02-02-1999 - Tow Services ContractDATE: February 2, 1999
TO: Dan Hobbs, City Manager
FROM: Artie Fields, Assistant City Manager
SUBJECT: Tow Services Contract
SUMMARY:
City of West Covina
Memorandum -
AGENDA
ITEM NO. G- la
DATE 2-2-99
®PRINTED ON RECYCLED PAPER
City staff has completed its review of the Tow Service RFP's and is recommending that
the City Council approve franchise agreements with Blackard's Towing Inc., Budget
Towing, and Haddick's Towing, Inc. It is also recommended that the City Council direct
the City Manager, or his designee, to negotiate a contract with the aforementioned tow
companies. The revenue generated by these franchise agreements will generate $57,000
annually for the General Fund for the next five -years.
BACKGROUND:
In the early 1990's, the City began to experience an increase in the demand for tow
services in the southern section of town. This increase, in demand resulted in higher
response times from two tow service companies working in the City. In order to combat
the increase in response time, staff added a third. tow service operator and assigned a
geographic portion of the City to each operator. None of the tow service companies
operated under a formal contract with the City during this period.
On November 16, 1998, the City .Council approved a Request for Proposals (RFP) for
tow services and directed the Police Department to. call for responses. The City mailed
five RFPs . and appropriately noticed the RFP to the public. As a result, fiveRFP
responses were received by the December 16, 1998, deadline. All responses remained
sealed until opened on January 6, 1999, by the City Clerk.
A Tow Services Committee was established by assembling staff from the City Manager's
Office, Police Department and Finance Department. The first order of business for the
Committee included a review of all the proposals to determine if each of the tow service .
operators met the requirements as stated in the RFP. Due to inconsistencies in the
manner in which information was submitted, each tow service company was contacted
and asked to submit additional information, which clarified their ability and willingness
to meet the RFP requirements. This process allowed the Committee to replace any
"implied" intentions to comply with the RFP with written documentation that each tow
service company understood and agreed to each element of the RFP. The Committee
proceeded with its analysis of the RFPs after receiving the requested information; from
each tow service company.
ANALYSIS:
The process for determining which of the tow service companies to recommend included
reviewing all proposals for:
1. Completeness (Did each tow service company meet the RFP stated criteria?),
2. Financial benefit to the City, and
3. Logistical appropriateness.
As stated in the background section of this report, the City received completed proposals
from five tow service companies.. All of the towing companies met the, minimum
requirements set forth in the RFP. Due to criteria established by the City Council and set
forth in. the RFP, none of the tow service companies could receive a franchise for more
than one service area. This meant that City staff must recommend the selection of three
tow service companies.
The following process was utilized by staff to determine which three of the five tow
service companies would generate the most revenue for the City:
1. Staff identified how much each tow service company was willing to pay for each
service area (see chart A).
2. Staff 'identified the top revenue producing proposal in each service area. (see chart A
bolded numbers).
3. Alternative. tow service configurations were then developed by using the top four
revenue -generating proposals (see charts B, C, D, and E).
4. The two tow service alternatives that generated the most revenue were then identified
(see Chart D [Alternative. I] and Chart E [Alternative II]).
5. In order to make a final decision, the Committee then focused on the two companies
that served as a variable in the two alternatives. This process required' that "the
Committee revisit the RFP criteria to determine which of the two company's best met
-the requirements. The two RFP requirements utilized for this purpose stated the City
will -review each RFP based upon:
A. A tow service company's storage facility in relationship to the area from
which the vehicles are towed.
B. Proposed revenue to the City.
1. Individual Bid.
2. Total revenue when combined with Haddick's and Budget.
Blackard's storage facility is located within the service area, while Walnut Valley
Towing is approximately a mile away from its service area. Although Blackard's Towing
had the highest individual bid of the two, Walnut Valley Towing would allow the City to
obtain a greater revenue stream overall by $500. .Due to the fact that criteria B above
could be argued in favor either company, the Committee identified two additional criteria
to assist in making a final -recommendation:
C: - Length of past service to the City.
D. Is the business located in West Covina?
Blackard's Towing is the preferred company as a result of items C and D listed above.
Blackard's, is a West Covina business that has been doing business with the City for 53
years. A summary of this information is presented below:
( A ) Logistical proximity to Located within service area Located approximately one
Service area. #1. mile away.
(B 1) Individual bid $12,000 . $7,500
(B2) Total revenue $57,000 - $72,000 annually. $57,000 - 72,500 annually.
generated when (Alternative 2) (Alternative 1)
combined with -
Haddick's and Budget.
C )Length of past service 53 years Approximately three years.
( D ) Business location, I City of West Covina City of Walnut
Chart A
tjasura's
N/A
4,000/$20,000
Blackard's*
$12,000/$60,000
N/A
Budget*
$20,000 to
$20,000 to
$35,000/$145,000
$35,000/$145,000
Haddick's*
$30,000/$150,000
$15,000/$75,000
Walnut Valley*
N/A
$ 7,500/$37,500
* Top four revenue -generating proposals.
C`harr R
N/A
N/A
$15,000 to
$25,000/$100,000
$25,000/$1255000
$ 7,500/$37,500
i
• -
$12,000/$60,000
Haddick'sIII
III
I
0 1 •
Chart C
Chart D (Alternative I)
Chart E.(Alternative
Haddick's Area 41 $30,000/$150,000
Budget" Area #2 $20,000435,000/$145 000
Walnut Valley Area #3 $7,500/$37,500
TOTAL REVENUE $57,500-72,500/$332,500
"Budget Towing will pay $20,000 (year 1), $25,000 (year 2), $30,000 (year 3),
$35,000 (year 4) and $35,000 (year 5).
OPTIONS:
Alternative I
Alternative I would award franchise agreements to the top two revenue generating
proposals (Haddick's Towing and Budget Towing). This would result in the' City
awarding Blackard's Towing service area #1 by default. As indicated on Chart A, only
three tow service companies presented bids for area #1 (Blackard's Towing, Budget
Towing and Haddick's Towing). Budget Towing and Haddick's Towing are eliminated
from receiving consideration in area #1, because they are recommended for areas #2 and
#3 under this alternative.
Alternative II
Alternative II would also award franchise agreements to the top two revenue generating
proposals (Haddick's Towing and Budget Towing) for service areas #1 and #2.. This
would result in the City awarding Walnut Valley Towing service area #3 by default. As
indicated on Chart A, only three tow service companies presented bids for area ;three
(Walnut Valley Towing, Budget Towing.and Haddick's). Budget Towing and Haddick's
Towing are eliminated from receiving consideration in area #3, because they are
recommended for areas #1 and #2 under this alternative.
The two key differences between Alternatives I and II are that:
A. Blackard's Towing and Walnut Valley Towing are exchanged, and
B. Alternative II will produce $500 more in annual revenue than Alternative I.
FISCAL IMPACT:
Approval of Alternative #1 will produce from $57,500 to $72,00 in revenue annually for
the General Fund.
RECOMMENDATION:
It is recommended that the City Council approve alternative I, and award franchise
agreements to Blackard's Towing Inc. (Area #1), Budget Towing (Area #2), and
Haddick's Towing, Inc. (Area #3), and direct the City Manger, or his designee, to
negotiate a contract with the aforementioned tow companies.
The Tow Service Committee has prepared and agreed with the content of this report.