File #: REPORT 24-0164    Version: 1 Name:
Type: Action Item Status: Consent Calendar
File created: 3/26/2024 In control: City Council
On agenda: 4/9/2024 Final action:
Title: APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH VAN LINGEN TOWING TO PROVIDE TOWING AND STORAGE SERVICES (Police Chief Paul LeBaron)
Attachments: 1. RFP 24-001 Towing and Storage Services, 2. Van Lingen Towing Bid Proposal, 3. Professional Services Agreement for Van Lingen Towing, 4. Link to City Council Staff Report on August 27, 2019, 5. Link to City Council Staff Report on September 8, 2020

Honorable Mayor and Members of the Hermosa Beach City Council                                                                        

Regular Meeting of April 9, 2024

 

Title

APPROVAL OF A PROFESSIONAL SERVICES AGREEMENT WITH VAN LINGEN TOWING TO PROVIDE TOWING AND STORAGE SERVICES

(Police Chief Paul LeBaron)

 

Body

Recommended Action:

Recommendation

Staff recommends City Council:

1.                     Approve a Professional Services Agreement (Attachment 3) with Van Lingen Towing to provide non-exclusive towing and storage services for a four-year term ending March 31, 2028, with an option to allow the City Manager to extend up to two one-year terms; and

2.                     Authorize the City Manager to execute and the City Clerk to attest to the proposed agreement, subject to approval by the City Attorney.

 

Body

Executive Summary:

The City of Hermosa Beach currently contracts for vehicle towing and storage services. Following a competitive Request for Proposals (RFP) process, staff recommends City Council award a non-exclusive agreement for towing and storage services to Van Lingen Towing for a term of four years ending March 31, 2028. Staff also recommends approval of an option to allow the City Manager to extend the agreement for up to two additional one-year terms.  

 

Background:

The responsibility of the City and Police Department to provide for the safety of the public and to ensure smooth traffic flow often requires the removal of vehicles from the roadway via towing service. During the normal course of business, the Police Department responds to numerous traffic collisions and disabled or abandoned vehicles where removal is necessary. The Police Department is also authorized to remove certain vehicles from the roadway and off-street parking facilities pursuant to provisions of the California Vehicle Code. These services are provided through an agreement with an independent towing company licensed to conduct business in the City.

At its August 27, 2019 meeting, City Council awarded an agreement to Bruffy’s Tow and the contract was subsequently extended by Council at its September 9, 2020 meeting. The agreement has since expired and staff initiated the Request for Proposals (RFP) process to secure a new contract.    

 

Past Board, Commission, and Council Actions

Meeting Date

Description

August 27, 2019

City Council approved an agreement for towing and storage services to Bruffy’s Tow. 

September 8, 2020

City Council approved an extension of the agreement with Bruffy’s Tow. 

 

Analysis:

On February 15, 2024, the City issued Requested for Proposal (RFP) 24-001 (Attachment 1) inviting experienced and highly qualified providers to submit proposals through a competitive process. The RFP was advertised in the Easy Reader, on the City’s website, and on the City’s online bidding platform, Planet Bids. On March 7, 2024, a total of three proposals were received in response to the RFP.

 

The proposing firms are listed below in alphabetical order:

 

                     Bruffy’s Tow;

                     US Tow; and

                     Van Lingen Towing

 

The proposals were independently evaluated in detail by a staff review panel and scored based on the following weighted criteria:

 

                     Approach (30 percent)

o                     A well thought-out and tailored approach to the technical work that responds to the City’s particular issues and needs.

o                     Incorporation of innovative and/or creative approaches for providing services that will maximize efficient, cost-effective operations or increased performance capabilities.

o                     Evidence of the team’s ability to work collaboratively with other members of a multi-disciplinary team in a complex and dynamic working environment.

o                     Demonstration of the team’s commitment to accurate and superior services as detailed in the management plan.

 

                     Relevant Experience and Expertise (35 percent)

o                     Recent experience providing similar services for jurisdictions.

o                     Familiarity and experience with applicable industry standards and any relevant federal, state, or local requirements.

o                     The depth and appropriateness of experience of individual members of the technical team as they relate to the specific technical tasks called for by the provided services.

o                     The contractor team ability to dedicate a strong point of contact that will service for the duration of the contracted services.

o                     The team’s experience and ability to clearly communicate technical concepts and terminology with the City team and community.

 

                     Timeframe and Costs (25 percent)

o                     Contractor will have services available 24 hours per day, 7 per week, 365 days per year.

o                     Rate changes do not exceed the change in the Consumer Price Index for Los Angeles County over the previous 12-month period. Rates do not exceed the Los Angeles Police Commission’s Tow and Storage rates.

 

                     Administration (10 percent)

o                     Ability to comply with time-sensitive terms, and billing procedures.

o                     The extent and nature of any proposed amendments to the City’s Professional Services Agreement.

 

The staff review panel evaluated each of the proposals and determined that all three firms met the minimum requirements. Rankings for the proposals are as follows:

 

Ranking

Company

1

Van Lingen Towing

2

U.S. Tow

3

Bruffy’s Tow

 

Van Lingen Towing (Attachment 2) has been in business for 76 years and currently provides towing services for the cities of El Segundo, Manhattan Beach, Redondo Beach, Torrance, and Palos Verdes Estates. Van Lingen Towing currently staffs 40 employees, with 32 of its drivers having over 10 years of experience. In comparison with the two other proposers, Van Lingen has the highest number of dispatchers and drivers.

 

Van Lingen Towing currently has 36 trucks assigned to its fleet and has expressed everyday services would be provided to the City of Hermosa Beach to accommodate the late afternoon tow-away zones on Pacific Coast Highway. Van Lingen Towing has four storage facilities, all within a five-mile radius of Hermosa Beach.

 

The staff review panel conducted reference checks for the top ranked firm and after considering the entirety of the competitive selection review process, staff recommends City Council approve a Professional Services Agreement (Attachment 3) with Van Lingen Towing to provide non-exclusive towing and storage services for a four-year term ending March 31, 2028, with an option to allow the City Manager to extend up to two one-year terms.

 

General Plan Consistency:

This report and associated recommendation have been evaluated for their consistency with the City’s General Plan. Relevant Policies are listed below.

 

Mobility Element

 

Goal 2. A public realm that is safe, comfortable, and convenient for travel via foot, bicycle, public transit, and automobile and creates vibrant, people oriented public spaces that encourage active living.

Policy:

                     2.2 Encourage traffic calming. Encourage traffic calming policies and techniques to improve the safety and efficient movement of people and vehicles along residential areas and highly trafficked corridors.

 

Goal 7. A transportation system that results in zero transportation-related fatalities and which minimizes injuries...

Policy:

                     7.1 Safe public rights-of-way. Encourage that all public rights-of-way are safe for all users at all times of day where users of all ages and ability feel comfortable participating in both motorized and non-motorized travel.

 

Public Safety Element

 

Goal 5. High quality police and fire protection services provided to residents and visitors.

Policy:

                     5.2 High level of response. Achieve optimal utilization of allocated public safety resources and provide desired levels of response, staffing, and protection within the community.

 

Fiscal Impact:

There is no net change in fiscal impact related to the new towing and storage agreement.  The City’s current vehicle impound release fee is $267 per vehicle. The City impound release fees would continue to be collected by the tow company, which would then be paid to the City on a monthly basis.

 

Attachments:

1.                     RFP 24-001 Towing and Storage Services

2.                     Van Lingen Towing Bid Proposal

3.                     Professional Services Agreement with Van Lingen Towing

4.                     Link to August 27, 2019 City Council Staff Report

5.                     Link to September 8, 2020 City Council Staff Report

 

 

Respectfully Submitted by: Guy Dove, Police Sergeant

Concur: Landon Phillips, Police Captain

Noted for Fiscal Impact: Viki Copeland, Finance Director

Legal Review: Patrick Donegan, City Attorney

Approved: Suja Lowenthal, City Manager