Dallas Logo
File #: 20-1781    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/10/2020 In control: Office of Procurement Services
On agenda: 10/13/2020 Final action: 10/13/2020
Title: Authorize a four-year service contract for Citywide Central Services Cost Allocation Plan and Departmental Indirect Cost Rate for the Office of Budget and Management Services - Matrix Consulting Group, Ltd., most advantageous proposer of three - Not to exceed $109,500 - Financing: General Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     October 13, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a four-year service contract for Citywide Central Services Cost Allocation Plan and Departmental Indirect Cost Rate for the Office of Budget and Management Services - Matrix Consulting Group, Ltd., most advantageous proposer of three - Not to exceed $109,500 - 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 Citywide Central Services Cost Allocation Plan and the Departmental Indirect Cost Rate to be prepared by the beginning of March to be ready for submission to the City's cognizant agency (U.S. Department of Housing & Urban Development) by March 31, annually. Allocated costs are based on the audited financial information found in the City's Comprehensive Annual Financial Report. The Indirect Cost Rate is prepared for departments to recover citywide overhead from grants, if they are an allowable cost under the grant agreement. The Budget Full-Cost Central Services Cost Allocation Plan is prepared to determine indirect cost charges to the City's enterprise, internal service, and other funds.

 

A six-member committee from the following departments reviewed and evaluated the qualifications:

 

                     Building Services Department                                                                                                                                                                        (1)

                     Office of Budget and Management Services                     (2)

                     Office of Economic Development                                                                                                                                                   (1)

                     Office of Economic Development Business Workforce and Inclusion Division                     (1)*

                     Office of Procurement Services                     (1)*

 

*The Office of Procurement Services only evaluated cost and The Office of Economic Development Business Workforce and Inclusion Division only evaluated the Business Inclusion and Development Policy.

 

The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:

 

                     Capability and expertise                                                                                    30 points

                     Overall approach                                                                                                         30 points

                     Price/value to the City                                                                                    25 points

                     Business Inclusion and Development Policy                     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 Economic Development Business Workforce and Inclusion Division 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)

 

This item has no prior action.

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Futures Years

General Fund

$27,375.00

$27,375.00

$54,750.00

 

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

Category

M/WBE Goal

M/WBE %

M/WBE $

$109,500.00

Professional Services

36.30%

37.00%

$40,515.00

This contract exceeds the M/WBE goal.

Matrix Consulting Group, Ltd. - Non-Local; Workforce - 0.00% Local

 

 

 

 

PROCUREMENT INFORMATION

 

Method of Evaluation for Award Type:

 

Request for Competitive

Utilized for high technology procurements, insurance procurements, and other goods and services

Sealed Proposal

Recommended offeror whose proposal is most advantageous to the City, considering the relative importance of price, and other 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 BFZ20-00013216.  We opened them on May 15, 2020.  We recommend the City Council award this service contract in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                     Amount

 

*Matrix Consulting Group, Ltd.                     1650 South Amphlett Blvd.                     $109,500.00

                     Suite 213

                     San Mateo, CA  94402

 

MGT of America Consulting, LLC                     4320 West Kennedy Blvd.                     $121,900.00

                     Tampa, FL  33609

 

Maximus Consulting Services, Inc.                     3689 Coolidge Ct.                     $192,000.00

                     Suite 7

                     Tallahassee, FL  32311

 

OWNER

 

Matrix Consulting Group, Ltd.

 

Richard Brady, President

Alan Pennington, Vice President