Dallas Logo
File #: 20-1894    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 9/23/2020 In control: Office of Procurement Services
On agenda: 10/28/2020 Final action: 10/28/2020
Title: Authorize a three-year service price agreement for non-emergency wrecker services - Recovery Systems, Inc. dba Pro Tow Wrecker Service in an estimated amount of $987,911.50 and Jet Stream Trucking, Inc. dba HBL Towing & Recovery in an estimated amount of $203,252.00, lowest responsible bidders of four - Total estimated amount of $1,191,163.50 - Financing: General Fund ($184,270.00), Equipment and Fleet Management Fund ($938,229.50), Dallas Water Utilities Fund ($25,944.00), Storm Drainage Management Operations Fund ($8,969.00), Confiscated Monies-Federal Fund ($17,821.00), and Sanitation Services Fund ($15,930.00)
Indexes: 100
Attachments: 1. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Government Performance and Financial Management

AGENDA DATE:                     October 28, 2020

COUNCIL DISTRICT(S):                     All

DEPARTMENT:                     Office of Procurement Services

EXECUTIVE:                     Elizabeth Reich

______________________________________________________________________

SUBJECT

 

Title

Authorize a three-year service price agreement for non-emergency wrecker services - Recovery Systems, Inc. dba Pro Tow Wrecker Service in an estimated amount of $987,911.50 and Jet Stream Trucking, Inc. dba HBL Towing & Recovery in an estimated amount of $203,252.00, lowest responsible bidders of four - Total estimated amount of $1,191,163.50 - Financing:  General Fund ($184,270.00), Equipment and Fleet Management Fund ($938,229.50), Dallas Water Utilities Fund ($25,944.00), Storm Drainage Management Operations Fund ($8,969.00), Confiscated Monies-Federal Fund ($17,821.00), and Sanitation Services Fund ($15,930.00)

 

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.  We anticipate the following City departments will use this agreement:

 

                     Department of Code Compliance

                     Department of Equipment and Fleet Management

                     Department of Sanitation Services

                     Fire-Rescue Department

                     Police Department

                     Water Utilities Department

 

This service price agreement will provide for the transportation of disabled City vehicles to designated locations and the removal of junk motor vehicles from private or public locations inside and outside of the City to the City’s Auto Pound. The contractor will coordinate with City departments with requested Seizure Order Notices.

 

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)

 

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 2021

FY 2022

Future Years

General Fund

$  61,423.33

$  61,423.33

$  61,423.34

Equipment and Fleet Management Fund

$312,743.16

$312,743.16

$312,743.18

Dallas Water Utilities Fund

$    8,647.99

$    8,648.00

$    8,648.01

Storm Drainage Management Operations Fund

$    2,989.66

$    2,989.67

$    2,989.67

Confiscated Monies-Federal Fund

$    5,940.33

$    5,940.33

$    5,940.34

Sanitation Services Fund

$    5,310.00

$    5,310.00

$    5,310.00

Total

$397,054.47

$397,054.49

$397,054.54

 

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 $

$1,191,163.50

Other Services

23.80%

0.00%

$0.00

This contract does not meet the M/WBE goal, but complies with good faith efforts.

Recovery Systems, Inc. dba Pro Tow Wrecker Service - Non-Local; Workforce - 0.00% Local Jet Stream Trucking, Inc. dba HBL Towing & Recovery - Local; Workforce - 70.00% 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 BF20-00013778.  We opened them on July 30, 2020.  We recommend the City Council award this service price agreement to the lowest responsive and responsible bidders by group.

 

*Denotes successful bidders

 

Bidders                     Address                                                               Amount

 

*Recovery Systems,                     1006 East Main St.                     Group 1 - $267,246.00

Inc. dba Pro Tow                     Lewisville, TX  75057                     Group 2 - $247,525.00

Wrecker Service                                                               Group 3 - $740,386.50

 

*Jet Stream                     2811 Mican Dr.                      Group 1 - $203,252.00

Trucking, Inc. dba                     Dallas, TX  75212                      Group 2 - $386,956.00

HBL Towing &                                                                                     Group 3 - $1,622,556.00

Recovery

 

24 Hour Wrecker                     616 North. Jefferson St.                     Group 1 - $283,978.00

Service, Inc.                     Lancaster, TX  75146                     Group 2 - No Bid

                                                               Group 3 - No Bid

 

URT Texas, Inc.                     11239 Goodnight Ln.                     Group 1 - $316,259.00

                     Dallas, TX  75229                     Group 2 - $370,812.00

                                                               Group 3 - $955,815.25

 

 

 

 

 

OWNERS

 

Recovery Systems, Inc. dba Pro Tow Wrecker Service

 

George Green, Owner

 

Jet Stream Trucking, Inc. dba HBL Towing & Recovery

 

Saleh Aldhhik, Chief Executive Officer

Yousef Aldhhik, Operations Manager