Dallas Logo
File #: 24-471    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 1/31/2024 In control: Office of Procurement Services
On agenda: 2/28/2024 Final action:
Title: Authorize a five-year service contract for armored car services for City facilities for the City Controller's Office - Garda CL Southwest, Inc., only proposer - Not to exceed $1,727,036 - Financing: General Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: February 28, 2024
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Jack Ireland
______________________________________________________________________
SUBJECT

title
Authorize a five-year service contract for armored car services for City facilities for the City Controller's Office - Garda CL Southwest, Inc., only proposer - Not to exceed $1,727,036 - 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.

This service contract will provide for armored car services for City facilities for the City Controller's Office. City facilities conduct monetary transactions as part of their daily operations for the City Controller's Office. These facilities require that money collected as part of daily transactions be accounted for and safely transported to a bank depository on the City's behalf. Currently, the City has approximately 65 locations that require armored car services including recreation centers, libraries and police and fire locations.

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

* Court and Detention Services (1)
* Department of Aviation (1)
* Park & Recreation Department (1)
* Small Business Center Department (1)
* Office of Procurement Services (1)*

*The Office of Procurement Services evaluated cost and local preference, if applicable.

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

* Cost and timeframe 30 points
* Experience 25 points
* Approach 25 points
* Business Inclusion and Development Plan 15 points
* Local Preference 5 points

As part of the solicitation pr...

Click here for full text