

General Fund - $11,771,948.20 (estimated amount) (subject to annual appropriations)

Master Lease Equipment Fund - $2,485,454.76 (estimated amount)

Data Services Fund - $600,000.00 (estimated amount) (subject to annual appropriations)

Information Technology Equipment Fund - $114,750.00 (estimated amount)

Storm Drainage Management Operations Fund - $972,807.38 (estimated amount) (subject to annual appropriations)

Sanitation Operations Fund - $382,995.04 (estimated amount) (subject to annual appropriations)

 

Fund

FY 2019

FY 2020

FY 2021

FY 2022

FY 2023

General Fund

 

$2,942,987.05

$2,942,987.05

$2,972,987.05

$2,972,987.05

Master Lease Equipment Fund

$2,485,454.76

 

 

 

 

Information Technology Equipment Fund

$114,750.00

 

 

 

 

Data Services Fund

$120,000.00

$120,000.00

$120,000.00

$120,000.00

$120,000.00

Sanitation Operation Fund

 

$382,995.04

 

 

 

Storm Drainage Management Operations Fund

 

$972,807.38

 

 

 

Total

$2,720,204.76

$4,418,789.47

$3,062,987.05

$3,062,987.05

$3,062,987.05

 

 

 

 

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 $

$16,327,955.38

Other Services

23.80%

21.27%

$3,473,375.00

This contract does not meet the M/WBE goal, but complies with good faith efforts.

 

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 BUZ1818. We opened them on August 30, 2018. We recommend the City Council award this service contract in its entirety to the most advantageous proposer. 

 

*Denotes successful proposer

 

Proposers                     Address                                          Score                     Amount

 

*Sigma Surveillance, Inc.                     3900 South Wadsworth Blvd.                     85.33                                          $16,327,955.38

dba STS360                     Suite 510

                     Lakewood, CO  80235

 

AT&T Corp.                     One AT&T Way                     74.56                     $35,251,910.16

                     Bedminster, NJ  07921

 

Knight Security Systems,                      10105 Technology Blvd. W.           74.52       $21,753,341.50

LLC                     Suite 100

                     Dallas, TX  75220

 

Hitachi Vantara                      2845 Lafayette St.                                 74.28       $34,300,947.01

Corporation                      Santa Clara, CA  95050

 

 

 

Convergint Technologies                     2304 Tarpley Rd.                                68.66                            $44,541,458.33

                     Suite 124

                     Carrollton, TX  75006

 

OWNER

 

Sigma Surveillance, Inc. dba STS360

 

Bobby Khullar, President

John Paul Hoffman, Vice President of Sales