Dallas Logo
File #: 21-1785    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/12/2021 In control: Office of Procurement Services
On agenda: 10/13/2021 Final action:
Title: Authorize a three-year service price agreement for annual licensing, maintenance, and training for an emergency priority dispatch software system for the Fire-Rescue Department - Medical Priority Consultants, Inc. dba Priority Dispatch Corp., sole source - Estimated amount of $110,091 - 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:                     October 13, 2021

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for annual licensing, maintenance, and training for an emergency priority dispatch software system for the Fire-Rescue Department - Medical Priority Consultants, Inc. dba Priority Dispatch Corp., sole source - Estimated amount of $110,091 - 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.

 

The service price agreement will provide annual licensing, maintenance, and training for an emergency priority dispatch software system for the Fire-Rescue Department.  The licenses enabled the Fire-Rescue Department to integrate an emergency priority dispatch system with the current computer aided dispatch system to enhance deployment of Emergency Medical Service (EMS) resources in a more effective and efficient manner.  This software provides scripted protocol for Fire-Rescue Department dispatchers to identify the appropriate severity level of the medical emergency of the patient and to ensure the appropriate number of responders and resources are deployed on emergency medical calls.  These efficiencies have resulted in improved response time to high priority EMS calls for service via the 9-1-1 system.

 

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 September 28, 2016, City Council authorized an acquisition contract for the purchase of licenses and maintenance for an emergency priority dispatch software system for Fire with Medical Priority Consultants, Inc. dba Priority Dispatch Corp. by Resolution 16-1549.

 

FISCAL INFORMATION

 

Fund

FY 2022

FY 2023

Future Years

General Fund

$36,697.00

$36,697.00

$36,697.00

 

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 $

$110,091.00

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

Medical Priority Consultants, Inc. dba Priority Dispatch Corp. - Non-local; Workforce - 0.00% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Sole Source

Utilized for procurements where functional requirements can only be satisfied by one vendor, such as those where patents, copyrights or monopolies exists

 

Exempted from competitive bidding process

 

The Office of Procurement Services conducted a sole source review and found no exceptions

 

OWNER

 

Medical Priority Consultants, Inc. dba Priority Dispatch Corp.

110 South Regent Street

Suite 500

Salt Lake City, UT  84111

 

Ron McDaniel, President

Dave Stienbach, Chief Financial Officer