Dallas Logo
File #: 24-323    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 1/16/2024 In control: Office of Procurement Services
On agenda: 2/28/2024 Final action:
Title: Authorize a three-year service price agreement for self-contained breathing apparatus equipment, services, testing, and repairs for the Water Utilities Department - Specialized Response Solutions, only bidder - Estimated amount of $618,813 - 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:                     February 28, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for self-contained breathing apparatus equipment, services, testing, and repairs for the Water Utilities Department - Specialized Response Solutions, only bidder - Estimated amount of $618,813 - 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 self-contained breathing apparatus (SCBA) equipment, services, testing, and repairs for the Water Utilities Department (DWU), as described herein. DWU uses a variety of gases in the drinking water and wastewater treatment processes to maintain regulatory compliance requirements for disinfection as mandated by the U.S. Environmental Protection Agency and the Texas Commission on Environmental Quality. This agreement ensures DWU’s ability to properly maintain SCBA equipment and protect staff by providing an uncontaminated supply of air to breathe when working around hazardous gases.

 

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)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

Dallas Water Utilities Fund

$206,269.00

$206,269.00

$206,275.00

 

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

$618,813.00

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.

Specialized Response Solutions - 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 BT23-00022348.  We opened it on July 7, 2023.  We recommend the City Council award this service price agreement in its entirety to the only bidder.

 

 

 

 

Bidder                                                                                    Address                                                                                    Amount

 

Specialized Response                     411 Bolliger Blvd.                                           $618,813

Solutions                     Fort Worth, TX  76108                                          

 

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

 

OWNER

 

Specialized Response Solutions

 

Robert Breed, General Manager

Terry Rockwell, Vice President