Skip to main content
Dallas Logo
File #: 24-1362    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 4/12/2024 In control: Office of Procurement Services
On agenda: 5/8/2024 Final action:
Title: Authorize a ten-year service contract for a citywide integrated customer information and billing software system for the Water Utilities Department - Itineris NA, Inc., most advantageous proposer of seven - Not to exceed $34,224,209 - Financing: Water Construction Fund ($7,500,000), Wastewater Construction Fund ($6,500,000) and Dallas Water Utilities Fund ($20,224,209) (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     May 8, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a ten-year service contract for a citywide integrated customer information and billing software system for the Water Utilities Department - Itineris NA, Inc., most advantageous proposer of seven - Not to exceed $34,224,209 - Financing:  Water Construction Fund ($7,500,000), Wastewater Construction Fund ($6,500,000) and Dallas Water Utilities Fund ($20,224,209) (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 a citywide integrated customer information and billing software system for the Water Utilities Department. This integrated billing system will produce approximately 20,000 documents daily, ranging from invoices and past due notices, service requests, permit renewals, consumer applications, and fee statements. The system will bill in excess of $900 million in utilities revenue and $100 million for other City departments’ revenue annually.

 

The functionality of this system includes:

 

                     Monthly billing for water, wastewater, sanitation, and stormwater service fees

                     Capture, dispatch, and/or resolution of all water and wastewater customer service requests

                     Receive payments for all receivables

                     Participating departments’ collection activities for delinquent receivables

                     Monthly contractual billing for Aviation landing and baggage fees, and cashiering for security badges

                     Permit applications/renewals and fees for air quality

                     Fees for high risk fire inspection, hazmat services and training, non-owner-occupied rental property and multi-family tenant registration, consumer protection and land base receivable fees, hotel-motel and short-term vehicle fees, and lien/loan statements

 

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

 

                     City Controller’s Office                                                                                                                               (1)

                     Department of Information and Technology Services                                           (2)

                     Department of Sanitation                                                                                                                               (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:

 

                     Response to video scenarios                                                               45 points

                     Service life cost                                                                                                         20 points

                     Experience and qualifications                                                               10 points

                     Technical Solution                                                                                                         10 points

                     Project approach and schedule                                                                10 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 December 9, 2020, the City Council authorized a five-year service price agreement for software maintenance and support for the integrated billing system for the Water Utilities Department with SAP Public Services, Inc. by Resolution No. 20-1912.

 

The Government Performance and Financial Management Committee was briefed by memorandum regarding this matter on April 23, 2024. <https://cityofdallas.legistar.com/View.ashx?M=F&ID=12870985&GUID=5B29FF0C-F50D-4C86-8E7E-26B67C277DC2>

 

 

 

 

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

Water Construction Fund

$   7,500,000.00

$0.00

$                0.00

Wastewater Construction Fund

$   6,500,000.00

$0.00

$                0.00

Dallas Water Utilities Fund

$                 0.00

$0.00

$20,224,209.00

Total

$14,000,000.00

$0.00

$20,224,209.00

 

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

 $34,224,209.00

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 and no availability and disparity in the market.

Itineris NA, Inc. - Non-local; Workforce - 0.00% 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 BQZ23-00020688.  We opened them on January 20, 2023.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer(s).

 

*Denotes successful proposer

 

Proposers                                                               Address                                                                                                         Score                     

 

*Itineris NA, Inc.                     600 Peachtree St. NE                                          74.75

                     Suite 3730

                     Atlanta, GA  30308

 

 

 

Systems & Software                     10 East Allen St.                                          72.00

                     Suite 201

                     Winooski, VT  05404

 

Infor Public Sector, Inc.                     13560 Morris Rd.                                          66.58

                     Suite 4100

                     Alpharetta, GA  30004

 

Open International, LLC.                     13019 Mar St.                                          61.74

                     Coral Gables, FL  33156

 

Deloitte Consulting, LLP                     30 Rockefeller Plz.                                           59.66

                     New York, NY  10112

 

Caventa                     8333 Eastlake Dr.                                          59.17

                     Burnaby BC V5A 4W2, Canada

 

VertexOne                     1321 Upland Dr.                                          58.47

                     Suite 8389

                     Houston, TX  77043

 

OWNER

 

Itineris NA, Inc.

 

John Beddingfield, President