STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: May 24, 2023
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Jack Ireland
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service contract, with two one-year renewal options, for wastewater flowmeter monitoring services for the Water Utilities Department - Hach Company, most advantageous proposer of four - Not to exceed $1,898,075.00 - Financing: Wastewater Construction 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 wastewater flowmeter monitoring services for the Water Utilities Department. This will include the installation, monitoring, maintenance, data collection, and the analysis of the collected data. The contractor shall furnish all materials, labor, equipment, tools, and required incidentals as necessary to continue monitoring and maintaining 80 flowmeters, 5 level-only sensors, and rain gauges as needed. They shall also maintain all installed flowmeters/sensors/rain gauges, removing any installed flowmeters/sensors/rain gauges, and providing a web-based sewer profile analysis tool. The flowmeters measure flow conditions within the pipes and provides a warning for the investigation of inflow or rainwater infiltrations, main surcharging, and sanitary sewer overflows. The metering devices have been installed at various sites throughout the wastewater collection system.
The data collected from the rain gauges in conjunction with flow meter information will be used to determine the overall effects on the wastewater collection systems. Also, the collected information is instrumental in the implementation and direction of sewer system repairs and maintenance.
The Water Utilities Department provides wastewater services to approximately 1.3 million customers in Dallas.
A four-member committee from the following departments reviewed and evaluated the qualifications:
• Development Services 1
• 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:
• Experience 35 points
• Approach 30 points
• Cost 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 $17.82; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On April 12, 2017, the City Council authorized a service contract for a term of three years, with two one-year renewal options, for wastewater flowmeter monitoring services with Hach Company by Resolution No. 17-0570.
On March 24, 2021, the City Council authorized Supplemental Agreement No. 1 to exercise the first of two one-year renewal options to the service contract with Hach Company, by Resolution No. 21-0515.
On March 29, 2022, the City Council authorized Supplemental Agreement No. 2 to exercise the second of two one-year renewal options to the service contract with Hach Company, by Resolution No. 22-0515.
FISCAL INFORMATION
Fund |
FY 2023 |
FY 2024 |
Future Years |
Wastewater Construction Fund |
$500,000.00 |
$500,000.00 |
$898,075.00 |
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 |
$1,898,075.00 |
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. |
• Hach Company - Non-local; Workforce - 0.5% 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 BVZ22-00019964. We opened them on November 18, 2022. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Bidders Address Score
*Hach Company 5600 Lindbergh 86.21
Loveland, CO 80538
ADS Environmental 340 Bridge Street 76.49
Services Suite 204
Huntsville, AL 35806
RJN Group 14755 Preston Road 67.13
Dallas, TX 75243
StormSensor, Inc. 13131 Mukilteo Speedway 66.67
Suite 103
Lynnwood, WA 98087
OWNER
Hach Company
Hermes Gonzalez, President
Divya Mattal, Vice President