STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: June 22, 2022
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for non-engineering environmental consulting, investigative and remediation services with AECOM Technical Services, Inc., Alan Plummer and Associates Inc. dba. Plummer Associates, Inc., Apex TITAN, Inc., Aptim Environmental & Infrastructure, Inc., Arredondo, Zepeda & Brunz, LLC, W&M Environmental, a Division of Braun Intertec Corporation, Burns & McDonnell Engineering Company, Inc., EA Engineering, Science and Technology, Inc., Enercon Services Inc., EnSafe Inc., Ensolum, LLC, Freese and Nichols, Inc., Gresham Smith and Partners, Groundwater & Environmental Services, Inc., Halff Associates, Inc., Incontrol Technologies, Inc., Lynn Clark Associates, Inc., dba. LCA Environmental, Inc., Modern Geosciences, LLC, Raba Kistner, Inc., Terracon Consultants, Inc., Texas Green Star Environmental, LLC dba. Green Star Environmental, Weston Solutions, Inc., Wood Environment & Infrastructure Solutions, Inc. for citywide use, most advantageous proposers of forty-two - Total estimated amount of $29,417,509.07 - Financing: General Fund ($12,202,518.7411,602,518.74), Park and Recreation Facilities (B) Fund ($4,660,556.25), Aviation General Fund ($3,250,000.00), Sanitation Operation Fund ($1,879,434.08), Facilities (H) Fund ($1,132,500.00), Public Safety (G) Fund ($1,132,500.00), Water Construction Fund ($690,000.00), Sewer Construction Fund ($345,000.00), Storm Water Drainage Construction Fund ($3,625,000.00), Convention Center Fund ($150,000.00500,000.00), Nas Redevelopment Fund ($250,000.00), Lead Hazard Control and Healthy Homes Grant ($250,000.00), and Cultural Facilities (F) Fund ($100,000.00)
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 contract will provide non-engineering environmental consulting, investigative, and remediation services as needed for City projects, including bond construction projects. Services under this agreement include, but are not limited to, evaluating environmental and financial risk associated with property transactions and improvements, and maintaining compliance with state and federal regulations including Texas Risk Reduction Program, Clean Water Act, Clean Air Act, Comprehensive Environmental Response, Compensation and Liability Act, Resource Conservation and Recovery Act, and Solid Waste Disposal Act.
Specific services under this agreement include Phase I and II Environmental Site Assessment to investigate potential or known soil/ground water contamination prior to property transaction. Additional services include remediation of contaminated soil or groundwater, investigation and removal of underground storage tanks on City property, investigation of soil during utility line installation, air quality service, and asbestos consulting. These services assist the City in protecting human health and the environment while ensuring that the City appropriately considers and manages environmental risk.
Awarded firms also provide analytical laboratory testing as needed to support the environmental consulting, investigation, and remediation services. Analytical laboratory testing includes, but is not limited to, analysis of samples for compliance with state and federal regulations.
Departments will manage the vendor utilization according to specialization, demand, and capacity of each vendor for each service required through project specific work orders. The Office of Environmental Quality will provide internal consulting services to assist and support departments in the management of this contract.
A seven-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Aviation (1)
• Department of Public Works (1)
• Department of Sanitation Services (1)
• Office of Environmental Equality (1)
• Park & Recreation Department (1)
• Small Business Center (1)
• Water Utilities Department (1)
The committee selected the successful respondent using a two-step evaluation process. In the first step of selection respondents were evaluated on the basis of demonstrated qualifications under the following criteria:
• Municipal contracting experience 20 points
• Service area specific evaluations criteria 20 points
• Quality of past performance as demonstrated by references 15 points
• Business Inclusion and Development 15 points
• Personnel qualifications 10 points
• Firm qualifications 5 points
• Certifications 5 points
• Current workload 5 points
• Specialized service provider 5 points
In the second step of selection respondents were evaluated on the basis of demonstrated competence and merit of their proposals under the following criteria:
• Expertise by service 40 points
• Capability and capacity 30 points
• Quality of past performance as demonstrated by references 30 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 current 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 September 14, 2016 City Council authorized to execute multiple vendor service contracts for non- engineering environmental consulting, investigative and remediation services for a term of four years by Resolution No. 16-1425.
FISCAL INFORMATION
Fund |
FY 2022 |
FY 2023 |
Future Years |
General Fund |
$3,218,921.062,272.253.74 |
$3,600,585.072,673,917.75 |
$5,633,012.616,656,347.25 |
Aviation General Fund |
$ 650,000.00 |
$ 650,000.00 |
$1,950,000.00 |
Facilities (H) Fund |
$ 226,500.00 |
$ 226,500.00 |
$ 679,500.00 |
Public Safety (G) Fund |
$ 226,500.00 |
$ 226,500.00 |
$ 679,500.00 |
Cultural Facilities (F) Fund |
$ 50,000.00 |
$ 50,000.00 |
|
Convention Center Fund |
$ 256,800.0050,000.00 |
$ 256,800.0050,000.00 |
$ 770,400.00400,000.00 |
Water Construction Fund |
$ 138,000.00 |
$ 138,000.00 |
$ 414,000.00 |
Sewer Construction Fund |
$ 69,000.00 |
$ 69,000.00 |
$ 207,000.00 |
Storm Water Drainage Construction Fund |
$ 60,000.00 |
$ 190,000.00 |
$3,375,000.00 |
Park and Recreations Facilities (B) Fund |
$ 931,361.25 |
$ 901,361.25 |
$2,827,833.75 |
Sanitation Operations Fund |
$ 2500,000.00 |
$250400,000.00 |
$ 250,000.00 1,279,434.08 |
Lead Hazard Control and Healthy Homes Grant |
$50,000.00 |
$50,000.00 |
$150,000.00 |
Nas Redevelopment Fund |
$ 83,334.00 |
$ 83,334.00 |
$ 83,332.00 |
Total |
$3,515,810.415,006,948.99 |
$4,079,927.755,708,613.00 |
$10,731,648.9118,701,947.08 |
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 |
M/WBE % |
M/WBE $ |
$28,177,509.08 29,417,509.07 |
Other Services |
N/A |
TBD |
TBD |
• The Business Inclusion and Development Policy does not apply to Other Service contracts. |
• AECOM Technical Services Inc. - Local; Workforce - 26.00% Local • Apex TITAN, Inc. - Local; Workforce - 0.80% Local • APTIM Environmental & Infrastructure, Inc. - Local; Workforce - 5.30% Local • Arredondo, Zepeda & Bunz, LLC - Local; Workforce - 32.81% Local • W&M Environmental, Division of Braun Intertec Corporation - Non-Local; Workforce - 7.69% Local • Burns and McDonne Engineering Co., Inc. - Non-local; Workforce - 16.52% Local • EA Engineering, Science, and Technology, Inc., PBC - Non-local; Workforce - 2.38% Local • Enercon Services, Inc. - Local; Workforce - 10.52% Local • EnSafe - Non-local; Workforce - 12.00% Local • Ensolum, LLC - Local Workforce - 0.00% Local • Freese and Nichols, Inc. - Non-local; Workforce - 34.74% Local • Texas Green Star Environmental, LLC dba. Green Star Environmental - Non-local; Workforce - 0.00% Loc • Gresham Smith and Partners - Non-local; Workforce - 39.29% Local • Groundwater Environment Services, Inc. - Local; Workforce - 0.00% Local • Halff Associates, Inc. - Non-local; Workforce - 20.94% Local • InControl Technologies LLC - Non-local; Workforce - 43.48% Local • Lynn Clark Associates, Inc. dba LCA Environmental, Inc. - Non-Local; Workforce - 30.77% Local • Modern Geosciences - Non-local; Workforce - 0.00% Local • Alan Plummer and Associates Inc. dba. Plummer Associates, Inc., - Non-local; Workforce - 47.06% Local • Raba Kistner, Inc. -Non-local; Workforce - 51.39% Local • Terracon Consultants, Inc. - Local; Workforce - 7.83%% Local • Westo Solutions, Inc. - Non-local; Workforce 0.00% Local • Wood Environment & Infrastructure Solutions, Inc. - Local; Workforce 1.28% Local |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Request for Qualifications |
• Utilized for procurements involving professional services |
|
• Recommended offeror whose response is most qualified, considering the relative 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 BFZ20-00011241. We opened them on May 29, 2020. We recommend the City Council award these service price agreements to the most advantageous proposers.
*Denotes successful proposers
Proposers Address Initial Score
*AECOM Technical Services, 13355 Noel Rd. 89.83
Inc. Suite 400
Dallas, TX 75240
*Alan Plummer and Associates, 1320 South University Dr. 88.33
Inc dba. Plummer Associates, Suite 300
Inc. Fort Worth, TX 76107
*Apex TITAN, Inc. 12100 Ford Rd. 89.17
Suite 401
Dallas, TX 75234
*APTIM Environmental 12005 Ford Rd. 94.67
& Infrastructure, Inc. Suite 600
Dallas, TX 75234
*Arredondo, Zepeda & Brunz, 11355 McCree Rd. 88.17
LLC Dallas, TX 75238
*W&M Environmental, a 714 Greenville Ave. 90.83
Division of Braun Suite 600
Intertec Corporation Allen, TX 75002
*Burns and McDonnell 100 Energy Way 90.83
Engineering Co., Inc. Suite 1700
Fort Worth, TX 76102
*EA Engineering, Science, 405 State Highway 121 Bypass 90.00
and Technology, Inc., PBC Suite C-100
Lewisville, TX 75067
*Enercon Services, Inc. 15770 North Dallas Pkwy. 93.17
Suite 400
Dallas, TX 75248
*EnSafe 308 North Peters Rd. 85.50**
Suite 200
Knoxville, TN 37922
*Ensolum, LLC 2351 West. Northwest Hwy. 87.17
Suite 1203
Dallas, TX 75165
*Freese and Nichols, Inc. 4055 International Plaza 91.83
Suite 200
Fort Worth, TX 76109
*Gresham Smith 222 Second Ave. South 89.67
and Partners Suite 1400
Nashville, TN 37201
*Groundwater & Environmental 101 East Southwest Pkwy. 91.67
Services, Inc. Suite 114
Lewisville, TX 75067
*Halff Associates, Inc. 1201 North Bowser Rd. 92.17
Richardson, TX 75081
*InControl Technologies LLC 14731 Pebble Bend Dr. 83.17
Houston, TX 77068
*Lynn Clark Associates, Inc. 13221 Bee St. 87.83
LCA Environmental, Inc Farmers Branch, TX 75234
*Modern Geosciences 5100 Thompson Terrace 95.67
Colleyville, TX 76034
Professional Service Industries, 310 Regal Row 84.50
Inc. (PSI) Suite 500
Dallas, TX 75247
*Raba Kistner, Inc. 12821 West Golden Ln. 80.17
San Antonio, TX 78249
*Terracon Consultants, Inc. 8901 Carpenter 95.50
Suite 100
Dallas, TX 75247
*Texas Green Star Environmental, 1325 West Randol Mills Rd. 88.17
LLC dba. Green Star Arlington, TX 76012
Environmental
VRX, Inc 2500 North Dallas Pkwy. 83.67
Suite 450
Plano, TX 75093
*Weston Solutions, Inc. 2600 Dallas Parkway 91.83
Suite 280
Frisco TX 75034
*Wood Environment & 4801 Spring Valley Rd. 92.83
Infrastructure Solutions, Inc. Dallas, TX 75244
The following vendors were not considered for further evaluation:
1 Priority Environmental 4028 Daley Ave. 50.5
Services, LLC Fort Worth, TX 76180
AEI Consultants 2500 Camino Diablo 77.67
Walnut Creek, CA 94596
Allen & Company 1600 California Pkwy. N. 69.00
Environmental Fort Worth, TX 76115
Alpha Testing, Inc 2209 Wisconsin St. 79.83
Dallas, TX 72559
ATC Group Services 500 West Cummings Park 69.17
Suite 3750
Woburn, MA 01801-6350
BENAS Environmental 324 Crooked Tree Ct. 73.33
Services, Inc. East Highway 121
Coppell, TX 75019
EnviroQuest, Inc. 645 Pinnacle Cr. 3.33
Lewisville, TX 75077
Giles Engineering Associates, 2626 Lombardy Ln. 65.33
Inc. Suite 105
Dallas, TX 75220
Kleinfelder, Inc. 7805 Mesquite Bend Dr. 79.00
Suite 100
Irving, TX 75063
Liaise Environmental, Inc. 9112 West Lake Highlands Dr. 62.00
Dallas, TX 75218
Pacific Environmental Group, 1001 West Euless Blvd.
LLC Suite 206
Euless, TX 76040
Reliance Engineering and 10455 North Central Expwy. 65.67
Environmental Services, LLC Suite 109-441
Dallas, TX 75231
The VERTEX Companies, Inc. 1600 Corporate Ct. 71.67
Suite 100
Irving, TX 75038
TRC Companies 700 Highlander Blvd. 73.83
Arlington, TX 76015
HP EnviroVision 310 East Trinity Blvd. Non-responsive
Suite 800
Grand Prairie, TX 75050
Jones & Carter, Inc. 6509 Windcrest Dr. Non-responsive
Suite 600
Plano, TX 75024
Pacific Environmental Group, 1001 West Euless Blvd. Non-responsive
LLC Suite 206
Euless, TX 76040
RNDI Companies, Inc 519 East Interstate 30 Non-responsive
Suite 157
Rockwall, TX 75087
**The City has received a protest regarding this procurement which has been addressed. Please find attached the vendor protest letter and the City's response.
OWNERS
AECOM Technical Service, Inc.
Roger Wiederkehr, President
Keenan E. Driscoll, Chief Financial Officer
Reggie Herman, Vice President
Charles F. Szurgot, Secretary
Apex TITAN, Inc.
David Fabianski, President
Darwin Nelson, Sr. Vice President
Diane Anderson, Vice President
APTIM Environmental & Infrastructure, Inc.
Rick Faircloth, Vice President
Wade Bass, Secretary
Amandeep Kang, Director
Arredondo, Zepeda & Brunz, LLC
Alfonso Garza, President
Roy Brunz, Vice President
W&M Environmental, a Division of Braun Intertec Corporation
Jon Carlson, Chief Executive Officer
Austin Heider, Director
Burns and McDonnell Engineering Co., Inc.
Ray Kowalik, Chief Executive Officer
Paul Fischer, President
Scott Clark, Vice President
EA Engineering, Science, and Technology, Inc., PBC
Ian D. MacFarlane, President
Michael Battle, Executive Vice President
Roger Place, Sr. Vice President
Enercon Services, Inc.
Robert Bryan, Chief Executive Officer
Greg Rudell, Chief Financial Officer
EnSafe
Donald Bradford, President
Paul Stoddard, Vice President, Geological Services
Ensolum, LLC
Darren Bowden, Principal
Freese and Nichols, Inc.
Brian Coltharp, President
David Bennet, Vice President
Green Star Environmental
Leonard Albright, Principal
Gresham Smith and Partners
Alan Pramuk, Chairman
Chris Kaakaty, Sr. Vice President
Groundwater & Environmental Services, Inc.
Edward Van Woudenberg, Chief Executive Officer
Ann Downey, Chief Operating Officer
C. Keith Bradley, Director of Water and Natural Resources
Halff Associates, Inc.
Mark Edwards, President
Todd, Jackson, Chief Operations Officer
InControl Technologies LLC
Angela Marcon, President
Michael Marcon, Vice President
Lynn Clark Associates, Inc. dba LCA Environmental, Inc.
Mary Ann Clark, President
Yale Lynn Clark, Principal Geoscientist
Modern Geosciences
Kenneth Tramm, Principal
PLUMMER
Chris Young, President
Steve Coonan, Chief Financial Officer
Professional Service Industries, Inc.
Christopher Carsten, Chief Operating Officer
Todd Andrews, Secretary
Raba Kistner, Inc.
Gary Raba, President
Thomas Burr, Sr. Vice President
Terracon Consultants, Inc.
M. Gayle Packer, President
Donald Vrana, Vice President
Weston Solutions, Inc.
Alan Solow, Chief Executive Officer
Vincent Laino, Sr. Vice President
Wood Environment & Infrastructure Solutions, Inc.
Lytle Troutt, President