Dallas Logo
File #: 22-1161    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 5/8/2022 In control: Office of Procurement Services
On agenda: 6/22/2022 Final action:
Title: Authorize a three-year service price agreement for equipment fluid sampling test analysis services for the Water Utilities Department - Tribologik in the estimated amount of $506,285 and SGS North America in the estimated amount of $133,500, lowest responsible bidders of two - Total estimated amount of $639,785 - Financing: Dallas Water Utilities Fund ($618,035) and Stormwater Drainage Management Fund ($21,750)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     June 22, 2022

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for equipment fluid sampling test analysis services for the Water Utilities Department - Tribologik in the estimated amount of $506,285 and SGS North America in the estimated amount of $133,500, lowest responsible bidders of two - Total estimated amount of $639,785 - Financing:  Dallas Water Utilities Fund ($618,035) and Stormwater Drainage Management Fund ($21,750)

 

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 equipment fluid sampling test analysis services for the Water Utilities Department (DWU) to test and analyze oil used in its motors, pumps, gearboxes, and transformers.  DWU operates and maintains over 1,300 pumps, 500 gear boxes, 1,100 motors, and 100 transformers located at 35 pump stations and 5 treatment plants in Dallas, Carrolton, Sunnyvale, and surrounding counties. Oil condition serves as an indicator of unexpected equipment wear, potential issues in equipment functionality, and oil replacement needs. 

 

DWU uses oil analysis data for improved equipment efficiency monitoring and to develop a more thorough predictive maintenance program including more timely oil changes to reduce cost and improve equipment reliability.  

 

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 $15.21; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2022

FY 2023

Future Years

Dallas Water Utilities Fund

$138,035.00

$240,000.00

$240,000.00

Stormwater Drainage Management Fund

$6,750.00

$7,500.00

$7,500.00

Total

$144,785.00

$247,500.00

$247,500.00

 

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 $

$639,785.00

Other Services

N/A

N/A

NA

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

Tribologik - Non-local; Workforce - 0.00% Local SGS North America - 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 BV22-00011763.  We opened them on January 22, 2022.  We recommend the City Council award this service price agreement to the lowest responsive and responsible bidders by group.

 

*Denotes successful bidders

 

Bidders                                                               Address                                                                                    Amount

 

*Tribologik                     8330 Decarie                     Group 1 - $506,285.00

                     Montreal, QC Canada, H4P2P5                     Group 2 - No Bid

                     

*SGS North America                     7302 Harbourmaster Court                     Group 1 - No Bid

                     Tampa, FL  33607                     Group 2 - $133,500.00

 

OWNERS

 

Tribologik

 

Marvin Ostin, Chief Executive Officer

 

SGS North America

 

Stephen Nolan, Chief Executive Officer