M&C Review


COUNCIL ACTION:  Approved on 6/26/2018 

DATE: 6/26/2018 REFERENCE NO.: **P-12219 LOG NAME: 13P18-0290 CITY VEHICLE TOWING LSJ
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Purchase Agreement with Texas Towing Wrecker Service, Inc., in an Annual Amount Up to $566,264.00, for City Equipment and Vehicle Towing for an Initial Three-Year Term with One, Two-Year Renewal Option for the Property Management Department (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize a Purchase Agreement with Texas Towing Wrecker Service, Inc. for City equipment and vehicle towing for an initial three-year term with one, two-year renewal option in an annual amount up to $566,264.00.

 
DISCUSSION:

The Property Management Department (PMD) approached the Purchasing Division for assistance with securing an agreement for towing disabled City-owned vehicles and equipment to service centers for repairs. Purchasing Staff issued an Invitation to Bid (ITB) for tow truck services for towing of all City vehicles and equipment, including heavy-duty towing of large Fire Department apparatus.

The bid was advertised in the Fort Worth Star-Telegram on May 9, 2018, May 16, 2018, and May 23, 2018. Twelve vendors were solicited from the purchasing vendor database; two responses were received. Staff certifies that Texas Towing Wrecker Service, Inc. meets the specifications and recommends the award of the annual agreement for towing services of City-owned vehicles.

BID TABULATION – See Attached

PRICE ANALYSIS – The unit prices proposed by Texas Towing Wrecker Service, Inc. average 33 percent higher than the prices paid under the previous Agreement awarded in 2017 (M&C P-11800).  Purchasing staff reviewed the pricing and found pricing to be fair and reasonable and recommends awarding the agreement to Texas Towing Wrecker Service, Inc. in an amount up to $566,264.00 per year for an initial three-year term with one, two-year renewal option.  

ADMINISTRATIVE CHANGE ORDER - An administrative change order or increase may be made by the City Manager in an amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible.

Upon City Council approval, the Agreement shall begin upon execution of the Agreement and expire three years from that date.

RENEWAL OPTIONS - This Agreement may be renewed for one additional two-year renewal.  This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term.

 
FISCAL INFORMATION/CERTIFICATION:

The Financial Management Services Director certifies that funds are available in the current operating budgets, as appropriated, of the participating departments and that prior to an expenditure being made, the department has the responsibility to validate the availability of funds.

BQN\18-0290\LSJ
TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Susan Alanis (8180)
Originating Department Head:
Cynthia B. Garcia (8525)
Additional Information Contact:
La'Kita Slack-Johnson (8314)

 
 
ATTACHMENTS
  18-0290 BID TAB.pdf
  18-0290 Form 1295.pdf