Dallas Logo
File #: 23-801    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 3/13/2023 In control: Office of Procurement Services
On agenda: 4/12/2023 Final action:
Title: Authorize a three-year service contract for cathodic protection system surveys and inspections for the Water Utilities Department - Lockwood, Andrews & Newman, Inc., most advantageous proposer of five - Not to exceed $214,950 - Financing: Dallas Water Utilities Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     April 12, 2023

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service contract for cathodic protection system surveys and inspections for the Water Utilities Department - Lockwood, Andrews & Newman, Inc., most advantageous proposer of five - Not to exceed $214,950 - Financing:  Dallas Water Utilities Fund (subject to annual appropriations)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a service contract is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis.  

 

This service contract will provide for cathodic protection system surveys and inspections for the Water Utilities Department.  Cathodic protection systems protect a wide range of metallic pipelines in various environments. The corrosion protection system works to extend the life of the existing infrastructure by protecting the internal and external steel components of water mains from corrosion.

 

Currently the Water Utilities Department has approximately 29 miles of large diameter water mains protected by cathodic protection systems.  This contract will provide National Association of Corrosion Engineers certified inspections and testing of corrosion protection systems currently operating within the City’s potable pipeline system.

 

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

 

                     Department of Information and Technology Services                                                               (2)

                     Water Utilities Department                                                                                                                                                   (2)

                     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:

 

                     Experience                                                                                                         35 points

                     Approach                                                                                                         30 points

                     Cost/value to the City                                                               30 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 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)

 

On February 8, 2017, the City Council authorized a three-year service contract for cathodic protection system surveys and inspections for Water Utilities with Russell Corrosion Consultants, LLC by Resolution No. 17-0261.

 

FISCAL INFORMATION

 

Fund

FY 2022

FY 2023

Future Years

Dallas Water Utilities Fund

$71,650.00

$71,650.00

$71,650.00

 

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

$214,950.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

This item is Other Services which does not have an availability and disparity participation goal.

Lockwood Andrews & Newman, Inc. - Local; Workforce - 100.00% Local

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for

Utilized for professional, personal, revenue, and planning services

Proposal

Recommended offeror is the responsible offeror whose proposal most closely meets established criteria for the services advertised, based on demonstrated competence and qualifications at a fair and reasonable price

 

Always involves the evaluation by committee

 

Allows for negotiation on contract terms, including price

 

The Office of Procurement Services received the following proposals from solicitation number BVZ21-00014791.  We opened them on June 17, 2021.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                                                                                    Address                                                                                                         Score                     

 

*Lockwood, Andrews &                      8350 North Central Expressway                                          97.57                     

Newman, Inc.                     Suite 1400

                     Dallas, TX  75206

 

V&A Consulting                      4101 McEwen Road                                                               95.69

Engineers, Inc.                     Suite 528

                     Dallas, TX  75244

 

Freese and Nichols, Inc.                       2711 North Haskell Avenue                                          90.77

                     Suite 3300

                     Dallas, TX  75204

 

Corrpro Companies, Inc.                       7000 Hollister Street                                                               88.97

                     Houston, TX  77040

 

EN Engineering LLC                     9801 Westheimer Road                                                               88.86

                      Suite 600

                     Houston, TX  77042

 

OWNER

 

Lockwood, Andrews & Newman, Inc.

 

C. Wayne Swafford, President

Justin Reeves, Vice President