Dallas Logo
File #: 23-1465    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 5/17/2023 In control: Office of Procurement Services
On agenda: 6/14/2023 Final action:
Title: Authorize a two-year consultant contract, with two one-year renewal options for the comprehensive reform of the Dallas development codes, Chapters 51, 51A, and 51P for the Department of Planning and Urban Design - Camiros, Ltd, most advantageous proposer of four - Not to exceed $2,015,660 - Financing: Operating Carryover Fund (subject to annual appropriations)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     June 14, 2023

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a two-year consultant contract, with two one-year renewal options for the comprehensive reform of the Dallas development codes, Chapters 51, 51A, and 51P for the Department of Planning and Urban Design - Camiros, Ltd, most advantageous proposer of four - Not to exceed $2,015,660 - Financing: Operating Carryover 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 consultant contract will provide for the comprehensive reform of the Dallas development codes, Chapters 51, 51A, and 51P for the Department of Planning and Urban Design. The contract will engage the services of a firm to develop a modern, updated and user-friendly development code that is streamlined, consistent, clear, aligned with all City plans and policies.

 

The code reform will include a general modernization of the development code to provide clarity, improve overall functionality, and achieve greater sensitivity to the existing and future fabric and character of the City of Dallas. The code reform will focus on portions of the Development Code that are either deficient, outdated, overly complex or that otherwise unnecessarily inhibit development. The new code will advance the goals of the city’s updated Comprehensive Plan, Forward Dallas, and all current city plans and policies, and be better equipped to meet the myriad needs of the city in such areas as housing, urban design, transportation, climate action, preservation, and conservation. The reform will include both major and minor editing of the existing code language as well as original authoring of new provisions.

 

 

 

 

 

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

 

                     Department of Code Compliance                                                                                                          (1)

                     Department of Planning and Urban Design                                                               (2)

                     Department of Transportation                                                                                                         (1)

                     Office of Procurement Services                                                                                                          (1)*

 

*The Office of Procurement Services only evaluated the cost and local preference

 

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

 

                     Approach                                                                                                                               35 points                                          

                     Experience                                                                                                                              30 points

                     Cost                                                                                                                                                   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 $17.82; the selected vendor meets this requirement.

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

Information about this item was provided to the Economic Development Committee on June 6, 2023.

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

Operating Carryover Fund

$201,566.00

$806,264.00

$1,007,830.00

 

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

$2,015,660.00

Other Services

N/A

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

N/A

N/A

N/A

The Business Inclusion and Development Policy does not apply to Cooperative Purchasing Agreements.

Camiros, 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 BKZ23-00020009.  We opened them on February 10, 2023.  This consultant contract is being awarded in its entirety to the most advantageous proposer.

 

*Denotes successful proposer

 

Proposers                     Address                                          Score                     

 

*Camiros, Ltd                     411 South Wells St.                                          85.52

                     Chicago, IL 60607

 

Code Studio, Inc.                     1800 East 4th St., Unit 125                     76.65

                     Austin, TX 78702

 

Houseal Lavigne                     188 West Randolph St.,                     65.34

Associates, LLC                                  Suite 200                     

                                  Chicago, IL 60601

 

ZoneCo, LLC                                  455 Delta Ave., Suite 203                     61.00

                                  Cincinnati, OH 45526

 

OWNER

 

Camiros, Ltd

 

William James, President