Exhibit 1 - Agenda Information SheetCity of Denton
_____________________________________________________________________________________
AGENDA INFORMATION SHEET
DEPARTMENT: Procurement
DCM: David Gaines
DATE: May 3, 2022
SUBJECT
Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation,
authorizing the City Manager to execute a Professional Services Agreement with Industrial Hygiene and
Safety Technology, Inc., for asbestos, mold, and industrial hygiene consulting services for the City of
Denton as set forth in the contract; providing for the expenditure of funds therefor; and providing an
effective date (RFQ 7928 – Professional Services Agreement for asbestos, mold, and industrial hygiene
consulting services awarded to Industrial Hygiene and Safety Technology, Inc., for three (3) years, with the
option for two (2) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of
$425,000.00).
INFORMATION/BACKGROUND
Asbestos, mold, and industrial hygiene consulting services are utilized by multiple departments within the
City of Denton for various services. Asbestos consulting services include inspecting buildings for the
presence of asbestos, developing removal specifications for proper abatement, project management during
abatement including air sampling, and exposure monitoring/assessment of workers. Before renovation or
demolition within a building, federal law requires a thorough inspection by accredited personnel for
asbestos-containing materials. Texas law goes another step and requires work within public buildings only
to be performed by licensed individuals working for licensed firms. Mold consulting services are necessary
under Texas law and may include inspections that involve visual assessment combined with bulk and air
sample collection, development of mold remediation protocol, and post-removal clearance testing.
Industrial Hygiene consulting services may include noise assessments, worker exposure assessments,
indoor environmental quality assessments, lead paint inspections and testing, and general workplace
assessments such as the proper operation of a fume hood.
The contract NTE is based on the estimated annual spend of various City departments, as shown in the chart
below.
City Department Estimated 5-Year Expenditure
CIP / Engineering $300,000.00
Facilities $25,000.00
Risk $50,000.00
Contingency for additional services $50,000.00
Total 5yr NTE Amount: $425,000.00
City Hall
215 E. McKinney Street
Denton, Texas
www.cityofdenton.com
Request for Qualifications (RFQ) for professional consulting services was sent to 884 prospective firms,
including 37 Denton firms, for these services. In addition, the RFQ was placed on the Procurement and
Compliance website for prospective respondents to download and advertised in the local newspaper. Eleven
(11) statement of qualifications (SOQ) were received. The SOQs were evaluated based on published criteria
including the company’s overall experience, experience/resumes of key personnel, the company’s work
history with local government, example reports, and reference letters from past clients. Based upon this
evaluation, the recommended award is to Industrial Hygiene and Safety Technology, Inc., and is determined
to be the most qualified firm for the City.
NIGP Code Used for Solicitation: 918 - (Service Only) Consulting
Services; 926 - (Service Only) –
Environmental and Ecological Services
Notifications sent for Solicitation sent in IonWave: 884
Number of Suppliers that viewed Solicitation in IonWave: 21
HUB-Historically Underutilized Business Invitations sent out: 98
SBE-Small Business Enterprise Invitations sent out: 384
Responses from Solicitation: 11
RECOMMENDATION
Award a contract with Industrial Hygiene and Safety Technology, Inc., for asbestos, mold, and industrial
hygiene consulting services for the City of Denton, in a three (3) year, with the option for two (2) additional
one (1) year extensions, in the total five (5) year not-to-exceed amount of $425,000.00.
PRINCIPAL PLACE OF BUSINESS
Industrial Hygiene and Safety Technology, Inc.
Carrollton, TX
ESTIMATED SCHEDULE OF PROJECT
This is an initial three (3) year contract with options to extend the contract for two (2) additional one (1)
year periods, with all terms and conditions remaining the same.
FISCAL INFORMATION
These products and services will be funded through the using department’s budget on an as-needed basis.
The City will only pay for services rendered and is not obligated to pay the full contract amount unless
needed.
EXHIBITS
Exhibit 1: Agenda Information Sheet
Exhibit 2: Evaluation Sheet
Exhibit 3: Ordinance and Contract
Respectfully submitted:
Lori Hewell, 940-349-7100
Purchasing Manager
For information concerning this acquisition, contact: Michael Gange 940-349-7165 or Seth Garcia, 940-
349-8938.
Legal point of contact: Marcella Lunn at 940-349-8333.