File #: 24-1341    Version: Name:
Type: Other Bids, Contracts, Procurements Status: Agenda Ready
File created: 9/23/2024 In control: City Council
On agenda: 10/8/2024 Final action:
Title: The linkage to the Strategic Plan is subsection: 2.4 Improve motorist safety and traffic management solutions. Award Summary: Discussion and action on the award of Solicitation No. 2024-0605 Police Ordered and Non-Consent Towing (Re-Bid) to 1) AD Wrecker Service, Inc., dba AD Towing & Recovery, 2) Chacon Business Group, Inc. dba Chacon Towing, 3) Raul Fernandez Jr. dba El Paso Dependable Towing LLC, 4) Kamel Towing, Inc., and 5) Sohle Express Towing, Inc., for an initial term of three (3) years for an estimated amount of $2,451,000.00. The award also includes a one (1), two (2) year option for an estimated amount of $1,634,000.00. The total amount of the contract, including the initial term plus the option for a total of five (5) years, is for an estimated amount of $4,085,000.00 on a rotation and as needed basis. This contract will allow the Police department to receive services in response to accidents and to transport vehicles to the El Paso Police Department Municipal Vehicle St...
Attachments: 1. 2024-0605 Packet 1, 2. 2024-0605 Title 2
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

CITY OF EL PASO, TEXAS

LEGISTAR AGENDA ITEM SUMMARY FORM

 

 

DISTRICT, DEPARTMENT, CONTACT INFORMATIOn:

Please choose District and Department from drop down menu.  Please post exactly as example below.

No Title’s, No emails.  Please use ARIAL 10 Font.

Details

All Districts

Purchasing and Strategic Sourcing, K. Nicole Cote, (915) 212-1092

Police, Chief Peter Pacillas, (915) 212-1092

End

 

 

AGENDA LANGUAGE:

This is the language that will be posted to the agenda.  Please use ARIAL 11 Font.

Title

The linkage to the Strategic Plan is subsection: 2.4 Improve motorist safety and traffic management solutions.

 

Award Summary:

Discussion and action on the award of Solicitation No. 2024-0605 Police Ordered and Non-Consent Towing (Re-Bid) to 1) AD Wrecker Service, Inc., dba AD Towing & Recovery, 2) Chacon Business Group, Inc. dba Chacon Towing, 3) Raul Fernandez Jr. dba El Paso Dependable Towing LLC, 4) Kamel Towing, Inc., and 5) Sohle Express Towing, Inc., for an initial term of three (3) years for an estimated amount of $2,451,000.00. The award also includes a one (1), two (2) year option for an estimated amount of $1,634,000.00. The total amount of the contract, including the initial term plus the option for a total of five (5) years, is for an estimated amount of $4,085,000.00 on a rotation and as needed basis. This contract will allow the Police department to receive services in response to accidents and to transport vehicles to the El Paso Police Department Municipal Vehicle Storage Facility.

 

Contract Variance:

The difference based in comparison to the previous contract is as follows: A decrease of $486,898.50 annual term, which represents a 16.57% decrease due to the short-term contract only for 6 months and to make sure there was enough capacity until new contract is awarded.

 

Department: Police

Award to Supplier 1: AD Wrecker Service, Inc., dba AD Towing & Recovery

City & State: El Paso, TX

Item(s): All

Initial Term: 3 Years

Option Terms: 2 Years

Total Contract Time: 5 Years

Annual Estimated Award: $163,400.00

Initial Term Estimated Award: $490,200.00

Option Term Estimated Award: $326,800.00

Total Estimated Award: $817,000.00

                      

Award to Supplier 2:Chacon Business Group, Inc. dba Chacon Towing

City & State: Atascosa, TX

Item(s): All

Initial Term: 3 Years

Option Terms: 2 Years

Total Contract Time:5 Years

Annual Estimated Award: $163,400.00

Initial Term Estimated Award: $490,200.00

Option Term Estimated Award: $326,800.00

Total Estimated Award: $817,000.00

                      

Award to Supplier 3: Raul Fernandez Jr. dba El Paso Dependable Towing LLC

City & State: El Paso, TX

Item(s): Group 1 - Item 1 - GVW 10,000 lbs or less

Group 1 - Item 3 - GVW 25,000 lbs and over

Group 2 

Initial Term: 3 Years

Option Terms: 2 Years

Total Contract Time: 5 Years

Annual Estimated Award: $163,400.00

Initial Term Estimated Award: $490,200.00

Option Term Estimated Award: $326,800.00

Total Estimated Award: $817,000.00

                      

Award to Supplier 4: Kamel Towing, Inc.

City & State: El Paso, TX

Item(s): All

Initial Term: 3 Years

Option Terms: 2 Years

Total Contract Time:5 Years

Annual Estimated Award: $163,400.00

Initial Term Estimated Award: $490,200.00

Option Term Estimated Award: $326,800.00

Total Estimated Award: $817,000.00

                      

Award to Supplier 5: Sohle Express Towing, Inc.

City & State: El Paso, TX

Item(s): All

Initial Term: 3 Years

Option Terms: 2 Years

Total Contract Time: 5 Years

Annual Estimated Award: $163,400.00

Initial Term Estimated Award: $490,200.00

Option Term Estimated Award: $326,800.00

Total Estimated Award: $817,000.00

 

Total Annual Estimated Award: $817,000.00 

Total Initial Term Estimated Award: $2,451,000.00 5 vendors

Total Option Term Estimated Award: $1,634,000.00

Total Estimated Award: $4,085,000.00

Account(s) 321 - 2811 - 21280 - 522070

Funding Source(s): Police Tow Lot

District(s): All

 

This was a Best Value Bid Procurement - unit price contract.

 

The Purchasing & Strategic Sourcing Department and Police Department recommend award as indicated to 1) AD Wrecker Service, Inc., dba AD Towing & Recovery, 2) Chacon Business Group, Inc. dba Chacon Towing, 3) Raul Fernandez Jr. dba El Paso Dependable Towing LLC, 4) Kamel Towing, Inc., and 5) Sohle Express Towing, Inc., the highest ranked bidders based on the evaluation factors established in the evaluation criteria for this procurement and to deem 3H Towing LLC non-responsive for not filling out the bid form and Moises Garcia dba Moy's Towing

Services LLC for failure to submit the required surety letter.

 

It is requested that the City Manager be authorized to establish the funding sources and make any necessary budget transfers and execute any and all documents necessary for execution of this award. 

 

Additionally, it is requested that the City Attorney's Office review and that the City Manager or designee be authorized to execute any related contract documents and agreements necessary to effectuate this award.

 

In accordance with this award, the City Manager or designee is authorized to exercise future options if needed.

End