Dallas Logo
File #: 23-24    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 12/8/2022 In control: Office of Procurement Services
On agenda: 1/11/2023 Final action:
Title: Authorize a three-year master agreement for the purchase of fire hydrant backflow preventers and parts for the Water Utilities Department - Test Gauge & Backflow Supply, Inc. in the estimated amount of $212,000 and Fortiline, Inc. dba Fortiline Waterworks in the estimated amount of $57,000, lowest responsible bidders of three - Total estimated amount of $269,000 - Financing: Dallas Water Utilities Fund
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     January 11, 2023

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year master agreement for the purchase of fire hydrant backflow preventers and parts for the Water Utilities Department - Test Gauge & Backflow Supply, Inc. in the estimated amount of $212,000 and Fortiline, Inc. dba Fortiline Waterworks in the estimated amount of $57,000, lowest responsible bidders of three - Total estimated amount of $269,000 - Financing:  Dallas Water Utilities Fund

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a master agreement is to establish firm pricing for goods, 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 master agreement will provide for the purchase of fire hydrant backflow preventers and parts for the Water Utilities Department. The backflow preventers restrict the reverse flow of non-potable water into the water supply through the fire hydrants. Backflow preventers provided under this agreement will be used to replace old and worn-out models and any preventers damaged beyond repair. This agreement will also provide replacement parts for general maintenance of backflow preventers. The average life expectancy of the backflow preventer is approximately three years.

 

Additionally, under a licensing/leasing program the City supplies backflow preventers to the commercial customer for construction projects, demolition, and special events. Currently the City manages approximately 800 accounts which require this equipment.  A customer applies for a permit and is required to place a deposit for use of the backflow preventer.  The customer is charged a monthly service fee for the use of the equipment.

 

 

 

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. 

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On January 24, 2018, City Council authorized a three-year master agreement for fire hydrant backflow preventers and parts with Ferguson Enterprises, Inc., Fortiline, Inc., and Core & Main, LP by Resolution No. 18-0207.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

Dallas Water Utilities Fund

$68,200.00

$100,400.00

$100,400.00

 

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

$269,000.00

Goods

32.00%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

0.00%

0.00%

$0.00

The Request for Bid method of procurement resulted in the lowest responsive bidders being selected, which resulted in no M/WBE participation.

Test Gauge & Backflow Supply, Inc. - Non-local; Workforce - 25.00% Local Fortiline, Inc. dba Fortiline Waterworks - 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 BV22-00019965.  We opened them on August 26, 2022.  We recommend the City Council award this master agreement to the lowest responsive and responsible bidders by line.  Information related to this solicitation is available upon request.

 

*Denotes successful bidders

 

Bidders                     Address                     Amount

 

*Test Gauge                     2587 Millennium Dr.                     Multiple Lines

& Backflow Supply, Inc.                     Elgin, IL  60124

 

*Fortiline, Inc. dba                     11200 Seagoville Rd.                     Multiple Lines

Fortiline Waterworks                     Balch Springs, TX  75180

 

Core & Main, LP                     4333 Irving Blvd.                     Multiple Lines

                     Dallas, TX  75247

 

OWNERS

 

Test Gauge & Backflow Supply, Inc.

 

Brian Fiorisi, President

Nick Shelley, Vice President

 

Fortiline, Inc. dba Fortiline Waterworks

 

Sasha Nikolic, Chief Executive Officer

Sherry Becken, Chief Financial Officer