Dallas Logo
File #: 23-1457    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 5/17/2023 In control: Office of Procurement Services
On agenda: 6/14/2023 Final action:
Title: Authorize a three-year service price agreement for sewer and storm drain camera repair services, parts, and accessories for the Water Utilities Department - Green Equipment Company in an estimated amount of $677,500, CLS Sewer Equipment Co., Inc. in an estimated amount of $392,500, and Reliability Point LLC in an estimated amount of $359,300, most advantageous proposers of three - Total estimated amount of $1,429,300 - Financing: Dallas Water Utilities Fund ($1,141,600) and Stormwater Drainage Management Fund ($287,700) (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:                     June 14, 2023

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for sewer and storm drain camera repair services, parts, and accessories for the Water Utilities Department - Green Equipment Company in an estimated amount of $677,500, CLS Sewer Equipment Co., Inc. in an estimated amount of $392,500, and Reliability Point LLC in an estimated amount of $359,300, most advantageous proposers of three - Total estimated amount of $1,429,300 - Financing:  Dallas Water Utilities Fund ($1,141,600) and Stormwater Drainage Management Fund ($287,700) (subject to annual appropriations)

 

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 sewer and storm drain camera repair services, parts, and accessories for the Water Utilities Department. The service providers inspect sewer and storm drain cameras for structural integrity and/or failures. Additionally, as part of the structural integrity inspection process, the Water Utilities Department use the cameras as a proactive measure to aid in preventative maintenance against build-up of debris in sewer and storm drains which can cause overflows.

 

These cameras aid in identifying potential drainpipe backups before they can occur which prioritizes maintenance. They also aid in cleaning and repairs ensuring drains operate at full capacity thus aiding in odor control and reduce the potential for localized flooding.

 

The City utilizes various types of cameras, some containing crawlers, cables, and winches in addition to 14 carriage/camera transporters, and 12 cable reel systems. Cameras and related equipment are serviced monthly due to the caustic environment in which the equipment is used. Normal damage is caused by caved in pipe, protruding lateral pipe cables, and frequent utilization.

 

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

 

                     Building Services Department                                                                                    (1)

                     Department of Public Works                                                                                    (1)

                     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 respondents 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 August 8, 2018, the City Council authorized a three-year service price agreement for sewer and storm drain camera repair services, parts, and accessories with CLS Sewer Equipment Co., Inc., Green Equipment Company, and Reliability Point, LLC by Resolution No. 18-1049.

 

On March 9, 2022, the City Council authorized Supplemental Agreement No. 1 to increase the service contract with CLS Sewer Equipment Co., Inc., Green Equipment Company, and Reliability Point LLC for sewer and storm drain camera repair services, parts, and accessories for the Water Utilities Department by Resolution No. 22-0471.

 

 

 

 

 

 

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

Dallas Water Utilities Fund

$301,600.00

$420,000.00

$420,000.00

Stormwater Drainage Management Fund

$           0.00

$143,850.00

$143,850.00

Total

$301,600.00

$563,850.00

$563,850.00

 

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

$1,429,300.00

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.

Green Equipment Company - Non-local; 0.00% Local CLS Sewer Equipment Company - Non-local; 0.00% Local Reliability Point LLC - Non-local; 0.00% 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 BVZ22-00019786.  We opened them on July 29, 2022.  We recommend the City Council award this service price agreement to the most advantageous proposers by lines.  Information related to this solicitation is available upon request.

 

*Denotes successful proposers

 

Proposers                                          Address                                                                                    Amount                                          

 

*Green Equipment                                          2563 Gravel Drive                                          Multiple Lines

Company                                          Fort Worth, TX  76118

 

*CLS Sewer Equipment                                          726 South Sherman Street                                          Multiple Lines

Co., Inc.                                          Richardson, TX  75081

 

*Reliability Point LLC                                          12309 St. Helena Street                                          Multiple Lines

                                          Clinton, LA  77022

 

OWNERS

 

Green Equipment Company     

 

Edgar L. Green, President

Zane S. Smith, Vice President

Carol Morris, Treasurer

 

CLS Sewer Equipment Co., Inc.

 

Jerry Sonnier, President

Jennifer Sonnier, Treasurer

 

Reliability Point LLC

 

Robert L Arnold Jr., President

Carl E. Eyman III, Vice-President