STRATEGIC PRIORITY: Core
AGENDA DATE: June 11, 2025
COUNCIL DISTRICT(S): 8, Outside City Limits
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for the maintenance and repair of the city-owned electrical transmission substations at the Southside Wastewater Treatment Plant and the Eastside Water Treatment Plant for the Dallas Water Utilities Department - Energy EPC Solutions, LLC dba S&B Services, most advantageous proposer of three - Estimated amount of $3,328,705.18 - 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 the maintenance and repair of the city-owned electrical transmission substations at the Southside Wastewater Treatment Plant and the Eastside Water Treatment Plant for the Dallas Water Utilities Department. These substations provide critical electrical power needed by the plants in order to treat water for the Dallas Water Utilities Department’s customers.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Dallas Water Utilities Department (2)
• Department of Aviation (1)
• Department of Transportation and Public Works (1)
• Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost, local preference, and the Business Inclusion and Development Plan, 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 Plan 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 |
$332,870.00 |
$665,740.00 |
$2,330,095.18 |
Council District Amount
8 $1,538,689.59
Outside City Limits $1,790,015.59
Total $3,328,705.18
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 |
$3,328,705.18 |
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. |
• Energy EPC Solutions, LLC dba S&B Services - 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 BWZ24-00024968. We opened them on November 20, 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
*Energy EPC Solutions, 3912 Belstrum Drive 69.25
LLC dba S&B Services Flower Mound, TX 75028
Saber Power Services, LLC 9841 Saber Power Lane Non-responsive
Rosharon, TX 77583
Pittman Power, LLC 5 Cowboys Way Non-responsive
Suite 300-35
Frisco, TX 75034
OWNER/EXECUTIVE
Energy EPC Solutions, LLC dba S&B Services
Stephen Sanders, President