STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: April 12, 2023
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Jack Ireland
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service contract for cathodic protection system surveys and inspections for the Water Utilities Department - Lockwood, Andrews & Newman, Inc., most advantageous proposer of five - Not to exceed $214,950 - Financing: Dallas Water Utilities 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 cathodic protection system surveys and inspections for the Water Utilities Department. Cathodic protection systems protect a wide range of metallic pipelines in various environments. The corrosion protection system works to extend the life of the existing infrastructure by protecting the internal and external steel components of water mains from corrosion.
Currently the Water Utilities Department has approximately 29 miles of large diameter water mains protected by cathodic protection systems. This contract will provide National Association of Corrosion Engineers certified inspections and testing of corrosion protection systems currently operating within the City’s potable pipeline system.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Information and Technology Services (2)
• 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/value to the City 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 $15.21; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On February 8, 2017, the City Council authorized a three-year service contract for cathodic protection system surveys and inspections for Water Utilities with Russell Corrosion Consultants, LLC by Resolution No. 17-0261.
FISCAL INFORMATION
Fund |
FY 2022 |
FY 2023 |
Future Years |
Dallas Water Utilities Fund |
$71,650.00 |
$71,650.00 |
$71,650.00 |
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 |
$214,950.00 |
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. |
• Lockwood Andrews & Newman, Inc. - Local; Workforce - 100.00% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for |
• Utilized for professional, personal, revenue, and planning services |
Proposal |
• Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price |
|
• Always involves the evaluation by committee |
|
• Allows for negotiation on contract terms, including price |
The Office of Procurement Services received the following proposals from solicitation number BVZ21-00014791. We opened them on June 17, 2021. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Lockwood, Andrews & 8350 North Central Expressway 97.57
Newman, Inc. Suite 1400
Dallas, TX 75206
V&A Consulting 4101 McEwen Road 95.69
Engineers, Inc. Suite 528
Dallas, TX 75244
Freese and Nichols, Inc. 2711 North Haskell Avenue 90.77
Suite 3300
Dallas, TX 75204
Corrpro Companies, Inc. 7000 Hollister Street 88.97
Houston, TX 77040
EN Engineering LLC 9801 Westheimer Road 88.86
Suite 600
Houston, TX 77042
OWNER
Lockwood, Andrews & Newman, Inc.
C. Wayne Swafford, President
Justin Reeves, Vice President