STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: September 9, 2020
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a three-year service contract, with two one-year renewal options, for environmental monitoring and consultant services for the Department of Sanitation Services - Stearns, Conrad and Schmidt, Consulting Engineers, Inc. dba SCS Engineers, SCS Field Services, most advantageous proposer of four - Not to exceed $3,410,000 - Financing: Sanitation Operation 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 environmental monitoring and consultant services which will facilitate the management and performance necessary for the City to adhere to environmental compliance programs related to the McCommas Bluff Sanitary Landfill and three transfer stations. These services will assure that the City will meet its responsibility to run and manage an environmentally compliant landfill and transfer stations. The result of being out of compliance may result in violations with monetary penalties and can elevate to closure of the landfill by the Texas Commission on Environmental Quality.
A seven-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Sanitation Services 4
• Office of Environmental Quality & Sustainability 1
• Office of Business Diversity (1)*
• Office of Procurement Services (1)*
*The Office of Procurement Services only evaluated cost and the Office of Business Diversity only evaluated the Business Inclusion and Development Plan.
The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:
• Waste Cell Design Experience 10 points
• Construction/Quality Assurance Experience 15 points
• Enhanced Leachate Recirculation Experience 10 points
• Staff Experience 20 points
• Landfill Environmental Compliance Monitoring 30 points
Landfill Gas/Water/Air
• Business Inclusion and Development Plan 15 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. Additionally, in an effort to secure more competition, the Office of Business Diversity sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
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 current calculated living wage during the solicitation process of this contract is $11.71; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On June 26, 2013, City Council authorized a twenty-four-month professional engineering contract, with three twelve-month renewal options, for hydrogeology and groundwater monitoring at McCommas Bluff Landfill, Northeast Transfer Station, Northwest Transfer Station, and Southwest Transfer Station and waste cell design and construction oversight at McCommas Bluff Landfill with Biggs & Mathews Environmental, Inc. by Resolution No. 13-1082.
On June 10, 2015, City Council authorized Supplemental Agreement No. 2 to the professional engineering contract with Biggs & Mathews Environmental, Inc. to exercise the first of three, twelve-month renewal options for hydrogeology and groundwater monitoring at McCommas Bluff Landfill, Northeast Transfer Station, Northwest Transfer Station, and Southwest Transfer Station and waste cell design and construction oversight at McCommas Bluff Landfill by Resolution No. 15-1059.
On May 25, 2016, City Council authorized Supplemental Agreement No. 3 to the professional engineering contract with Biggs & Mathews Environmental, Inc. to exercise the second of three, twelve-month renewal options for hydrogeology and groundwater monitoring at McCommas Bluff Landfill, Northeast Transfer Station, Northwest Transfer Station, and Southwest Transfer Station by Resolution No. 16-0814.
On August 9, 2017, City Council authorized Supplemental Agreement No. 5 to the professional engineering contract with Biggs & Mathews Environmental, Inc. to exercise the third of three, twelve-month renewal options for environmental, hydrogeology and groundwater monitoring services and additional landfill engineering tasks for engineering, design, procurement consulting services, and construction management for landfill infrastructure improvements, including construction of waste cells 6B2 & Area 2; and to extend the third optional year contract term by an additional twelve months, from June 30, 2018 to June 30, 2019 to complete additional engineering and construction tasks by Resolution No. 17-1178.
On November 28, 2018, City Council authorized Supplemental Agreement No. 6 to the professional engineering contract with Biggs & Mathews Environmental, Inc. for engineering and construction management services related to landfill infrastructure improvements, including construction of waste cells 6B.2 and 7; and to extend the third optional year contract term by an additional six months, from July 1, 2019 to December 31, 2019 to complete additional engineering and construction management tasks by Resolution No. 18-1671.
FISCAL INFORMATION
Fund |
FY 2020 |
FY 2021 |
Future Years |
Sanitation Operation Fund |
$706,400.00 |
$706,400.00 |
$1,997,200.00 |
M/WBE INFORMATION
In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:
Contract Amount |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$3,410,000.00 |
Other Services |
23.80% |
15.32% |
$522,530.00 |
• This contract does not meet the M/WBE goal, but complies with good faith efforts. |
• Stearns, Conrad and Schmidt, Consulting Engineers, Inc. dba SCS Engineers, SCS Field Services - Non-Local; Workforce - 0.21% 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 BLZ20-00011853. We opened them on December 3, 2019. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Stearns, Conrad and Schmidt, 3900 Kilroy Airport Way 92.0
Consulting Engineers, Inc. dba Suite 100
SCS Engineers, SCS Field Services Long Beach, CA 90806
Parkhill, Smith & Cooper, Inc. 3000 Internet Blvd. 84.8
Suite 550
Frisco, TX 75034
Biggs & Mathews 1700 Robert Rd. 78.6
Environmental, Inc. Suite 100
Mansfield, TX 76063
TRC Environmental Corporation 700 Highlander Blvd. 61.0
Suite 210
Arlington, TX 76015
OWNER
Stearns, Conrad and Schmidt, Consulting Engineers, Inc. dba SCS Engineers, SCS Field Services
James Walsh, President