Skip to main content
Dallas Logo
File #: 25-3268A    Version: 1 Name:
Type: CONSENT AGENDA Status: Agenda Ready
File created: 11/4/2025 In control: Office of Procurement Services
On agenda: 12/10/2025 Final action:
Title: Authorize a three-year service price agreement for equipment fluid sampling, testing, and analysis services for the Dallas Water Utilities Department - Tribologik Corporation, lowest responsible bidder of two - Estimated amount of $851,018.50 - Financing: Dallas Water Utilities Fund (subject to annual appropriations) *In alignment with Infrastructure Maintenance.
Indexes: Citywide
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

PILLAR:                     Core

AGENDA DATE:                     December 10, 2025

COUNCIL DISTRICT(S):                     Citywide

DEPARTMENT:                     Office of Procurement Services

PRIORITY:                     Infrastructure

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for equipment fluid sampling, testing, and analysis services for the Dallas Water Utilities Department - Tribologik Corporation, lowest responsible bidder of two - Estimated amount of $851,018.50 - Financing:  Dallas Water Utilities Fund (subject to annual appropriations)

 

*In alignment with Infrastructure Maintenance.

 

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 equipment fluid sampling, testing, and analysis services for the Dallas Water Utilities Department (DWU).  These services will be used to test and analyze oil used in its motors, pumps, gearboxes, and transformers.  DWU operates and maintains over 400 pumps, 280 gear boxes, 550 motors, and 200 transformers located at 110 pump stations and 5 treatment plants in Dallas, Carrolton, Sunnyvale, and surrounding counties.

 

Oil condition serves as an indicator of unexpected equipment wear, potential issues in equipment functionality, and oil replacement needs.  DWU uses oil analysis data for improved equipment efficiency monitoring and to develop a more thorough predictive maintenance program including more timely oil changes to reduce cost and improve equipment reliability.  

 

 

 

 

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 June 22, 2022, the City Council authorized a three-year service price agreement for equipment fluid sampling test analysis services for the Water Utilities Department with Tribologik and SGS North America by Resolution No. 22-0980.

 

FISCAL INFORMATION

 

Fund

FY 2026

FY 2027

Future Years

Dallas Water Utilities Fund

$237,035.00

$306,991.75

$306,991.75

 

LOCAL PARTICIPATION

 

Prime

Status

Workforce %

Tribologik Corporation

Non-local

0.00%

 

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 BM25-00028050.  We opened them on August 8, 2025.  We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidder.

 

*Denotes successful bidder

 

 

 

Bidders                                                                                    Address                                                               Amount

 

*Tribologik Corporation                                          1212 East 172nd St.                      Group 1 - $162,337.50

                                                                                                         Hammond, IN  463241                     Group 2 - $688,681.00

 

SGS North America, Inc.                                          400 Broadacres Dr.                                          Group 1 - $162,665.50

                                                                                                         Suite 200, 2nd Floor                      Group 2 - No Bid

                                                                                                         Bloomfield, NJ  07003

 

OWNER/EXECUTIVE

 

Tribologik Corporation

 

Géraldine Picaud, Chief Executive Officer