Dallas Logo
File #: 20-381    Version: 2 Name:
Type: CONSENT AGENDA Status: Approved
File created: 2/18/2020 In control: Office of Procurement Services
On agenda: 3/25/2020 Final action: 3/25/2020
Title: Authorize a one-year service price agreement for original equipment manufacturer service with associated parts to maintain Ford, Lincoln, and Mercury City vehicles and equipment for the Department of Equipment and Fleet Management with Sam Pack's Five Star Ford through the Texas Association of School Boards cooperative agreement - Estimated amount of $738,313 - Financing: Equipment and Fleet Management Fund
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     March 25, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a one-year service price agreement for original equipment manufacturer service with associated parts to maintain Ford, Lincoln, and Mercury City vehicles and equipment for the Department of Equipment and Fleet Management with Sam Pack’s Five Star Ford through the Texas Association of School Boards cooperative agreement - Estimated amount of $738,313 - Financing: Equipment and Fleet Management Fund

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for goods or 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 be used citywide to purchase original equipment manufacturer parts for Ford, Lincoln, and Mercury City vehicles and equipment.  The City has approximately 1,975 pieces of equipment ranging from light and heavy-duty trucks. This service contract will be used to supplement the City's need for factory authorized service repairs to City vehicles and equipment necessary to keep the equipment in good, reliable condition.

 

The Texas Association of School Boards cooperative agreement is authorized by Chapter 791 of the Texas Government Code and Subchapter F, Chapter 271, Texas Local Government Code.  Section 271.102 of the Texas Local Government Code authorizes a local government to participate in a Cooperative Purchasing Program with another local government or a local cooperative organization.

 

 

 

 

 

 

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 April 12, 2017, City Council authorized a three-year service contract for original equipment manufacturer service with associated parts to maintain City vehicles and equipment with Holt Texas, Ltd., Southwest International Trucks, Inc., Westway Ford, Kirby-Smith Machinery, Inc., Four Brothers Outdoor Power, Inc., Kinloch Equipment and Supply, Inc., Metro Fire Apparatus Specialists, Inc., Berry Companies, Inc. dba Bobcat of Dallas, RDO Equipment Company, Trash Truck Repair Services, Inc., ATC Freightliner Group, LLC, REV Ambulance Group Orlando, Inc., Stewart & Stevenson Power Products, LLC, Landmark Equipment, Inc., Longhorn Harley-Davidson, CTE Holding, LLC dba Custom Truck & Equipment, and Tom Loftus, Inc. dba Austin Turf and Tractor; and a three-year service contract for original equipment manufacturer service with associated parts to maintain City vehicles and equipment with Freedom Dodge, MHC Kenworth dba Texas Kenworth, Rush Truck Centers of Texas, LP, Freedom Chevrolet, Romco Equipment Co., and CLS Sewer Equipment Co., Inc. through the Texas Association of School Boards (BuyBoard) by Resolution No. 17-0568.

 

FISCAL INFORMATION

 

Fund

FY 2019-20

FY 2020-21

Future Years

Equipment and Fleet Management Fund

$369,156.50

$369,156.50

$0.00

 

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 $

$738,313.00

CO-OP

N/A

N/A

N/A

The Business Inclusion and Development Plan does not apply to Cooperative Purchasing Agreements (CO-OPs).

 

 

 

 

 

 

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Cooperative Purchasing Agreement

Cooperative purchasing agreements enable the City to associate with State agencies, other local governments, or local cooperative organizations comprised of other state and local governments, to leverage market buying power and enable the City to purchase goods or services at lower prices

 

The cooperative purchasing agreement is an alternative method of meeting the requirements for competitive bidding or competitive sealed proposals, not an exception from that requirement

 

OWNER

 

Sam Pack’s Five Star Ford

2070 Diplomat

Farmers Branch, TX 75234

 

Sam Pack, President

Alan Rosner, Director