Loading...
Exhibit 1 - Agenda Information SheetCity of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement ACM: Cassey Ogden DATE: September 24, 2024 SUBJECT Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation, authorizing the City Manager to execute a contract with Recovery Systems, Inc. dba Pro Tow Wrecker Service, for towing services of City-owned and impounded Police vehicles for the Fleet Services Department; providing for the expenditure of funds therefor; and providing an effective date (RFP 8618 – awarded to Recovery Systems, Inc. dba Pro Tow Wrecker Service, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $400,000.00). STRATEGIC ALIGNMENT This action supports Key Focus Area: Enhance Infrastructure and Mobility. INFORMATION/BACKGROUND This Request for Proposal is to establish a towing contract through the City of Denton Fleet Services Department, to be utilized by the Fleet Department and the Police Department. The contract will be used for the towing of City vehicles to and from various shops and locations due to breakdowns, damage, and needed repairs. Additionally, the Police Department will utilize the contract to tow confiscated vehicles to their impound area, as needed. This contract aims to streamline the towing process, improve response times, and ensure that both City vehicles and impounded vehicles are handled efficiently and professionally. It will also help maintain the operational readiness of the City's fleet and support the Police Department’s enforcement efforts. The contract value is based on historical spending levels and includes future asset and service estimates. Estimated Contract Expenses Category Year 1 Year 2 Year 3 Year 4 Year 5 Total Services $71,754 $73,907 $76,124 $78,408 $80,760 $380,953 Contingency 5% 3,588 3,695 3,806 3,920 4,038 19,047 Total $75,342 $77,602 $79,930 $82,328 $84,798 $400,000 Below is the information Recovery Systems, Inc. dba Pro Tow Wrecker Service provided regarding the wages they pay their employees who will be assigned to the City’s contract. Position Description Number of Assigned Employees Hourly Rate of Assigned Employees Dispatchers 13 $18.00 Drivers 34 $26.00 City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Request for Proposals was sent to 462 prospective suppliers, including 15 Denton firms. In addition, specifications were placed on the Procurement website for prospective suppliers to download and advertised in the local newspaper. Two (2) proposals were received, references were checked, and proposals were evaluated based upon published criteria including compliance with specifications, probable performance, and price. Best and Final Offer (BAFO) was requested from the firms. The department is awarding the contract to Recovery Systems, Inc. dba Pro Tow Wrecker Service. NIGP Code Used for Solicitation: 959-(Service Only)-Marine Construction & Related Services; Marine Equipment Maintenance & Repair & 968-(Service Only)-Public Works & Related Services Notifications sent for Solicitation sent in IonWave: 462 Number of Suppliers that viewed Solicitation in IonWave: 7 HUB-Historically Underutilized Business Invitations sent out: 47 SBE-Small Business Enterprise Invitations sent out: 152 Responses from Solicitation: 2 RECOMMENDATION Award a contract with Recovery Systems, Inc. dba Pro Tow Wrecker Service, for towing services of City- owned and impounded Police vehicles for the Fleet Services Department, for one (1) year, with the option for four (4) additional one (1) year extensions, in the total five (5) year not-to-exceed amount of $400,000. PRINCIPAL PLACE OF BUSINESS Recovery Systems, Inc. dba Pro Tow Wrecker Service Lewisville, TX ESTIMATED SCHEDULE OF PROJECT This is an initial one (1) year contract with options to extend the contract for four (4) additional one (1) year periods, with all terms and conditions remaining the same. FISCAL INFORMATION These services will be funded through the Fleet Department operating budget on an as-needed basis and will be charged back to the appropriate department. Purchase orders will be entered into the Purchasing software system as needed. The City will only pay for services rendered and is not obligated to pay the full contract amount unless needed. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Pricing Evaluation Exhibit 3: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Tom Gramer, 940-349-7467. Legal point of contact: Marcella Lunn at 940-349-8333.