Loading...
HomeMy WebLinkAboutItem 14 - Towing Services MEMO TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: BRUNO RUMBELOW, CITY MANAGER MEETING DATE: SEPTEMBER 1, 2020 SUBJECT: APPROVAL FOR THE AWARD OF A BEST VALUE CONTRACT FOR TOWING SERVICES RECOMMENDATION: City Council to consider approval for the award of a best value contract to Euless Wrecker Service (also known as Euless B&B Wrecker), Inc. for City towing services. FUNDING SOURCE: This action will have no material effect on City funds. BACKGROUND: The purpose of this contract is to consolidate vehicle towing for the City to one vendor, so as to facilitate the best operations and services for City departments and to bring the best value to individuals needing tow services. Having one tow vendor under contract will allow the City to better monitor, control, and evaluate the vendor, so as to ensure residents and visitors will receive prompt, fair, and competent services and costs. The City solicited bids in accordance with Local Government Code, Chapter 252, Subchapter B, Section 252.021 (a) and Section 252.041 (a). Bids were taken in accordance with the City Purchasing Policy. The advertisement for the bid was posted in the Fort Worth Star -Telegram on March 11, 2021 and March 18, 2021. Additionally, the bid information was issued through the City's eBid system with 686 invitations sent out. Eight vendors viewed and downloaded the bid document and three bids were received. The bids were opened electronically and publicly on April 7, 2021 at 2 pm. The submitted bids were then reviewed by a committee, identifying Euless B&B Wrecker as the best value for the City and for consumers. The contract will address, in part, the following:  Will provide tow and clean-up services for crashes, arrests, disabled, and abandoned vehicles or other tows requested by the City.  Will provide tow services, vehicle releases, and access for City personnel 24 hours a day, seven days a week, 365 days a year including all holidays, regardless of weather conditions.  The storage facility will be secure and maintained in compliance with Texas Department of Licensing and Regulation.  Maintain an adequate fleet of tow equipment, both regular and heavy- duty.  Maintain a response time of 30 minutes or less from the time of notification.  Will maintain, in good standing, its proper certificates for operation approved by the Texas Department of Licensing and Regulations.  Will maintain insurance, registrations, and proper functioning safety equipment for all vehicles and equipment.  Will allow audits of the contract, including inspections of the facilities and records.  Will maintain sufficient personnel, including conducting background checks, licensing, and training. The contract will be for an initial three-year period, with two, one-year renewal options. Staff recommends approval. MH/LW