Dallas Logo
File #: 19-1946    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 11/26/2019 In control: Office of Procurement Services
On agenda: 1/8/2020 Final action: 1/8/2020
Title: Authorize a three-year service price agreement for overhead and gantry crane periodic inspections, maintenance, repairs, and parts - Royal Arc Welding Co., lowest responsible bidder of two - Estimated amount of $356,880 - Financing: General Fund ($20,200), Equipment and Fleet Management Fund ($12,890), Dallas Water Utilities Fund ($268,775), Storm Drainage Management Operations Fund ($15,915), Sanitation Operation Fund ($35,200), and Aviation Fund ($3,900)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     January 8, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for overhead and gantry crane periodic inspections, maintenance, repairs, and parts - Royal Arc Welding Co., lowest responsible bidder of two - Estimated amount of $356,880 - Financing: General Fund ($20,200), Equipment and Fleet Management Fund ($12,890), Dallas Water Utilities Fund ($268,775), Storm Drainage Management Operations Fund ($15,915), Sanitation Operation Fund ($35,200), and Aviation Fund ($3,900)

 

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.  We anticipate the following City departments will use this agreement:

 

                     Department of Aviation

                     Department of Equipment and Fleet Management

                     Department of Sanitation Services

                     Fire-Rescue Department

                     Park & Recreation Department

                     Water Utilities Department

 

This service price agreement will provide periodic inspections, maintenance, repairs, and parts for overhead and gantry cranes.  These cranes are installed at various locations throughout the City.

 

Periodic inspections and maintenance services are required for these cranes in order to remain in full compliance with all applicable American National Standards Institute and Occupational Safety and Health Administration standards, rules, and regulations.  The frequency of service required on each crane varies due to the age, usage, and working conditions at the specific location.

 

These services will also help City staff to identify potential safety hazards in operation and placement of cranes.  Work service log books and written reports are maintained by City staff for each inspection and repair as proof of compliance and protects City property from future liability.

 

Crane inspection requires specialized equipment designed for the inspection and testing of overhead and gantry cranes which will be provided on site by the vendor.  Equipment will be verified by City staff in compliance with bid specifications.

 

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.  Additionally, in an effort to secure more competition, the Office of Business Diversity sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.

 

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 current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On January 13, 2016, City Council authorized a three-year service contract for periodic inspections, repairs, parts and preventive maintenance for overhead and gantry cranes with Royal Arc Welding Company by Resolution No. 16-0069.

 

FISCAL INFORMATION

 

General Fund - $20,200.00

Equipment and Fleet Management Fund - $12,890.00

Dallas Water Utilities Fund - $268,775.00

Storm Drainage Management Operations Fund - $15,915.00

Sanitation Operation Fund - $35,200.00

Aviation Fund - $3,900.00

 

Fund

FY 2020

FY 2021

Future Years

General Fund

$    6,733.33

$    6,733.33

$    6,733.34

Equipment and Fleet Management Fund

$    4,297.00

$    4,297.00

$    4,296.00

Dallas Water Utilities Fund

$  89,591.63

$  89,591.67

$  89,591.70

Storm Drainage Management Operations Fund

$    5,305.00

$    5,305.00

$    5,305.00

Sanitation Operation Fund

$  12,000.00

$  12,000.00

$  11,200.00

Aviation Fund

$    1,000.00

$    1,500.00

$    1,400.00

Total

$118,926.96

$119,427.00

$118,526.04

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Category

M/WBE Goal

M/WBE %

M/WBE $

$356,880.00

Other Services

N/A

N/A

N/A

M/WBE goal waived due to no M/WBE availability

 

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 BF19-00011021. We opened them on October 3, 2019.  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

 

*Royal Arc Welding Co.                     23851 Vreeland Road                     $356,880.00

                     Flat Rock, MI  48134

 

C & C Professional                     918 Stanley Drive                     $357,820.00

Services, Inc. dba                     Suite A

Sherwood Lifting                     Euless, TX  76040

 

OWNER

 

Royal Arc Welding Co.

Rob Siemens, President

Joe Rosen, Vice President

Kristy Stapula, Secretary