Dallas Logo
File #: 21-1004    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 5/14/2021 In control: Office of Procurement Services
On agenda: 6/23/2021 Final action:
Title: Authorize two-year contracts, with two five-year renewal options, for property management, supportive services and renovations for temporary and permanent housing for the Office of Homeless Solutions - CitySquare in the amount of $3,291,666 and Family Gateway, Inc. in the amount of $2,911,856, most advantageous proposers of three - Total not to exceed $6,203,522 - Financing: Homeless Assistance (J) Fund (2017 General Obligation Bond Fund) ($2,845,273), 2020 CARES Act Relief ESG #2 Fund ($2,378,666) and American Rescue Plan Act Homelessness Assistance and Supportive Services Program Fund ($979,583) (subject to appropriations)
Indexes: 1, 12
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     June 23, 2021

COUNCIL DISTRICT(S):                     1, 12

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize two-year contracts, with two five-year renewal options, for property management, supportive services and renovations for temporary and permanent housing for the Office of Homeless Solutions - CitySquare in the amount of $3,291,666 and Family Gateway, Inc. in the amount of $2,911,856, most advantageous proposers of three - Total not to exceed $6,203,522 - Financing:  Homeless Assistance (J) Fund (2017 General Obligation Bond Fund) ($2,845,273), 2020 CARES Act Relief ESG #2 Fund ($2,378,666) and American Rescue Plan Act Homelessness Assistance and Supportive Services Program Fund ($979,583) (subject to appropriations)

 

Body

BACKGROUND

 

These contracts will provide for property management, supportive services, and renovations for temporary and permanent housing units at properties the City has acquired for homeless transitional housing.  This program includes Housing First rapid rehousing utilizing best practices specified by the National Alliance to End Homelessness.  Services established by these contracts include rehabilitation of the properties, as well as day-to-day on-site management and operation of the properties (including maintenance, utilities, and security).  The recommended agencies will also provide on-site services to include case management, vocational/employment support, mental health/substance use services, and transportation.

 

Renovations at the properties will be paid through Proposition J Homeless Assistance bond funds.  Operations and services for temporary housing at the properties will be paid through remaining Emergency Solutions Grant (ESG) funds under the Coronavirus Aid, Relief, and Economic Security Act (CARES Act) received from the U.S. Department of Housing and Urban Development (HUD).  ESG CARES Act funds are set to expire on or about September 30, 2022.  At that time, subject to appropriation by City Council, the operation and on-site services would be paid through Homelessness Assistance and Supportive Services Program (HASS) funds awarded to the City of Dallas by HUD in April of this year in the amount of $21,376,123 under the American Rescue Plan Act of 2021 (ARPA).  The HASS funds are being administered through the HOME Investment Partnership Program (HOME) but are specifically designated to serve homeless and at-risk populations, with expanded eligible uses designed to meet the needs of these vulnerable residents.  Additional guidance from HUD on acceptance of these funds is pending.

 

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

 

                     Budget and Management Services                                                                                                                              (1)

                     Department of Information and Technology Services                                                                                    (1)

                     Office of Homeless Solutions                                                                                                                                                    (1)

                     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:

 

                     Experience                                                                                                         30 points

                     Approach                                                                                                         25 points

                     Staffing                                                                                                          25 points

                     Cost                                                                                                                              20 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 by memorandum regarding this matter on June 18, 2021. <https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fdallascityhall.com%2Fgovernment%2Fcitymanager%2FDocuments%2FFY%252020-21%2520Memos%2FAgenda%2520Item%252042_%2520Property%2520Management_061821.pdf&data=04%7C01%7Ccouncilagenda%40dallascityhall.com%7C6f378f00f949470b472108d9329610fc%7C2935709ec10c4809a302852d369f8700%7C0%7C0%7C637596442367403632%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C1000&sdata=C1ntfF8jeWwgLhS5Ss%2BiuHf1A5tB4HrDYchwYxdpNGQ%3D&reserved=0>

 

FISCAL INFORMATION

 

Fund

FY 2021

FY 2022

Future Years

Homeless Assistance (J) Fund (2017 General Obligation Bond Fund)

$   474,212.00

$1,422,637.00

$   948,424.00

2020 CARES Act Relief ESG #2 Fund

$   594,667.00

$1,783,999.00

$              0.00

American Rescue Plan Act Homelessness Assistance and Supportive Services Program Fund

$              0.00

$              0.00

$   979,583.00

Total

$1,068,879.00

$3,206,636.00

$1,928,007.00

 

Council District                     Amount

 

          1                     $3,291,666.00

          12                     $2,911,856.00

 

        Total                     $6,203,522.00

 

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 $

$6,203,522.00

Other Services

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Other Service contracts.

CitySquare - Local; Workforce - 80.00% Local Family Gateway, Inc. - Local; Workforce - 45.00% 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 BR21-00014989.  We opened them on November 12, 2020.  We recommend the City Council award this contract to the most advantageous proposers by group.

 

*Denotes successful proposers

 

Proposers                     Address                     Score

 

*Family Gateway, Inc.                       711 South St. Paul St.                     Group 1 - 98.67

                     Dallas, TX 75201                     Group 2 - No bid

 

*CitySquare                     1610 South Malcolm X Blvd.                     Group 1 - No bid

                                          Dallas, TX 75226                     Group 2 - 84.59

 

First Presbyterian                      1835 Young St.                     Group 1 - 82.80

Church of Dallas dba                     Dallas, TX  75201                     Group 2 - No bid

The Stewpot

 

OWNERS

 

Family Gateway, Inc.

 

Ellen Magnis, President

 

CitySquare

 

Dr. John Siburt, President/Chief Operating Officer

Larry Jame, Chief Executive Officer