Dallas Logo
File #: 23-1602    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 6/1/2023 In control: Office of Procurement Services
On agenda: 6/28/2023 Final action:
Title: Authorize a three-year service price agreement for supervisory control and data acquisition system parts, repair, replacement parts, software support, and programming of the City's automated local evaluation in real time system and parts, repair, replacement parts, software support and server upgrades of the City's water treatment plants, water pumping and distribution, water collection, and wastewater treatment plants for the Water Utilities Department - Prime Controls, LP, most advantageous proposer of two - Estimated amount of $7,484,335 - Financing: Dallas Water Utilities 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:                     June 28, 2023

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for supervisory control and data acquisition system parts, repair, replacement parts, software support, and programming of the City’s automated local evaluation in real time system and parts, repair, replacement parts, software support and server upgrades of the City’s water treatment plants, water pumping and distribution, water collection, and wastewater treatment plants for the Water Utilities Department - Prime Controls, LP, most advantageous proposer of two - Estimated amount of $7,484,335 - Financing:  Dallas Water Utilities Fund (subject to annual appropriations)

 

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 supervisory control and data acquisition (SCADA) system parts, repair, replacement parts, software support, and programming of the City’s automated local evaluation in real time system and parts, repair, replacement parts, software support and server upgrades of the City’s water treatment plants, water pumping and distribution, water collection, and wastewater treatment plants for the Water Utilities Department.

 

The Water Utilities Department provides water and wastewater services to a service area of approximately 700 square miles and approximately 2.6 million customers in the North Texas region.  These systems are comprised of three treatment plants for water production and two wastewater treatment plants, water distribution pump stations, and wastewater lift stations throughout the service area.  The associated infrastructure is monitored and operated through SCADA to provide services to customers and alert staff of necessary system maintenance and necessary response actions. 

 

This includes but not limited to software updates, technical and customer support to ensure compliance with state and federal requirements for critical facilities and infrastructure.   

 

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

 

                     Department of Information and Technology Services                                          (1).

                     Department of Transportation                                                                                                         (1).

                     Water Utilities Department                                                                                                                              (2)

                     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:

 

                     Experience                                                                                                 35 points

                     Approach                                                                                                         30 points

                     Cost                                                                                                                               30 points

                     Local Preference                                                                                      5 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 calculated living wage during the solicitation process of this contract is $17.82; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On October 8, 2019, the City Council authorized a three-year service contract with (1) Prime Controls, LP for maintenance and support for the supervisory control and data acquisition systems at five water and wastewater treatment plants for the Water Utilities Department, (2) HydroLynx Systems, Inc. for parts and repair of hardware for the automated local evaluation in real time system for monitoring of flood incidents for the Water Utilities Department; (3) Tri Lynx Systems, LLC for the operating system software maintenance and support of the automated local evaluation in real time system for monitoring of flood incidents for the Water Utilities Department and (4) HSQ Technology for maintenance and support of the supervisory control and data acquisition stormwater systems for the Water Utilities Department by Resolution No. 19-1594.

 

 

 

 

On April 12, 2022, the City Council authorize Supplemental Agreement No. 1 to extend the service contract with (1) Prime Controls, LP for maintenance and support for the supervisory control and data acquisition systems at five water and wastewater treatment plants for the Water Utilities Department; (2) Hydrolynx Systems, lnc. for parts and repair of hardware for the automated local evaluation in real time system for monitoring of flood incidents for the Water Utilities Department; (3) Trilynx Systems, LLC for the operating system software maintenance and support of the automated local evaluation in real time system for monitoring of flood incidents for the Water Utilities Department; and (4) HSQ Technology for maintenance and support of the supervisory control and data acquisition stormwater systems for the Water Utilities Department, from April 7, 2023 through October 6, 2023, by Resolution No. 23-0486.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

Dallas Water Utilities Fund

$1,219,260.00

$2,494,774.00

$3,770,301.00

 

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

 $7,484,335.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

This item is Other Services which does not have an availability and disparity participation goal.

Prime Controls, LP - Non-local; Workforce - 7.95% 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 BVZ23-00020760.  We opened them on December 23, 2022.  We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                    Score                     

 

*Prime Controls, LP                     1725 Lakepointe Dr.                                          74.74

                     Lewisville, TX  75057

 

QDS Systems                     11833 Industriplex Blvd.                                          70.75

                     Baton Rouge, LA  70809

 

OWNER

 

Prime Controls, LP

 

Jace McNiel, President