Dallas Logo
File #: 20-2042    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 10/12/2020 In control: Office of Procurement Services
On agenda: 1/27/2021 Final action:
Title: Authorize a three-year service price agreement to develop and administer public safety promotional examinations for the Civil Service Department - Morris & McDaniel, Inc., most advantageous proposer of five - Estimated amount of $583,000 - Financing: General 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:                     January 27, 2021

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement to develop and administer public safety promotional examinations for the Civil Service Department - Morris & McDaniel, Inc., most advantageous proposer of five - Estimated amount of $583,000 - 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 the development and administration support of all Fire-Rescue and Police Departments promotional written exams and assessment center activities.  Through this contract the vendor provides technical and industry-specific support to the Civil Service Department ensuring content rigor and examination integrity for a total of 11 promotional ranks within the Fire-Rescue and Police Departments.

 

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

 

                     Civil Service                                                                                                                                                                                                                                       (1)

                     Fire-Rescue Department                                                                                                                                                                                             (1)

                     Police Department                                                                                                                                                                                                                  (1)

                     Office of Economic Development Business Workforce and Inclusion Division                     (1)*

                     Office of Procurement Services                                                                                                                                                                        (1)*

 

*The Office of Procurement Services only evaluated cost and the Office of Economic Development Business Workforce and Inclusion Division only evaluated the Business Inclusion and Development Policy.

 

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

 

                     Project understanding and methodology                                                                                    35 points

                     Cost to the City                                                                                                                                                   30 points

                     Experience and capability                                                                                                                              20 points

                     Business Inclusion and Development Policy                                                               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 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)

 

On March 22, 2017, City Council authorized a three-year service contract to develop and administer promotional examinations for Police and Fire-Rescue with Industrial/Organizational Solutions, Inc. by Resolution No. 17-0479.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

General Fund

$194,332.00

$194,332.00

$194,336.00

 

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 $

$583,000.00

Other Services

23.80%

36.30%

$211,629.00

This contract exceeds the M/WBE goal.

Morris & McDaniel, Inc. - Non-Local; Workforce - 0.00% 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 BYZ20-00013174.  We opened them on June 5, 2020.  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

 

*Morris & McDaniel, Inc.                     1294 South Central Ave.                     88.00                     $583,000.00

                     New Albany, MS  38652

 

Industrial/Organizational                     1520 Kensington Rd.                     73.95                     $730,207.34

Solutions, Inc.                     Suite 110

                     Oak Brook, IL  60523

 

FirstIdea, Inc.                     18695 Pony Express Dr.                     Non-responsive

                     Parker, CO  80134

 

CPS HR Consulting                     2450 Del Paso Rd.                     Non-responsive

                     Suite 220

                     Sacramento, CA  95834

 

Risch Results                     6011 Warm Mist Ln.                     Non-responsive

                     Dallas, TX  75248

 

OWNER

 

Morris & McDaniel, Inc.

 

Dr. David M. Morris, President

Joe F. Nassar, Vice President