Skip to main content
File #: 2018-04    Version: Name: Citywide Towing
Type: Ordinance Status: Passed
File created: 3/20/2018 In control: City Commission
On agenda: 5/23/2018 Final action: 5/23/2018
Title: MOTION TO ADOPT THE PROPOSED ORDINANCE NO. 2018-04 ON SECOND AND FINAL READING. PROPOSED ORDINANCE NO. 2018-04 IS AN ORDINANCE OF THE CITY OF PEMBROKE PINES, FLORIDA, APPROVING THE FRANCHISE AGREEMENT WITH BAZIN CORPORATION D/B/A A&B TOWING SERVICE, TO PROVIDE CITYWIDE TOWING SERVICES, WHICH IS ATTACHED HERETO AS EXHIBIT “A”, AND INCORPORATED HEREIN; AUTHORIZING THE CITY MANAGER OF THE CITY OF PEMBROKE PINES TO EXECUTE THE AGREEMENT WITH BAZIN CORPORATION, ALL CONSISTENT WITH THE PROVISIONS OF SECTION 3.12 OF THE CHARTER OF THE CITY OF PEMBROKE PINES; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND PROVIDING FOR EFFECTIVE DATE.
Attachments: 1. 1. Ordinance 2018-04 (Towing Franchise), 2. 2. Exhibit A - Franchise Agreement with Bazin Corporation dba A & B Towing Service - Citywide Towing Services, 3. 3. Breakdown of Proposed Monthly Payments, 4. 4. 2018-04-23 Draft Evaluation Committee Meeting Minutes and Score Sheets, 5. 5. 2018-03-15 Approved and Amended Evaluation Committee Meeting Minutes, 6. 6. 2018-03-15 Draft Evaluation Committee Meeting Minutes and Score Sheets, 7. 7. PD-17-07 - Bid Tabulation, 8. 8. Submittal by Bazin Corporation d/b/a A & B Towing Service, 9. 9. PD 17-07 - City Wide Towing

Title

MOTION TO ADOPT THE PROPOSED ORDINANCE NO. 2018-04 ON SECOND AND FINAL READING.

 

PROPOSED ORDINANCE NO. 2018-04 IS AN ORDINANCE OF THE CITY OF PEMBROKE PINES, FLORIDA, APPROVING THE FRANCHISE AGREEMENT WITH BAZIN CORPORATION D/B/A A&B TOWING SERVICE, TO PROVIDE CITYWIDE TOWING SERVICES, WHICH IS ATTACHED HERETO AS EXHIBIT “A”, AND INCORPORATED HEREIN; AUTHORIZING THE CITY MANAGER OF THE CITY OF PEMBROKE PINES TO EXECUTE THE AGREEMENT WITH BAZIN CORPORATION, ALL CONSISTENT WITH THE PROVISIONS OF SECTION 3.12 OF THE CHARTER OF THE CITY OF PEMBROKE PINES; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND PROVIDING FOR EFFECTIVE DATE.

 

Summary Explanation and Background

 

SUMMARY EXPLANATION AND BACKGROUND:

1.  On December 20, 2017 the City Commission authorized the advertisement of PD-17-07 “Citywide Towing Services” which was advertised December 26, 2017.

 

2.  The purpose of this solicitation was to seek proposals from qualified towing contractors to provide citywide towing services.  The awarded contractor will pay the City a franchise fee for the exclusive rights to provide towing services based on need as directed by the City's Police Department.

 

3.  On January 30, 2017, the City opened two (2) proposals and one (1) “No Bid” from the following vendors:

 

Vendor Name          

Annual Franchise Fee

Macs Towing Service

No Bid

WestWay Towing, Inc.

$200,000

Bazin Corporation d/b/a A&B Towing Service

$205,000

 

4.  On March 15, 2018, the City convened an evaluation committee to evaluate the qualifications of the proposers based on the weighted criteria provided for in the bid documents and listed below:

   

     - Qualifications and Capability to Provide Services (35%)

     - Previous Experience (10%)

     - Proposed Franchise Fee (50%)

     - Local Vendor Preference/Veteran Owned Small Business Preference (5%)

 

Please note that based on the recommendation of the City Attorney's Office, all of the criteria listed above, including the pricing section, are scored by the individual evaluators.  Therefore, the City Administration does not calculate or dictate how the individual evaluator should score the pricing section.

 

5.  At the March 15, 2018 meeting, the evaluation committee ranked the vendors as shown below:

 

     Rank     Vendor Name

        1          Bazin Corporation d/b/a A & B Towing Services

        2          WestWay Towing, Inc.

 

6.  Based on the scoring results, the evaluation committee unanimously approved a motion to recommend the City Commission to award PD-17-07 “Citywide Towing Services” to the first ranked vendor, A & B Towing Services.

 

7.  A & B Towing Services has also completed the Equal Benefits Certification Form and has stated that the “Contractor will comply with the conditions of this section at the time of contract award."

 

8.  On April 4, 2018, Administration brought forward an agenda item for the City Commission to approve the findings and recommendation of the evaluation committee and to award PD-17-07 “Citywide Towing Services” to Bazin Corporation d/b/a A & B Towing Services and to pass proposed ordinance no. 2018-04 on first reading to enter the franchise agreement.

 

9.  At the April 4, 2018 Commission meeting, the City Commission passed a motion to table the item until the May 2, 2018 meeting and to send the item back to the Evaluation Committee to include a site visit requirement.

 

10.  On April 18, 2018, each of the Evaluation Committee members made a separate site visit to each of the proposer's facility.

 

11.  On April 23, 2018, the City re-convened the evaluation committee, in which the evaluation committee re-evaluated the proposals and ranked the vendors as shown below:

 

     Rank     Vendor Name

        1          Bazin Corporation d/b/a A & B Towing Services

        2          WestWay Towing, Inc.

 

12.  Based on the scoring results, the evaluation committee unanimously approved a motion to recommend the City Commission to award PD-17-07 “Citywide Towing Services” to the first ranked vendor, A & B Towing Services.

 

13.  The City currently has an agreement with Bazin Corporation d/b/a A & B Towing Services which is set to expire on July 31, 2018.  The City has been satisfied with the services performed by the current vendor and the vendor is up to date on all franchise fee payments to the City.

 

14.  On May 2, 2018, the City Commission approved the findings and recommendation of the evaluation committee and awarded PD-17-07 “Citywide Towing Services” to Bazin Corporation d/b/a A & B Towing Services and also approved to pass proposed ordinance no. 2018-04 on the first reading. 

 

15.  Request Commission to pass proposed ordinance no. 2018-04 on the second and final reading. 

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)   Initial Cost:  There is no cost for this contract, the City will receive $205,000 for the initial year of the contract, paid in monthly installments with the first payment due in August of 2018.  

b)   Amount budgeted for this item in Account No: There are no funds expensed for this contract. The City receives revenue from the contractor that is budgeted in 1-323940 Franchise Fees - Towing Services.

c)   Source of funding for difference, if not fully budgeted: Not Applicable

d)   5 year projection of the operational cost of the project: The amounts shown in the table below relate to the attached agreement, which is for an initial three year term beginning August 1, 2018 and ending July 31, 2021.  Upon mutual written agreement, the agreement may be extended for two additional three year periods.  Starting on October 1, 2019, and every consecutive year thereafter, for the entire term of the Agreement, the Annual Franchise Fee shall be automatically increased according to the Consumer Price Index for "All Urban Consumers for Miami/Fort Lauderdale, Florida" as published by the U.S. Department of Labor Statistics or its successor agency for the twelve (12) month period ending April or 3%, whichever is less, but not less than zero.  The table below only represents the initial three year period of the proposed agreement, following the City's Fiscal Year which runs from October 1st through September 30th.  In addition, the table below does not take into account the optional renewal terms nor the existing towing agreement which is set to expire on July 31, 2018.  Attached is a spreadsheet with a breakdown of the monthly payments.

 

 

Current FY

Fiscal Year 2

Fiscal Year 3

Fiscal Year 4

Fiscal Year 5

 

8/1/18 - 9/30/18

10/1/18-9/30/19

10/1/19-9/30/20

10/1/20-7/31/21

 

Revenues

$34,167

$205,000

$211,150

$181,237

$0

Expenditures

$0

$0

$0

$0

$0

Net Cost

$34,167

$205,000

$211,150

$181,237

$0

                    

e)   Detail of additional staff requirements:  Not Applicable.