Dallas Logo
File #: 22-7    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 10/9/2021 In control: Office of Procurement Services
On agenda: 1/12/2022 Final action:
Title: Authorize a three-year service price agreement, with two one-year renewal options, for wood waste and yard waste grinding services for the Department of Sanitation Services - National Waste Management Louisiana, Inc. dba NWMLA, Inc., most advantageous proposer of three - Estimated amount of $3,064,500 - Financing: Sanitation Operation Fund
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 12, 2022

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement, with two one-year renewal options, for wood waste and yard waste grinding services for the Department of Sanitation Services - National Waste Management Louisiana, Inc. dba NWMLA, Inc., most advantageous proposer of three - Estimated amount of $3,064,500 - Financing:  Sanitation Operation 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 wood waste and yard waste grinding services. This contract is needed for the daily grinding of all yard waste stockpiles located at transfer stations and the landfill. Once the waste is ground it is then used to protect roads against damage from commercial vehicles operating inside the landfill. This service provides grinding services for brush debris, yard and vegetated waste from shrub and tree trimming at McCommas Bluff landfill, Bachman Transfer Station, Southwest Transfer Station, and Fair Oaks Transfer Station.

 

A six-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Department of Equipment and Fleet Management                      (1)

                     Department of Sanitation Services                                                                (2)

                     Office of Environmental Quality & Sustainability                      (1)

                     Water Utilities Department                                                                                                          (1)

                     Office of Procurement Services                                                                                    (1)*

 

*The Office of Procurement Services evaluated cost and local preference, if applicable. 

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Cost                                                                                                                                                                        45 points

                     Experience and client reference                                                                                    30 points

                     Approach to the project                                                                                                         20 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 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)

 

On January 22, 2020, City Council authorized Supplemental Agreement No. 2 to increase the service contract with National Waste Management Louisiana, Inc. dba NWMLA, Inc. for yard waste grinding services for the Department Sanitation; and the ratification to pay outstanding yard waste grinding service invoices associated with the October 20, 2019 tornado with National Waste Management Louisiana, Inc. dba NWMLA, Inc. by Resolution No. 20-0214.

 

FISCAL INFORMATION

 

Fund

FY 2022

FY 2023

Future Years

Sanitation Operation Fund

$1,000,000.00

$1,000,000.00

$1,064,500.00

 

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

M/WBE %

M/WBE $

$3,064,500.00

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

National Waste Management Louisiana, Inc. dba NWMLA, Inc. - Non-local; Workforce - 28.57% 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 BWZ21-00016035.  We opened them on April 16, 2021.  We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                    Score                     

 

*National Waste Management                      13901 Highway 28 East                                           69.00

Louisiana                      Deville, LA  71328

 

Thelin Recycling Company                      5225 Thelin Street                                           44.92

                     Fort Worth, TX  76115

 

The LETCO Group, LLC                      1901 California Crossing Road                     Non-responsive

dba Living Earth                      Dallas, TX  75220                     

 

OWNER

 

National Waste Management Louisiana, Inc. dba NWMLA, Inc.

 

Jennifer Roberts, President