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