STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: April 28, 2021
COUNCIL DISTRICT(S): All
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
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 - Youth Advocate Programs, Inc., most advantageous proposer of three - Not to exceed $1,600,000 - 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 allows 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
This item was approved in the budget as part of the City Managers Responsible, Equitable, Accountable, and Legitimate (R.E.A.L) change program and was one of the recommendations from the Mayors Task Force on Safe Communities.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Code Compliance (1)
• Office of Integrated Public Safety Solutions (1)
• Office of Homeless Solutions (1)
• Police Department (2)
• Office of Procurement Services (1)*
*The Office of Procurement Services evaluated cost and local preference, if applicable.
The committee selected the successful respondent on the basis of demonstrated competence and qualifications under the following criteria:
• Experience 35 points
• Approach 35 points
• Cost 25 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 $12.38; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
City Council was briefed on this item as part of the One Dallas: Responsible, Equitable, Accountable, Legitimate (R.E.A.L.) Change and R.E.A.L. Action presentation on August 11, 2020.
Information about this item was provided to the Public Safety Committee on April 12, 2021.
FISCAL INFORMATION
Fund |
FY 2021 |
FY 2022 |
Future Years |
General Fund |
$800,000.00 |
$800,000.00 |
$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 |
M/WBE % |
M/WBE $ |
$1,600,000.00 |
Other Services |
N/A |
N/A |
N/A |
• The Business Inclusion and Development Policy does not apply to Other Service contracts. |
• Youth Advocate Program, Inc. - Local; Workforce - 52.00% 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 BR21-00015313. We opened them on January 21, 2021. We recommend the City Council award this service contract in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Youth Advocate Program, Inc. 8700 North Stemmons Frwy. 76.95
Suite 460
Dallas, TX 75247
Afonso Herrera dba 3198 Royal Ln. 75.91
Herrera & Associates Suite 214
Dallas TX 75229
Bratton Construction/ 363 Meadow Creek Dr. 25.44
House of Shalom Duncanville, TX 75137
OWNER
Youth Advocate Programs, Inc.
Jeffrey Fleischer, Chief Executive Officer
Richard Stottlemeyer, III, Chief Financial Officer