STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: September 9, 2021
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service price agreement for laboratory instruments preventive maintenance services for the Water Utilities Department - Brinkmann Instruments, Inc. dba Metrohm USA, Inc. in the estimated amount of $191,227.65, Thermo Electron North America LLC in the estimated amount of $136,520.15, Agilent Technologies, Inc. in the estimated amount of $53,908.48, and Biotage LLC in the estimated amount of $43,100.00, lowest responsible bidders of four - Total estimated amount of $424,756.28 - Financing: Dallas Water Utilities Fund
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 preventive maintenance services for the 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 current calculated living wage during the solicitation process of this contract is $12.38; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2021 |
FY 2022 |
Future Years |
Dallas Water Utilities Fund |
$11,796.00 |
$141,552.00 |
$271,408.28 |
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 |
M/WBE % |
M/WBE $ |
$424,756.28 |
Other Services |
N/A |
6.97% |
$31,816.78 |
• The Business inclusion and Development Policy does not apply to Other Service contracts, however the prime contractor is subcontracting with certified M/WBEs. |
• Brinkmann Instruments, Inc. dba Metrohm USA, Inc. - Non-Local; Workforce - 0.00% Local • Thermo Electron North America LLC - Non-Local; Workforce - 0.00% Local • Agilent Technologies, Inc. - Non-Local; Workforce - 0.14% Local • Biotage LLC - Non-Local; Workforce - 0.00% Local |
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 BV21-00014405. We opened them on March 11, 2021. We recommend the City Council award this service price agreement to the lowest responsive and responsible bidders by group. Information related to this solicitation is available upon request.
*Denotes successful bidders
Bidders Address Amount
*Brinkmann Instruments, Inc. 6555 Pelican Creek Cr. Multiple Groups
dba Metrohm USA, Inc. River View, FL 33578
*Thermo Electron 355 River Oaks Multiple Groups
North America LLC San Jose, CA 95134
*Agilent Technologies, Inc. 2850 Centerville Rd. Multiple Groups
Wilmington, DE 19808
*Biotage LLC 10430 Harris Oaks Blvd. Multiple Groups
Suite C
Charlotte, NC 28269
OWNERS
Brinkmann Instruments, Inc. dba Metrohm USA, Inc.
Ed Colihan, Chief Executive Officer
Rob Harshberger, Vice President
Thermo Electron North America LLC
Mark N. Casper, President
Konrad Bauer, Vice President
Agilent Technologies, Inc.
Mike McMullen, President
Henrik Ancher-Jensen, Vice President
Biotage LLC
Scott Carr, President
Eberhard Rau, Vice President