STRATEGIC PRIORITY: Core
AGENDA DATE: March 26, 2025
COUNCIL DISTRICT(S): Citywide
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Donzell Gipson
______________________________________________________________________
SUBJECT
Title
Authorize a five-year service price agreement for employee uniform rental and cleaning for citywide use - Cintas Corporation 2, most advantageous proposer of two - Estimated amount of $2,631,174.52 - Financing: General Fund ($1,405,642.17), Sanitation Operation Fund ($799,950.89), Equipment and Fleet Management Fund ($274,599.32), and Aviation Fund ($150,982.14) (subject to annual appropriations)
Body
BACKGROUND
This action does not encumber funds; the purpose of a service price agreement is to establish firm pricing for services, for a specific term, which are ordered on an as needed basis according to annual budgetary appropriations. The estimated amount is intended as guidance rather than a cap on spending under the agreement, so that actual need combined with the amount budgeted will determine the amount spent under this agreement.
This service price agreement will provide for employee uniform rental and cleaning for citywide use. The acquisition of uniform services is essential for the City's operations as it ensures a consistent supply of clean, professional uniforms for its employees. Clean uniforms not only enhance the appearance of personnel, but also promote safety and hygiene in the workplace. This agreement will also be utilized to streamline the uniform cleaning and supply process, allowing our staff to focus on their core responsibilities without the added burden of managing uniform care. This investment in quality uniform services ultimately contributes to improve morale, professionalism, and operational efficiency.
A six-member committee from the following departments reviewed and evaluated the qualifications:
• Department of Equipment and Fleet Management (1)
• Department of Facilities and Real Estate Management (1)
• Department of Transportation and Public Works (2)
• Office of Procurement Services (2)*
*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:
• Approach 40 points
• Experience 25 points
• Cost 15 points
• Business Inclusion and Development Plan 15 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 $22.05; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2025 |
FY 2026 |
Future Years |
General Fund |
$107,162.51 |
$294,284.00 |
$1,004,195.66 |
Sanitation Operation Fund |
$ 0.00 |
$150,000.00 |
$ 649,950.89 |
Equipment and Fleet Management Fund |
$ 22,883.30 |
$ 54,919.92 |
$ 196,796.10 |
Aviation Fund |
$ 30,196.44 |
$ 30,196.44 |
$ 90,589.26 |
Total |
$160,242.25 |
$529,400.36 |
$1,941,531.91 |
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 |
$2,631,174.52 |
Other Services |
N/A |
M/WBE Subcontracting % |
M/WBE Overall % |
M/WBE Overall Participation $ |
N/A |
N/A |
N/A |
• This item is Other Services which does not have an availability and disparity participation goal. |
• Cintas Corporation 2 - Local; Workforce - 30.00% 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 BVZ25-00026377. We opened them on January 23, 2025. We recommend the City Council award this service price agreement in its entirety to the most advantageous proposer.
*Denotes successful proposer
Proposers Address Score
*Cintas Corporation 2 603 Airline Dr. 70.75
Coppell, TX 75019
Dream Big Ventures LLC 1314 Emancipation Ave. 31.00
Houston, TX 77003
OWNERS/EXECUTIVES
Cintas Corporation 2
Todd Schneider, Chief Executive Officer
James Rozakis, Chief Operating Officer