Skip to main content
Dallas Logo
File #: 25-300A    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 1/14/2025 In control: Office of Procurement Services
On agenda: 2/26/2025 Final action:
Title: Authorize a three-year service price agreement for bi-annual preventative maintenance services and repairs for variable frequency drives and soft starters for the Dallas Water Utilities Department - Shermco Industries, Inc., most advantageous proposer of two - Estimated amount of $2,088,850.00 - 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 and Financial Management

AGENDA DATE:                     February 26, 2025

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Donzell Gipson

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for bi-annual preventative maintenance services and repairs for variable frequency drives and soft starters for the Dallas Water Utilities Department - Shermco Industries, Inc., most advantageous proposer of two - Estimated amount of $2,088,850.00 - 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 bi-annual preventative maintenance services and repairs for variable frequency drives and soft starters for the Dallas Water Utilities Department. These bi-annual preventive maintenance services and evaluations are for teardown and repair services for variable drives, and soft starters operating within the City’s water system. Maintenance and repairs are required to ensure the drives and soft starters perform at their peak levels and provide continuous pump and motor operation. This contract will service variable frequency drives of various sizes ranging from 25HP to 3,000HP and soft starters, from 100HP to 5,000HP.

 

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

 

                     Dallas Water Utilities Department                      (2)

                     Department of Information and Technology Services                                           (1)

                     Parks & Recreation Department                                                                                                          (1)

                     Office of Procurement Services                                                                                                         (2)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost and timeframe                                                                                                         30 points

                     Experience                                                                                                                              25 points

                     Approach                                                                                                                              25 points

                     Business Inclusion and Development                                          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)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2025

FY 2026

Future Years

Dallas Water Utilities Fund

$696,283.33

$696,283.33

$696,283.34

 

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

$2,088,850.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

M/WBE goal waived due to no M/WBE availability.

Shermco Industries, Inc. - Local; Workforce - 25.00% 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 BVZ24-00025737.  We opened them on August 29, 2024.  We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                                                                                    Score

 

*Shermco Industries, Inc.                                           2425 East Pioneer Drive                                           71.75

                                          Irving, TX  75061

 

Flexa Systems                                          860 Hembry Street                                           40.66

                                          Suite 401

                                          Lewisville, TX  75022

 

OWNER/EXECUTIVE

 

Shermco Industries, Inc.

 

Phil Petrocelli, Chief Executive Officer