Skip to main content
File #: 16-743    Version: 1 Name:
Type: Purchasing Status: Passed
File created: 7/22/2016 In control: City Commission
On agenda: 8/16/2016 Final action: 8/16/2016
Title: AWARD OF AN AGREEMENT FOR VEHICLE TOWING AND STORAGE SERVICES
Sponsors: Purchasing Department
Attachments: 1. Beck's Towing, 2. Blake's Towing, 3. Priority Towing, 4. Westway Towing, 5. Zuccala Wrecker, 6. RFQ 2016-091 Strengths & Weaknesses, 7. RFQ 2016-91 Final Ranking, 8. RFQ 2016-091 Purchasing Checklist

TO:                  Mayor and Commissioners

FROM:            Theresa Webb, Chef Purchasing Officer

THROUGH:   Donald B. Cooper, City Manager

DATE:             August 16, 2016

 

Title

AWARD OF AN AGREEMENT FOR  VEHICLE TOWING AND STORAGE SERVICES

 

Body

Recommended Action:

Recommendation

Motion to Award a three-year Agreement for Vehicle Towing and Storage Services to Westway Towing, Inc., with two, one year renewal terms in a not-to-exceed amount of $375,000 for the agreement term including the renewal options.

 

Body

Background:

On March 24, 2016 a Request for Qualifications (RFQ) No. 2016-091 was issued for City-wide Vehicle Towing and Storage Services. The primary users are the City Police and Community Improvement Departments . Five companies responded; Beck's Towing & Recovery Inc., Blake's Towing & Transport Inc., Priority Towing, Westway Towing Inc., and Zuccala's.

 

Two representatives from the City Police Department in cooperation with the Purchasing Department performed on-site inspections of each firm's facilities and equipment prior to the evaluation of proposals as required in the RFP. The results of the inspections were provided to the selection committee. The selection committee conducted an in-depth review of the proposals from each firm based on the criteria in the RFQ. 

 

Ranking                     Firm                                                                                                         Score

1.                                          Westway Towing Inc.                                          479

2.                                          Priority Towing                                                               445

3.                                          Blake's Towing & Transport Inc.                     441

4.                                          Beck's Towing & Recovery Inc.                     420

5.                                          Zuccala's                                                                                    413

 

The Vehicle Towing and Storage Agreement consists of several cost components. The first is a monthly cost recovery fee to be paid to the City by the towing firm for administrative support to manage the towing service within the City. This fee is determined on a per tow basis for each City-directed tow. The second cost component is for tow services required for City vehicles to be paid to the towing firm. The third cost component is late fees to be assessed to the towing firm by the City for failure to respond to a call for towing services within the required time frame specified in the Agreement. The towing firm must charge residential and commercial customers the rates established by Palm Beach County Code of Ordinances, Section 19. 

 

The RFQ includes a provision for the award of up to three agreements.  Commission may award one agreement, two agreements or three agreements for towing and storage services at its discretion. 

 

The total not-to-exceed amount to be paid to the towing firm of $375,000 for the agreement term including the renewal options. Based on previous history, the estimated cost recovery fee to be paid to the City is approximately $95,000 per year. 

 

This motion is in accordance with the City Code of Ordinances, Chapter 36, Section 36.02(A)(2), "Methods of Acquisition, Sealed Competitive Method, Requests for Proposals".

 

City Attorney Review:

Approved as to form and legal sufficiency.

 

Finance Department Review:

Finance recommends approval.

 

Funding Source:

Funding is available from budget accounts

501-3311-591-52-52 Outside Services

001-2111-521-52.23 Investigative Expenses

001-2115-521-46.31 Vehicle Maintenance

001-2115-521-52.23 Investigative Expenses