PILLAR: Core
AGENDA DATE: January 28, 2026
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
PRIORITY: N/A
______________________________________________________________________
SUBJECT
Title
Authorize (1) the rejection of bids received for Group 7 for solid waste consulting services; and (2) a three-year service price agreement for Groups 1 through 6 and 8 through 10 for solid waste consulting services for the Department of Sanitation Services - Burns & McDonnell Engineering Company, Inc., Raftelis Financial Consultants, Inc. dba Raftelis, MidAtlantic Solid Waste Consultants, LLC dba MSW Consultants, Risa Fisher & Associates, Inc., Parkhill, Smith and Cooper, Inc., and Ensolum, LLC, most advantageous proposers of twelve - Estimated amount of $3,609,828.00 - Financing: Sanitation Operation Fund (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.
The Department of Sanitation Services (SAN) has determined it would be in the best interest of the City to reject all bids received for Group 7. The specifications advertised for this group did not adequately identify the full scope of other solid waste consulting projects. If not covered in one of the other groups, SAN will clearly define the required projects and seek other procurement options at a future date.
This service price agreement will provide for solid waste consulting services for SAN. The consultants will provide:
• Third-party analysis and recommendations
• Ensure regulatory compliance and alignment with sustainability goals
• Improve operational efficiency and cost-effectiveness
• Perform specialized studies such as capital improvement, rate modeling, and waste characterization
• Offer technical guidance for new or modified programs, including residential collection, recycling, and composting initiatives.
The Department will manage the vendor utilization according to specialization, demand and capacity of each vendor for each service required through project specific work orders.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Dallas Water Utilities Department (1)
• Department of Planning and Development (1)
• Department of Sanitation Services (2)
• Office of Procurement Services (2)*
*The Office of Procurement Services evaluated cost, local preference, and the Business Inclusion and Development Plan, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Cost 30 points
• Experience and qualifications 20 points
• Proposed approach 20 points
• Business Inclusion and Development Plan 15 points
• Technical competence 10 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 $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
|
Fund |
FY 2026 |
FY 2027 |
Future Years |
|
Sanitation Operation Fund |
$902,457.00 |
$902,457.00 |
$1,804,914.00 |
LOCAL PARTICIPATION
|
Prime |
Status |
Workforce % |
|
Burns & McDonnell Engineering Company, Inc. |
Local |
38.00% |
|
Raftelis Financial Consultants, Inc. dba Raftelis |
Non-local |
0.00% |
|
MidAtlantic Solid Waste Consultants, LLC dba MSW Consultants |
Non-local |
0.00% |
|
Risa Fisher & Associates, Inc. |
Local |
100.00% |
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 BGZ25-00026992. We opened them on March 28, 2025. We recommend the City Council award this service price agreement to the most advantageous proposers. Information related to this solicitation is available upon request.
*Denotes successful proposers
Proposers Address Score
*Burns & McDonnell 13737 Noel Road Multiple groups
Engineering Company, Inc. Suite 700
Dallas, TX 75210
*Raftelis Financial 227 West Trade Street Multiple groups
Consultants, Inc. dba Suite 1400
Raftelis Charlotte, NC 28202
*MidAtlantic Solid Waste 11875 High Tech Avenue Multiple groups
Consultants, LLC dba Suite 150
MSW Consultants Orlando, FL 32817
*Risa Fisher & Associates, 5501 Bryan Street Multiple groups
Inc. Dallas, TX 75206
*Parkhill, Smith and Cooper, 3000 Internet Boulevard Multiple groups
Inc. Suite 550
Frisco, TX 75034
*Ensolum, LLC 8330 LBJ Freeway Multiple groups
Suite 830
Dallas, TX 75243
SCS Engineers 1901 Central Drive Multiple groups
Suite 550
Bedford, TX 76021
Geo-Logic Associates, Inc. 2777 East Guasti Road Multiple groups
Suite 1
Ontario, CA 91761
Geosyntec Consultants, Inc 2777 East Guasti Road Multiple groups
Suite 1
Ontario, CA 91761
Empowering Business 18910 Armbull Court Multiple groups
Solutions LLC Houston, TX 77346
GE3S Sustainability 7380 West Sand Lake Road Multiple groups
Corporation Suite 500
Orlando, FL 32819
TRC Environmental Griffin Road North Multiple groups
Corporation Windsor, CT 06095
OWNERS/EXECUTIVES
Burns & McDonnell Engineering Company, Inc.
Leslie Duke, Chief Executive Officer
Raftelis Financial Consultants, Inc. dba Raftelis
Peiffer Brandt, President
MidAtlantic Solid Waste Consultants, LLC dba MSW Consultants
John Culbertson, Principal
Risa Fisher & Associates, Inc.
Risa Weinberger, President
Parkhill, Smith and Cooper, Inc.
Frank Pugsley, Partner-in-Charge
Ensolum, LLC
Ashley Ager, Chief Executive Officer