Dallas Logo
File #: 20-2547    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, with two one-year renewal options, to monitor, maintain, and repair the Woodall-Rodgers Tunnel lights and jet fans for the Department of Transportation - CMC Network Solutions, LLC, only proposer - Estimated amount of $5,025,916 - 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, with two one-year renewal options, to monitor, maintain, and repair the  Woodall-Rodgers Tunnel lights and jet fans for the Department of Transportation - CMC Network Solutions, LLC, only proposer - Estimated amount of $5,025,916 - 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 monitoring, maintenance, and repair services of lights and jet fans in the Woodall-Rodgers Tunnel.  Also included in this contract is the maintenance of electrical gear, engine-generator, control systems, and associated electrical distribution systems, mechanical heating, ventilation, and air conditioning systems, plumbing systems, enclosures, vaults, and control room and ancillary equipment.  The City provides these services pursuant to an agreement with the Texas Department of Transportation.

 

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

 

                     Department of Public Works                                                                                                                                                                         (1)

                     Department of Transportation                                                                                                                                                                         (2)

                     Park & Recreation Department                                                                                                                                                                         (2)

                     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:

 

                     Cost                                                                                                                                                   30 points

                     Capability and expertise                                                                                    30 points

                     Staffing and approach                                                                                    25 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.

 

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 $12.38; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On August 23, 2017, City Council authorized a three-year service contract to monitor, maintain, and repair the tunnel lights and jet fans under Klyde Warren Park with CMC Network Solutions, LLC by Resolution No. 17-1265.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

General Fund

$1,125,391.00

$1,625,391.00

$2,275,134.00

 

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

Procurement Category

M/WBE Goal

M/WBE %

M/WBE $

$5,025,916.00

Other Services

N/A

26.17%

$1,315,360.00

The Business inclusion and Development Policy does not apply to Other Service contracts, however the prime contractor is subcontracting with certified M/WBEs.

MCM Network Solutions, LLC - Non-local; Workforce - 21.05% 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 proposal from solicitation number BYZ20-00014307.  We opened it on October 2, 2020.  We recommend the City Council award this service price agreement in its entirety to the only proposer.

 

Proposer                     Address                     Score                     Amount

 

CMC Network                      2007 Research Dr.                      84.8                     $5,025,916.00

Solutions, LLC                     Suite 100

                     Plano, TX  75074

 

Note:  The Office of Procurement Services conducted a single proposal review and found no exceptions.

 

OWNER

 

CMC Network Solutions, LLC

 

Scott Broekemeir, President

Chuck McLaughlin, Vice President