STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: January 12, 2022
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for emergency vehicle pump parts and repair services for the Fire-Rescue Department - Metro Fire Apparatus Specialists, Inc., only bidder - Estimated amount of $427,812.50 - Financing: General Fund (subject to annual appropriations)
Body
BACKGROUND
This action does not encumber funds; the purpose of a service contract 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 contract will provide for emergency vehicle pump parts and repair services for the Fire-Rescue Department. The Fire-Rescue Department operates approximately 120 apparatus, including engines and booster pumpers, that are outfitted with pump parts. The primary function of the pump is to siphon water through a fire hydrant while maintaining high water pressure. It is essential that pumps are functioning properly to ensure the Fire-Rescue Department is adequately equipped to respond to emergencies. Associated repair services of pump parts will be completed off-site by authorized providers.
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 $15.21; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2022 |
FY 2023 |
Future Years |
General Fund |
$85,562.50 |
$85,562.50 |
$256,687.50 |
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 $ |
$427,812.50 |
Other Services |
N/A |
N/A |
N/A |
• The Business Inclusion and Development Policy does not apply to Other Service contracts. |
• Metro Fire Apparatus Specialists, Inc. - 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 bid from solicitation number BD21-00017173. We opened it on August 28, 2021. We recommend the City Council award this service price agreement to the only bidder by group.
Bidder Address Amount
*Metro Fire Apparatus 17350 State Hwy. 249 Group 1 - $383,400.00
Specialists, Inc. Suite 250 Group 2 - $157,812.50
Houston, TX 77064
New England Fire 10 Stillman Rd. Group 1 - Non-responsive
Equipment & Apparatus North Haven, CT 06473 Group 2 - No Bid
OWNER
Metro Fire Apparatus Specialists, Inc.
Craig Russell, President