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 one-year consultant contract for a solar siting study for the Office of Environmental Quality & Sustainability - Ameresco, Inc., most advantageous proposer of two - Not to exceed $249,652 - Financing: General Fund (subject to annual appropriations)
Body
BACKGROUND
This consultant contract will provide for a solar siting study for the Office of Environmental Quality & Sustainability (OEQS). The contract will engage the services of a firm to provide short-term and longer-term planning and cost analyses of economically feasible, potential City-owned or privately owned (under lease agreement) solar photovoltaic (PV) assets. Efforts also include estimating emission reductions from those assets, identifying optimal locations for PV installations, project priorities, and funding options for the City to consider during project planning and related budget processes.
This contract is necessary for OEQS to meet related performance measures in both the Comprehensive Environmental and Climate Action Plan (CECAP) to address planned actions in the Energy Sector, (CECAP Action Number E7: “to develop more renewable energy projects, and to complete a solar siting study”). The project also addresses measures in the Racial Equity Plan (REP), (REP Action Number Ei.30, to “provide access to community solar opportunities for qualified households with the greatest need by 2025”).
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Building Services Department (1)
• Office of Data Analytics & Business Intelligence (1)
• Office of Environmental Quality & Sustainability (2)
• Small Business Center Department (1)
• Office of Procurement Services (1)*
*The Office of Procurement Services only evaluated the cost and local preference
The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:
• Pricing 30 points
• Technical proposal 20 points
• Experience and capabilities 15 points
• Approach, staffing plan and community considerations 15 points
• Business inclusion and development plan 15 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 current 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)
The Environmental and Sustainability Committee was briefed on Community Solar Update on June 7, 2021.
The City Council was briefed about this item as part of The Racial Equity Plan on August 3, 2022.
The Environmental and Sustainability Committee was briefed about this item as part of the FY 2022-2023 Comprehensive Environmental and Climate Action Plan Work Plan on September 6, 2022.
FISCAL INFORMATION
Fund |
FY 2023 |
FY 2024 |
Future Years |
General Fund |
$249,652 |
$0.00 |
$0.00 |
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 |
$249,652.00 |
Professional Services |
38.00% |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
38.07%0.00% |
38.07%0.00% |
$95,037.00$0.00 |
• This contract exceeds does not meet the M/WBE goal. |
• Ameresco, Inc. - Non-local; Workforce - 0.17% 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 |
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 BAZ23-00020579. We opened them on February 24, 2023. This consultant contract is being awarded in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Ameresco, Inc. 7929 Brookriver Drive 81.25
Suite 250
Dallas, TX 75247
AECOM Technical 300 South Grand Ave, 68.43
Services, Inc. Los Angeles, CA 90071
OWNER
Ameresco, Inc.
George P. Sakellaris, P.E., Chairman of the Board