STRATEGIC PRIORITY: Core
AGENDA DATE: May 28, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for hydraulic cylinder, pump, and valve repairs for citywide use - FLR Solutions, LLC and Texan Waste Equipment, Inc. dba Heil of Texas, lowest responsible bidders of three - Total estimated amount of $321,343.30 - Financing: General Fund ($16,067.17), Equipment and Fleet Management Fund ($202,446.27), Dallas Water Utilities Fund ($96,402.99), and Sanitation Operation Fund ($6,426.87) (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 hydraulic cylinders, pumps, and valve repairs for citywide use. This agreement will provide the repairing and rebuilding of hydraulic cylinders, pumps, and valves on fleet vehicles such as fire service vehicles, dump trucks, refuse collection vehicles, and other heavy equipment. This service price agreement will be used to provide the repair of hydraulic components on vehicles that are no longer covered under the manufacturer's warranty.
Departments will manage the vendor utilization according to specialization, demand, and capacity of each vendor for each service required through project specific work orders.
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 $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On August 14, 2019, the City Council authorized a three-year service price agreement for hydraulic cylinder, pump, and valve repair with FLR Solutions, LLC and Herco Equipment Company, Inc. by Resolution No. 19-1119.
On December 11, 2024, the City Council authorized (1) the rejection of the bids received for maintenance and repairs of hydraulic cylinders, pumps and valves for the Department of Equipment and Fleet Management; and (2) the re-advertisement for a new solicitation by Resolution No. 24-1787.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
General Fund |
$ 5,355.72 |
$ 5,355.72 |
$ 5,355.73 |
Equipment and Fleet Management Fund |
$13,496.40 |
$40,489.20 |
$148,460.67 |
Dallas Water Utilities Fund |
$13,386.45 |
$32,136.08 |
$ 50,880.46 |
Sanitation Operation Fund |
$ 2,142.29 |
$ 2,142.29 |
$ 2,142.29 |
Total |
$34,380.86 |
$80,123.29 |
$206,839.15 |
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 |
$321,343.30 |
Other Services |
N/A |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
N/A |
100.00% |
$321, 343.30 |
• The Business Inclusion and Development Policy does not apply to Other Services contracts, however the prime contractor is a certified M/WBE. |
• FLR Solutions LLC - Non-local; Workforce - 18.18% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Low Bid |
• Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements |
|
• Negotiations are not allowed |
The Office of Procurement Services received the following bids from solicitation number BK25-00026623. We opened them on February 14, 2025. We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidders. Information related to this solicitation is available upon request.
*Denotes successful bidders
Bidders Address Amount
*FLR Solutions LLC 2627 South Cooper St. Multiple groups
Suite C17
Arlington, TX 76015
*Texan Waste Equipment, 1440 South Loop 12 Multiple groups
Inc. dba Heil of Texas Irving, TX 75060
Hydraulic Solutions of 7942 Breen Dr. Non-responsive
Texas, LLC Houston, TX 77064
OWNERS/EXECUTIVES
FLR Solutions LLC
Roy Rogers, President
Texan Waste Equipment, Inc. dba Heil of Texas
Jeff Davis, President