Dallas Logo
File #: 20-380    Version: Name:
Type: CONSENT AGENDA Status: Approved
File created: 2/18/2020 In control: Office of Procurement Services
On agenda: 3/25/2020 Final action: 3/25/2020
Title: Authorize Supplement Agreement No. 1 to increase the service price agreement with Recovery Systems, Inc. dba Pro-Tow Wrecker Service in the amount of $234,040.00 from $936,158.50 to $1,170,198.50 and 24 Hour Wrecker Service in the amount of $90,241.00, from $360,964.00 to $451,205.00 for non-emergency wrecker services for the Department of Equipment and Fleet Management - Total not to exceed $324,281.00, from $1,297,122.50 to $1,621,403.50 - Financing: Equipment and Fleet Management Fund
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     March 25, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize Supplement Agreement No. 1 to increase the service price agreement with Recovery Systems, Inc. dba Pro-Tow Wrecker Service in the amount of $234,040.00 from $936,158.50 to $1,170,198.50 and 24 Hour Wrecker Service in the amount of $90,241.00, from $360,964.00 to $451,205.00 for non-emergency wrecker services for the Department of Equipment and Fleet Management - Total not to exceed $324,281.00, from $1,297,122.50 to $1,621,403.50 - Financing: Equipment and Fleet Management Fund

 

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.

 

This Supplemental Agreement will provide for continued non-emergency wrecker services for towing City vehicles as follows:

 

                     Towing City vehicles that are wrecked or mechanically disabled from any city-wide locations to City service centers

                     Removing and transporting approximately 700 seized junk vehicles from any location within the City to the City's auto pound site for the Department of Code Compliance

 

The City maintains a fleet of approximately 5,500 vehicles. 

 

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 $11.15; the selected vendors meet this requirement

 

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On November 14, 2018, City Council authorized a three-year service price agreement for non-emergency wrecker services with Recovery Systems, Inc. dba Pro-Tow Wrecker Services and 24 Hour Wrecker Service by Resolution No. 18-1615.

 

FISCAL INFORMATION

 

Fund

FY 2019-20

FY 2020-21

Future Years

Equipment and Fleet Management Fund

$162,140.50

$162,140.50

$0.00

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Plan adopted on October 22, 2008, by Resolution No. 08-2826, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Category

M/WBE Goal

M/WBE %

M/WBE $

$324,281.00

Other Services

23.80%

27.83%

$90,241.00

This contract exceeds the M/WBE goal.

Supplemental Agreement No. 1 - 27.83% Overall M/WBE participation

 

OWNERS

 

Recovery Systems, Inc. dba Pro-Tow Wrecker Service

1006 Main Street

Lewisville, TX 75057

 

George Green, President

 

24 Hour Wrecker Service

616 North Jefferson Street

Lancaster, TX 75146

 

Marie Boone, President

Sheila Hupp, Vice President

Chris Tibbs, Secretary