STRATEGIC PRIORITY: Core
AGENDA DATE: April 9, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service price agreement for repairs, maintenance, and support for air blowers, compressors, and dryers used in the water purification and wastewater treatment processes for the Dallas Water Utilities Department - BCV Systems, LLC in the estimated amount of $844,721.90, FCX Performance, Inc. in the estimated amount of $314,689.00, and Anytime Pump Service Company dba CIE in the estimated amount of $35,850.00, most advantageous proposers of three - Total estimated amount of $1,195,260.90 - 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 repairs, maintenance, and support for air blowers, compressors, and dryers used in the water purification and wastewater treatment processes for the Dallas Water Utilities Department. It ensures these critical systems are maintained to manufacturer specifications, including on-site inspections, performance analysis, and testing to ensure optimal operation.
The contract also covers fabrication and alignment services as needed. The equipment covered plays a vital role in both water and wastewater treatment, supporting functions such as filter backwash air scour, chemical offloading, nitrogen boost processes, and driving pneumatic valve actuators for filter operation.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Dallas Fire-Rescue Department (1)
• Dallas Water Utilities Department (2)
• Department of Facilities and Real Estate Management (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 Plan 15 points
• Local Preference Program 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)
On January 23, 2019, the City Council authorized a three-year service price agreement for air blower, compressor, and dryer repair services citywide with Lone Star Blower, Inc., FCX Performance, Inc. dba Pierce Pump Co., and August Industries, Inc. by Resolution No. 19-0190.
FISCAL INFORMATION
Fund |
FY 2024 |
FY 2025 |
Future Years |
Dallas Water Utilities Fund |
$35,850.00 |
$844,721.90 |
$314,689.00 |
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 |
$1,195,260.90 |
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. |
• Anytime Pump Service Company dba CIE - Local; Workforce - 0.00% Local • BCV Systems, LLC - Non-local; Workforce - 0.00% Local • FCX Performance, Inc. - Local; Workforce 15.00% 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 BNZ24-00025503. We opened them on October 4, 2024. We recommend the City Council award this service price agreement to the most advantageous proposers.
*Denotes successful proposers
Proposers Address Score
*BCV Systems, LLC 1815A East Seminole St. 75.25
Springfield, MO 65804
*Anytime Pump Service 1222 South Cedar Ridge Dr. 74.00
Company dba CIE , Duncanville, TX 75137
*FCX Performance, Inc. 9010 John West Carpenter Fwy. 65.00
Dallas, TX 75247
OWNERS/EXECUTIVES
BCV Systems, LLC
Rachid Kaina, President
FCX Performance, Inc.
Bud Hoffner, President
Anytime Pump Service Company dba CIE
Michael Villarreal, Operations Executive