STRATEGIC PRIORITY: Government Performance & Financial Management
AGENDA DATE: January 24, 2024
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Jack Ireland
______________________________________________________________________
SUBJECT
Title
Authorize a two-year service contract for the development and implementation of a violence intervention program for the Office of Integrated Public Safety Solutions - Urban Specialists Enterprise, Inc., most advantageous proposer of six - Not to exceed $800,000 - Financing: General 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 the development and implementation of a violence intervention program for the Office of Integrated Public Safety Solutions. This program, with a specific focus on violent offenses involving firearms, is designed to implement community-based violence prevention strategies and assist the Police Department in its violent crime reduction strategy.
During the term of the contract the recommended supplier will:
• Increase community engagement through the development and support of credible community members
• Strengthen the relationship between law enforcement and the community
• Deploy outreach workers to provide social services and opportunities to change community norm and behaviors
• Change behavioral norms that support violence in target communities through planning and participating in community activities and public education efforts
A four-member committee from the following departments reviewed and evaluated the qualifications:
• Office of Community Care (1)
• Office of Integrated Public Safety Solutions (2)
• Office of Procurement Services (1)*
*The Office of Procurement Services evaluated cost and local preference, if applicable.
The committee selected the successful respondents on the basis of demonstrated competence and qualifications under the following criteria:
• Approach and methodology 35 points
• Experience and qualifications 30 points
• Budget 30 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 $18.24; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On April 28, 2021, the City Council authorized a two-year service contract for the development and implementation of a violence intervention program for the Office of Integrated Public Safety Solutions with Youth Advocate Programs, Inc. by Resolution No. 21-0705.
The Public Safety Committee was briefed by memorandum regarding this matter on January 8, 2024. <https://cityofdallas.legistar.com/View.ashx?M=F&ID=12559484&GUID=38C28F74-3733-4E4A-A1E8-78C694D2EEA2>
FISCAL INFORMATION
|
Fund |
FY 2024 |
FY 2025 |
Future Years |
|
General Fund |
$400,000.00 |
$400,000.00 |
$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 |
|
$800,000.00 |
Other Services |
N/A |
|
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
|
N/A |
N/A |
N/A |
|
• This item is Other Services which does not have an availability and disparity participation goal. |
|
• Urban Specialists Enterprises, Inc. - Local; Workforce - 94.11% 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 BJZ23-00022195. We opened them on June 20, 2023. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Urban Specialists Enterprise, 1401 Botham Jean Blvd. 82.00
Inc. Dallas, TX 75215
Young Life 11300 North Central Exp. 67.33
Suite 600
Dallas, TX 75218
Waves Foundation LLC 8633 Vista Grande Dr. 47.33
Dallas, TX 75249
The TV Factory, LLP 512 Santa Fe Trl. 39.33
#320
Irving, TX 75063
D.F.W. Economic Solutions 9143 Cochran Heights 35.33
Dallas, TX 75220
Texas Initiative Programs 11325 Pegasus St. 18.33
W210
Dallas, TX 75238
OWNER
Urban Specialists Enterprise, Inc.
Antong Lucky, Chief Executive Officer