Dallas Logo
File #: 22-2663    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 11/3/2022 In control: Office of Procurement Services
On agenda: 12/14/2022 Final action:
Title: Authorize a three-year master agreement, with one two-year renewal option, for the purchase of employee uniforms and safety shoes for civilian employees citywide - Promotional Design, Inc. in the estimated amount of $2,470,844.64, Northern Imports dba Work Wear Safety Shoes in the estimated amount of $1,440,183.89, Service Wear Apparel in the estimated amount of $1,096,113.86, and Red Wing Brands of America, Inc. in the estimated amount of $466,379.54, most advantageous proposers of eight - Total estimated amount of $5,473,521.93 - Financing: General Fund ($2,000,995.69), Water Utilities Current Funds ($2,415,945.00), Sanitation Operation Fund ($339,686.00), Stormwater Drainage Management - Operations Fund ($242,790.00), Equipment and Fleet Management Fund ($131,313.71), Aviation Fund ($250,271.53), and Building Inspection Fund ($92,520.00)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance & Financial Management

AGENDA DATE:                     December 14, 2022

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Jack Ireland

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year master agreement, with one two-year renewal option, for the purchase of employee uniforms and safety shoes for civilian employees citywide - Promotional Design, Inc. in the estimated amount of $2,470,844.64, Northern Imports dba Work Wear Safety Shoes in the estimated amount of $1,440,183.89, Service Wear Apparel in the estimated amount of $1,096,113.86, and Red Wing Brands of America, Inc. in the estimated amount of $466,379.54, most advantageous proposers of eight - Total estimated amount of $5,473,521.93 - Financing: General Fund ($2,000,995.69), Water Utilities Current Funds ($2,415,945.00), Sanitation Operation Fund ($339,686.00), Stormwater Drainage Management - Operations Fund ($242,790.00), Equipment and Fleet Management Fund ($131,313.71), Aviation Fund ($250,271.53), and Building Inspection Fund ($92,520.00)

 

Body

BACKGROUND

 

This action does not encumber funds; the purpose of a master agreement is to establish firm pricing for goods, 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 master agreement will provide for uniforms and safety shoes for civilian employees citywide as required to perform their daily duties.  Uniforms are a key element in identifying City employees, meeting safety regulations, and maintaining the professionalism of the City.  Civilian new hires will receive five sets of summer and winter uniforms and an additional two sets thereafter.  Safety shoes and boots are replaced yearly or as needed.

 

The City standard embroidered logo will be sewn on all department uniform shirts, coveralls, and jackets.  Examples of the uniforms and safety shoes on this agreement include but are not limited to the following:

 

 

                     Long/short sleeve shirts and sweatshirts

                     Pants, jeans, and shorts

                     Basic and insulated coveralls

                     Caps and hats

                     Jackets

                     Safety shoes and boots

 

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

 

                     Department of Aviation                                                                                    (1)

                     Department of Code Compliance                                                               (1)

                     Department of Transportation                                                               (1)

                     Small Business Center                                                                                     (1)

                     Water Utilities 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:

 

                     Cost and timeframe                                                                                                                                                                        30 Points

                     Proposed supply chain management and lead time delivery                                          20 Points

                     Delivery returns and communication                                                                                                         15 Points

                     Supply chain sustainability                                                                                                                                                   15 Points

                     Office of Business Diversity                                                                                                                              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. 

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On March 28, 2018, City Council authorized a three-year master agreement for the purchase of employee uniforms and safety shoes for civilian employees with Regali, Inc., Northern Imports dba Work Wear Safety Shoes, Red Wings of America, Inc., and Promotional Designs, Inc. by Resolution No. 18-0462.

 

 

 

 

 

FISCAL INFORMATION

 

Fund

FY 2023

FY 2024

Future Years

General Fund

$441,102.00

$617,802.00

$918,791.69

Dallas Water Utilities Fund

$   554,002.00

$   930,971.50

$   930,971.50

Sanitation Operation Fund

$   113,228.67

$   113,228.67

$   113,228.66

Stormwater Drainage Management - Operations Fund

$     71,091.00

$     85,849.50

$     85,849.50

Aviation Fund

$     83,423.84

$     83,423.84

$     83,423.85

Building Inspection Fund

$     30,840.00

$     30,840.00

$     30,840.00

Equipment and Fleet Management Fund

$     26,262.74

$     26,262.74

$     78,788.23

Total

$1,319,950.25

$1,888,378.25

$2,241,893.43

 

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

$5,473,521.93

Goods

32.00%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

45.14%

45.14%

$2,470,844.69

This contract exceeds the M/WBE goal.

Red Wing Brands of America, Inc. - Non-local; Workforce - 0.00% Local Northern Imports dba Work Wear Safety Shoes - Local; Workforce - 100.00% Local Promotional Designs, Inc.- Non-local; Workforce - 0.00% Local ServiceWear Apparel - 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 BVZ22-00018556.  We opened them on April 22, 2022.  We recommend the City Council award this master agreement to the most advantageous proposers by line.  Information related to this solicitation is available upon request.

 

*Denotes successful proposers

 

Proposers                                                                                    Address                                                                                    Score                                          

 

*Red Wing Brands of                     1918 East Beltline Rd.                                          Multiple Lines

America, Inc.                     Carrollton, TX  75006

 

*Northern Imports dba                     1304 Inwood Rd.                                          Multiple Lines

Work Wear Safety Shoes                     Dallas, TX  75247

 

*Promotional Designs, Inc.                     2280 South Ashland Ave.                                          Multiple Lines

                     Green Bay, WI  54304

 

*ServiceWear Apparel                     7135 Charlotte Pike                                          Multiple Lines

                     Suite 100

                     Nashville, TN  37209

 

Galls, LLC                     1340 Russell Cave Rd.                                          Multiple Lines

                     Lexington, KY  40505

 

Shoes for Crews                     5000 T Rex Ave.                                           Multiple Lines

                     Suite 100

                     Boca Raton, FL  33431

 

Jonahs Enterprises, Inc.                     383 Kingston Ave.                                          Multiple Lines

                     Brooklyn, NY  11213

 

Just Right Products                     5941 Posey Ln.                                          Multiple Lines

                     Haltom City, TX  76117

 

OWNERS

 

Promotional Designs, Inc.

 

Lynn Katers, Chief Executive Officer

Brian Katers, Vice President

 

Northern Imports dba Work Wear Safety Shoes

 

Coleman McDonald, President

Marchaune Armon, Chief Financial Officer

 

 

Service Wear Apparel

 

Jim Burnett, Chief Development Officer

 

Red Wing Brands of America, Inc.

 

Mark Urdahl, Chief Executive Officer

Allison Gettings, President