header-left
File #: 0893-2025    Version: 1
Type: Ordinance Status: Second Reading
File created: 3/28/2025 In control: Public Safety & Criminal Justice Committee
On agenda: 4/21/2025 Final action:
Title: To authorize the Director of Public Safety, on behalf of the Division of Police, to modify the contract with Pro-Tow, Inc. for the continuation of towing management services; to authorize an expenditure of $2,200,000.00 from the General Fund; and to declare an emergency. ($2,200,000.00)
Attachments: 1. Towing 2025 Accounting String, 2. Secretarty of State
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.
Explanation

BACKGROUND: This ordinance authorizes the Director of Public Safety to modify the contract with Pro-Tow, Inc. (PO460138, legislated via Ord. 1788-2024) to add additional funds in the amount of $2,200,000.00 for towing management services as needed for the City of Columbus and the Division of Police. The Division of Police is responsible for the safety and welfare of the traveling public on all public streets, state routes, interstates, and waterways, as well as those endangered by parking violations, accidents and/or abandoned vehicles and watercrafts within the Metropolitan Columbus Area as well as on City-owned land. In an effort to improve the transportation network and access innovative technology, the City sought a smart solution to towing management services.

This Ordinance is being submitted in accordance with the relevant provisions of Chapter 329 of City Code pertaining to contract modifications.
1) Amount of additional funds: The amount of $2,200,000.00 to be added is to extend funding for the 2025 fiscal year.
2) Reason additional funds were not foreseen: The contract was awarded for three (3) years with three (3), one (1) year renewals, but is only funded on a yearly basis. This is a planned modification.
3) Reason other procurement processes were not used: This is a three (3) year contract and was awarded through city code 329 on RFQ026831
4) How was cost determined: The pricing for the service is maintained in the current contract without modification.

Four proposals were received by the bid closing date of April 4, 2024, and the evaluation committee determined that Pro-Tow, Inc. was the highest qualified bidder. It is now necessary to authorize the Director of the Department of Public Safety to modify the contract with Pro-Tow Inc. to add additional funds for the continuation of towing management, through March 31, 2026.

BID INFORMATION: An evaluation committee comprised of representatives from the Division of Police, Divisi...

Click here for full text