Dallas Logo
File #: 19-1260    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 8/18/2019 In control: Office of Procurement Services
On agenda: 9/25/2019 Final action:
Title: Authorize (1) an acquisition contract for the purchase and installation of an exit lane breach control automated system at Dallas Love Field for the Department of Aviation in the amount of $800,000; and (2) a three-year service contract for maintenance and support of the exit lane breach control automated system in the amount of $126,000 - Convergint Technologies, most advantageous proposer of two - Total not to exceed $926,000 - Financing: Aviation Fund (subject to annual appropriations)
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 25, 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 an exit lane breach control automated system at Dallas Love Field for the Department of Aviation in the amount of $800,000; and (2) a three-year service contract for maintenance and support of the exit lane breach control automated system in the amount of $126,000 - Convergint Technologies, most advantageous proposer of two - Total not to exceed $926,000 - Financing: Aviation Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

These contracts will allow for the purchase and installation of an exit lane breach automated control system, hardware, software, and maintenance.  The maintenance contract will provide support of the system infrastructure and maintenance of the equipment.

 

Maintenance and support includes warranties on the pre-engineered, pre-packaged unit that includes all sensors, cameras, controls, doors, barriers, lighting, electrical, and mechanical systems ready for connection to the base building system.  The system will also include an audio and visual alarm to meet Americans with Disabilities Act requirements.

 

The exit lane breach control automated system will be located at the main exit sterile area leading to the Love Landing area.  The system is designed to prevent breaches into the sterile area, but still allow egress for arriving passengers.  An alarm zone combined with a physical barrier and sensor system provide secure detection, entry prevention, and separation of secured and non-secured areas.

 

The Department of Aviation seeks to:

 

                     Deter and detect persons posing a risk to the traveling public using all sensors, cameras, controls, doors, and barriers

                     To deploy a controlled-access secure path of travel configured to allow high-volume single-direction pedestrian movements.

 

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

 

                     Department of Aviation                                                                                                                                                   (2)

                     Department of Communication and Information Services                                           (1)

                     Department of Convention and Event Services                                                                                    (1)

                     Park and Recreation 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 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

                     Project approach                                                                                                                              20 points

                     Knowledge and experience                                                                                     15 points

                     Business Inclusion and Development Plan (BID)                     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

 

Aviation Fund - $926,000.00 (subject to annual appropriations)

 

 

 

Fund

FY 2018/19

FY 2019/20

FY 2020/21

FY 2021/22

Aviation Fund

$800,000.00

$42,000.00

$42,000.00

$42,000.00

Total

$800,000.00

$42,000.00

$42,000.00

$42,000.00

 

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 $

$926,000.00

Other Services

23.80%

7.12%

$65,937.50

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 BXZ19-00010210.  We opened them on June 13, 2019.  We recommend the City Council award these contracts in their entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                     Score                     Amount

 

*Convergint                     2304 Tarpley Road                     68.17                     $926,000.00

Technologies                     Carrollton, TX  75006

 

Record-USA                     4324 Phil Hargett Court                     66.00                     $215,000.00

Monroe, NC  28110

 

 

 

 

 

OWNER

 

Convergint Technologies

 

Jim Boutwell, President

Alaln Bergschneider, Vice President