STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: February 10, 2021
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a nine-month service contract for a department workflow evaluation and staffing study for the Department of Sustainable Development and Construction - Matrix Consulting Group, LTD, most advantageous proposer of seven - Not to exceed $133,870 - Financing: Building Inspection Fund
Body
BACKGROUND
This service contract will provide for a department workflow evaluation and staffing study for the Department of Sustainable Development and Construction. This independent evaluation of the operations and service delivery will focus on ways to increase efficiency and customer satisfaction. Evaluations to be performed include processes, organization structure, staffing, service delivery, benchmarking against best practices, technology, and the potential for outsourcing functions.
A five-member committee from the following departments reviewed and evaluated the qualifications:
• City Manager's Office (2)
• Department of Sustainable Development and Construction (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:
• Cost 30 points
• Proposed plan 30 points
• Experience, background, and qualifications 20 points
• Business Inclusion and Development Policy 15 points
• Local Preference Program 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 $12.38; 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 |
Future Years |
Building Inspection Fund |
$133,870.00 |
$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 |
M/WBE % |
M/WBE $ |
$133,870.00 |
Other Services |
N/A |
N/A |
N/A |
• The Business Inclusion and Development Policy does not apply to Other Service contracts. |
• 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 BYZ20-00014572. We opened them on October 22, 2020. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score Amount
*Matrix Consulting 1650 South Amphlett Blvd. 80.74 $ 133,870.00
Group, LTD Suite 213
San Mateo, CA 94402
MGT of America 4320 West Kennedy Blvd. 80.67 $ 138,000.00
Consulting, LLC Suite 200
Tampa, FL 33609
BerryDunn 100 Middle St. 54.37 $ 330,175.00
Portland, ME 04101
Allied Supply 1402 Corinth St. 46.53 $ 299,655.00
Chain Support Suite 143
& Services., Inc. Dallas, TX 75215
Bracane Company 1201 West 15th St. 45.96 $ 141,000.00
Suite 330
Plano, TX 75075
Slalom, LLC 5080 Spectrum Dr. 37.08 $1,219,500.00
Suite 650E
Addison, TX 75001
MFXChange US, 201 Littleton Rd. 30.01 $ 750,000.00
Inc. Morris Plains, NJ 08807
OWNER
Matrix Consulting Group, LTD
Richard Brady, President