Dallas Logo
File #: 24-106    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 12/28/2023 In control: Office of Procurement Services
On agenda: 1/24/2024 Final action:
Title: Authorize a four-year service contract for asbestos abatement and demolition services for city and non-city owned structures for citywide use - RNDI Companies, Inc., most advantageous proposer of three - Not to exceed $11,568,932.39 - Financing: General Fund ($8,271,786.67), Capital Construction Fund ($751,980.60), Dallas Water Utilities Fund ($636,291.28), Water Construction Fund ($636,291.28), Wastewater Construction Fund ($636,291.28), and Storm Drainage Management Capital Construction Fund ($636,291.28) (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:                     January 24, 2024

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a four-year service contract for asbestos abatement and demolition services for city and non-city owned structures for citywide use - RNDI Companies, Inc., most advantageous proposer of three - Not to exceed $11,568,932.39 - Financing: General Fund ($8,271,786.67), Capital Construction Fund ($751,980.60), Dallas Water Utilities Fund ($636,291.28), Water Construction Fund ($636,291.28), Wastewater Construction Fund ($636,291.28), and Storm Drainage Management Capital Construction Fund ($636,291.28) (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 asbestos abatement and demolition services for city and non-city owned structures. The Department of Code Compliance utilizes this agreement for asbestos abatement and demolition of structures ordered to be demolished by District Court of Dallas County and municipal courts of the City of Dallas. Emergency demolition projects consist of unsafe buildings due to fire damage and other health hazardous demolitions of city owned and non-city structures. The demolishing of these structures contributed to the safety and beautification of City neighborhoods.

 

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

 

                     Building Services Department                                                               (1)

                     Department of Code Compliance                                                               (1)

                     Development Services                                                                                    (1)

                     Park & Recreation Department                                                               (1)

                     Water Utilities Department                                                                                    (1)

                     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:

 

                     Cost                                                                                                          30 points

                     Experience                                                                                    25 points

                     Approach                                                                                    25 points

                     Business Inclusion & Diversity                     15 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 $18.24; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On April 8, 2015, the City Council authorized a four-year service contract for asbestos abatement and demolition services for City and non-City owned structures as required with RNDI Companies, Inc. and SKW Services, LLC, dba Clean Air Remediation Environmental Service by Resolution No. 15-0645.

 

On August 12, 2015, the City Council authorized rescinding the four-year service contract with SKW Services, LLC, dba Clean Air Remediation Environmental and RNDI Companies, Inc. previously approved on April 8, 2015, by Resolution No. 15-0645, for asbestos abatement and demolition services; and a four-year service contract for asbestos abatement and demolition services for City and non-City owned structures as required with RNDI Companies, Inc. and Lindamood Demolition, Inc. by Resolution No. 15-1338.

 

On May 11, 2022, the City Council authorized Supplemental Agreement No. 3 to increase the service contract for asbestos abatement and demolition services for City and non-City owned structures and to extend the term from August 10, 2022 to August 9, 2023, with RNDI Companies, Inc. by Resolution No. 22-0733.

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

General Fund

$1,575,201.24

$1,575,201.24

$5,121,384.19

Capital Construction Fund

$   250,660.20

$   250,660.20

$   250,660.20

Dallas Water Utilities Fund

$   159,073.00

$   159,073.00

$   318,145.28

Water Construction Fund

$   159,073.00

$   159,073.00

$   318,145.28

Wastewater Construction Fund

$   159,073.00

$   159,073.00

$   318,145.28

Storm Drainage Management Capital Construction Fund

$   159,073.00

$   159,073.00

$   318,145.28

Total

$2,462,153.44

$2,462,153.44

$6,644,625.51

 

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

$11,568,932.39

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.

RNDI Companies, Inc. - 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 BBZ23-00022305. We opened them on July 21, 2023. We recommend the City Council award this service contract to the most advantageous proposer by group. Information related to this solicitation is available upon request.

 

*Denotes successful proposer

 

 

Proposers                                                                                    Address                                                                                    Score                                          

 

*RNDI Companies, Inc.                     1851 Summit Avenue                                           Multiple Groups

                     Unit 1 D

                     Dallas, TX 75206

 

The Demo Company                     2303 Shorecrest Drive                                           Multiple Groups

                     Dallas, TX 75235

 

Lindamood, Inc.                     2020 South Nursey Road                                           Multiple Groups

                     Irving, TX 75060

 

OWNER

 

RNDI Companies, Inc.

 

Diana Cross, President