PILLAR: Core
AGENDA DATE: February 25, 2026
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
PRIORITY: Infrastructure
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service price agreement for laboratory instruments preventative maintenance services for the Dallas Water Utilities Department - Agilent Technologies Inc. in the estimated amount of $447,670.80, Thermo Electron North America LLC in the estimated amount of $414,028.23, Brinkmann Instruments Inc dba Metrohm USA Inc in the estimated amount of $257,595.00, and Mantech (USA) Inc. in the estimated amount of $29,100.00, lowest responsible bidders of four - Total estimated amount of $1,148,394.03 - Financing: Dallas Water Utilities Fund (subject to annual appropriations)
*In alignment with Infrastructure Management Plan.
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 laboratory instruments preventative maintenance services for the Dallas Water Utilities Department (DWU). This service agreement allows for the proper and timely calibration, maintenance, and repairs of DWU laboratory instruments. Routine maintenance of the instruments safeguards DWU’s ability to perform accurate analysis and comply with the standards for our National Laboratory Accreditation Program Certification.
DWU owns and operates a large assortment of laboratory instruments to conduct precise analysis of analytes monitored in various treatment applications including water, wastewater, soil, and source quality control. The instruments are also used to monitor the treatment process and test for water quality indicators to ensure performance metrics are continuously met.
DWU water and wastewater process laboratories analyzes over 900 samples daily to ensure regulatory compliance standards are maintained as mandated by the United States Environmental Protection Agency and Texas Commission on Environmental Quality.
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 September 9, 2021, the City Council authorized a three-year service price agreement for laboratory instruments preventive maintenance services for the Water Utilities Department with Brinkmann Instruments, Inc. dba Metrohm USA, Inc., Thermo Electron North America LLC, Agilent Technologies, Inc., and Biotage LLC by Resolution No. 21-1469.
On February 26, 2025, the City Council authorized a three-year service price agreement for laboratory instruments preventative maintenance services for the Dallas Water Utilities Department with HACH Company by Resolution No. 25-0382.
FISCAL INFORMATION
|
Fund |
FY 2026 |
FY 2027 |
Future Years |
|
Dallas Water Utilities Fund |
$160,610.90 |
$431,155.35 |
$556,627.78 |
LOCAL PARTICIPATION
|
Prime |
Status |
Workforce % |
|
Agilent Technologies Inc. |
Non-local |
0.00% |
|
Thermo Electron North America LLC |
Non-local |
0.00% |
|
Brinkmann Instruments Inc dba Metrohm USA Inc |
Non-local |
0.00% |
|
Mantech (USA) Inc. |
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 BF25-00028653. We opened them on October 17, 2025. We recommend the City Council award this service price agreement to the lowest responsive and responsible bidders by line. Information related to this solicitation is available upon request.
*Denotes successful bidders
Bidders Address Amount
*Agilent Technologies Inc. 2850 Centerville Rd. Multiple lines
Wilmington, DE 19808
*Thermo Electron North 1400 Northpoint Pkwy. Multiple lines
America LLC Suite 10
West Palm Beach, FL 33407
*Brinkmann Instruments Inc 9250 Camden Field Pkwy. Multiple lines
dba Metrohm USA Inc Riverview, FL 33578
*Mantech (USA) Inc. 22628 Island Pines Way Multiple lines
Unit 1604
Fort Myers Beach, FL 33931
OWNERS/EXECUTIVES
Agilent Technologies Inc.
Padraig McDonnell, President
Thermo Electron North America LLC
Marc Casper, President
Brinkmann Instruments Inc dba Metrohm USA Inc
Ed Colihan, President
Mantech (USA) Inc.
Robert Menegotto, President