STRATEGIC PRIORITY: Government Performance and Financial Management
AGENDA DATE: October 13, 2020
COUNCIL DISTRICT(S): 8
DEPARTMENT: Office of Procurement Services
EXECUTIVE: Elizabeth Reich
______________________________________________________________________
SUBJECT
Title
Authorize a one-year service price agreement for the loading and hauling of shingles and related debris for the Department of Sanitation Services - Q. Roberts Trucking, Inc., lowest responsible bidder of nine - Estimated amount of $450,000 - Financing: Sanitation Operation 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 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 secures services to load and haul approximately 100,000 tons of shingles and related debris located at 9527 South Central Expressway to McCommas Bluff Landfill, located at 5100 Youngblood Road. Services are inclusive of labor, equipment, fuel, traffic control costs, and any associated costs necessary to load at the jobsite and transport to the landfill in accordance with all federal, state and local laws, rules, and regulations.
Additionally, the contractor is responsible for working with the City’s environmental consultant to ensure the removal is conducted in a manner that protects human health and the environment by, without limitation, implementing measures that minimize the potential for airborne particulate, volatile organic compound, dust, or similar debris, as well as stormwater runoff. Services are expected to be completed within 90 days from the start date of the project.
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. Additionally, in an effort to secure more competition, the Office of Economic Development Business Workforce and Inclusion Division sent notifications to chambers of commerce and advocacy groups to ensure maximum vendor outreach.
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 $11.71; the selected vendor meets this requirement.
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
This item has no prior action.
FISCAL INFORMATION
Fund |
FY 2021 |
FY 2022 |
Future Years |
Sanitation Operation Fund |
$450,000.00 |
$0.00 |
$0.00 |
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 |
Category |
M/WBE Goal |
M/WBE % |
M/WBE $ |
$450,000.00 |
Other Services |
23.80% |
100.00% |
$450,000.00 |
• This contract exceeds the M/WBE goal. |
• Q. Roberts Trucking, Inc. - Local; |
PROCUREMENT INFORMATION
Method of Evaluation for Award Type:
Low Bid |
• Recommended vendor is based on the lowest competitive quoted price, who is also technically and financially capable of performing and completing the contract, and otherwise meets all material specification requirements |
|
• Negotiations are not allowed |
The Office of Procurement Services received the following bids from solicitation number BL20-00014537. We opened them on September 24, 2020. We recommend the City Council award this service price agreement in its entirety to the lowest responsive and responsible bidder.
*Denotes successful bidder
Bidders Address Amount
*Q. Roberts Trucking, Inc. 3918 Telephone Road $ 450,000.00
Dallas, TX 75241
National Waste 13901 Highway 28 E $ 540,000.00
Management Louisiana, Inc. Deville, LA 71328
Global Emergency 8050 Evangeline Lane $ 550,000.00
Services, LLC Beaumont, TX 77706
Yoko Excavating, LLC 2608 N Main Street $ 598,000.00
Suite B282
Belton, TX 76513
Glenn Thurman, Inc. 3212 Pioneer $ 900,000.00
Balch Springs, TX 75180
The Holbrook Company 3430 High Prairie Road $1,200,000.00
Grand Prairie, TX 75050
Renda Environmental, Inc. 522 Benson Lane $1,370,000.00
Roanoke, TX 76262
Go Green Recycling 2098 Big Woods Road $1,820,700.00
Longview, TX 75605
Shawnee Mission 1510 Jelmak Street $3,300,000.00
Tree Service dba Arbor Masters Grand Prairie, TX 75050
Tree Service
OWNER
Q. Roberts Trucking, Inc.
Quincy Robert, Chief Executive Officer