STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: November 11, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service price agreement for drug and alcohol testing for uniformed employees and applicants - JumpR2, Inc. dba Bluestar Diagnostics, Inc. in the estimated amount of $332,750 and Employment Screening Services in the estimated amount of $124,550, lowest responsible bidders of five - Total estimated amount of $457,300 - Financing: General 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 for drug and alcohol testing for uniformed employees and applicants of Police and Fire-Rescue Departments. The City is committed to protecting the public from the effects of controlled substance and alcohol abuse by members. Testing services will ensure that members of the department who are in positions to impact the safety of the public are not physically or mentally impaired. Additionally, supervisors may request drug and alcohol testing when there is a reasonable suspicion that a member may be under the influence controlled substances or alcohol. The successful vendors are also required to maintain National Institute of Drug Abuse and Substance Abuse and Mental Health Service Administration of the United States Department of Health and Human Services certifications throughout the contract term.
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 Economic Development Business Workforce and Inclusion Division 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)
The Public Safety Committee will be briefed by memorandum regarding this matter on November 9, 2020.
FISCAL INFORMATION
Fund |
FY 2021 |
FY 2022 |
Future Years |
General Fund |
$89,385.00 |
$89,385.00 |
$278,530.00 |
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 |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$457,300.00 |
Other Services |
23.80% |
27.24% |
$124,500.00 |
• This contract exceeds the M/WBE goal. |
• JumpR2, Inc. dba Bluestar Diagnostics - Non-Local; Workforce - 0.00% Local • Employment Screening Services - Non-Local; Workforce - 0.00% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Low Bid |
• Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements |
|
• Negotiations are not allowed |
The Office of Procurement Services received the following bids from solicitation number BD20-00013717. We opened them on June 25, 2020. We recommend the City Council award this service price agreement to the lowest responsive and responsible bidders by group.
*Denotes successful bidders
Bidders Address Amount
*JumpR2, Inc. dba Bluestar 720 East Park Blvd. Group 1 - $332,750.00
Diagnostics, Inc. Suite 102 Group 2 - $132,000.00
Plano, TX 75074
*Employment Screening 2700 Corporate Dr. Group 1 - $382,050.00
Services Suite 100 Group 2 - $124,550.00
Birmingham, AL 35242
DOT Medical and Drug 1430 Regal Row Group 1 - $383,250.00
Testing Services, Inc. Suite 300 Group 2 - $269,250.00
Dallas, TX 75247
Mega Lab Services 1321 Evans Ave. Group 1 - $662,500.00
Suite E Group 2 - $264,050.00
San Francisco, CA 94124
A&D Tests, Inc. 3939 U.S. Highway 80 Non-responsive
Suite 276
Mesquite, TX 75150
OWNERS
JumpR2, Inc. dba Bluestar Diagnostics, Inc.
Bob Robert, President
Greg Jump, Secretary
Employment Screening Services
Shelia Benson, Chief Executive Officer
Jason Kimbrell, Chief Operating Officer