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 t...

Click here for full text