Dallas Logo
File #: 20-391    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 2/19/2020 In control: Office of Procurement Services
On agenda: 5/27/2020 Final action: 5/27/2020
Title: Authorize a five-year service price agreement to provide a cloud-based open data portal solution for the Department of Information and Technology Services - Tyler Technologies, Inc., most advantageous proposer of three - Estimated amount of $446,186 - Financing: Data Services 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:                     May 27, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a five-year service price agreement to provide a cloud-based open data portal solution for the Department of Information and Technology Services - Tyler Technologies, Inc., most advantageous proposer of three - Estimated amount of $446,186 - Financing:  Data Services 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 a cloud-based solution to make data readily available to users and improve the accessibility of public information, and to enhance coordination and efficiencies among departments, partner organizations, and residents. This agreement will also provide maintenance and support which includes technical support, upgrades to current releases, and use of the products.

 

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

 

                     Department of Equipment & Fleet Management                                                               (1)

                     Department of Information and Technology Services                                          (1)

                     Water Utilities 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 only evaluated the Business Inclusion and Development Plan.

 

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

 

                     Cost                                                                                                                                                   30 points

                     Technical match                                                                                                         30 points

                     Functional match                                                                                                         15 points

                     Business Inclusion and Development Plan                     15 points

                     Capabilities and expertise                                                                                    10 points

 

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 $11.71; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On March 25, 2015, City Council authorized a twelve-month renewal service agreement for software use and support of the Socrata Open Data Portal with Alamo City Engineering Services, Inc., through the U.S. General Services Administration by Resolution No. 15-0483.

 

On March 23, 2016, City Council authorized a twelve-month service agreement for renewal of software use and support of the Socrata Open Data Portal with Carahsoft Technology Corp., through the U.S. General Services Administration procurement price list by Resolution No. 16-0428.

 

On June 28, 2017, City Council authorized a twelve-month service agreement for renewal of software use and support of the Socrata Open Data Portal with Carahsoft Technology Corp., through the U.S. General Services Administration procurement price list by Resolution No. 17-1047.

 

On June 13, 2018, City Council authorized a twelve-month service contract for the continuous use of software and support of the Socrata Open Data Portal with Carahsoft Technology Corp., through the U.S. General Services Administration cooperative agreement by Resolution No. 18-0810.

 

FISCAL INFORMATION

 

Fund

FY 2019-20

FY 2020-21

Future Years

Data Services Fund

$123,000.00

$77,250.00

$245,936.00

 

 

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 $

$446,186.00

Other Services

23.80%

7.62%

$34,000.00

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

Tyler Technologies, Inc. - Non-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 BXZ19-00009853.  We opened them on September 5, 2019.  We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                     Score                     Amount

 

*Tyler Technologies,                      5101 Tennyson Pkwy.                     86.0                     $446,186.00

Inc.                     Plano, TX  75024

 

ESRI                     380 New York St.                     66.06                     $701,000.00

                     Redland, CA  92373

 

Lionstack, Inc.                      777 Main St.                     50.27                     $484,900.00

                     Suite 600

                     Ft. Worth, TX  76102

 

OWNER

 

Tyler Technologies, Inc.

 

H. Lynn Moore, Jr., President

Brian K. Miller, Vice President