STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: February 22, 2023
COUNCIL DISTRICT(S): Outside
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Jack Ireland
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service price agreement for residual removal and disposal services for the Water Utilities Department - Renda Environmental, Inc., most advantageous proposer of four - Estimated amount of $10,835,000 - 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 residual removal and disposal services for the Water Utilities Department. The agreement will be used by the Water Utilities Department to remove water treatment residuals from the lagoons at the Elm Fork Water Treatment Plant located in Carrollton, Texas.
Residuals are a normal byproduct of the drinking water treatment process and are stored in lagoons. As the lagoons near their storage capacity limits, periodic cleaning is necessary to ensure continued, reliable operation. This project restores the storage capacity of the lagoons thus safeguarding the plant’s continued ability to meet drinking water demands and achieve regulatory compliance requirements as mandated by the Texas Commission of Environmental Quality.
The Elm Fork Water Treatment Plant is the second largest of three surface water treatment plants owned and operated by the Water Utilities Department. Constructed in the 1950’s, the plant has a treatment capacity of 310 million gallons of water per day.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Transportation (1)
• Development Services (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)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2023 |
FY 2024 |
Future Years |
Dallas Water Utilities Fund |
$5,835,000.00 |
$4,000,000.00 |
$1,000,000.00 |
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 |
$10,835.000.00 |
Other Services |
N/A |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
22.98% |
22.98% |
$2,489,500.00 |
• The Business inclusion and Development Policy does not apply to Other Service contracts, however the prime contractor is subcontracting with certified M/WBEs. |
• Renda Environmental, Inc. - Non-local; Workforce - 48.00% 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 BVZ22-00020134. We opened them on October 21, 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
*Renda Environmental, Inc. 522 Benson Lane 87.75
Roanoke, TX 76262
American Process 1201 Pacific Avenue, #600 84.32
Process Group Tacoma, WA 98402
Merrell Bros, Inc. 8811 West 500 North 79.89
Kokomo, IN 46901
Synagro of Texas-CDR, Inc. 435 Williams Court, Suite 100 45.75
Baltimore, MA 21220
OWNER
Renda Environmental, Inc.
Oscar Renda, President
Rudolph J. Renda, Vice President