Loading...
HomeMy WebLinkAbout15-Finance CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Barbara Pachon, Director of Finance Subject: Resolution authorizing the execution of an agreernent with PMR Progressive LLC to provide Collection Services of delinquent accounts for the City of San Bernardino, Dept: Finance Date: May 18, 2010 Council Meeting: 6/7/10 Synopsis of Previous Council Action: None Recornmended motions: Adopt Resolution (;l!tI/~qe//I2L ~ Signature Contact person: Barbara Pachon, Director of Finance Phone: 5242 Supporting data attached: Staff Report, Attachments Ward: All FUNDING REQUIREMENTS: Amount: Source: Finance: Council Note~: Agenda Item No. I~ W-1-WID CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT: Resolution authorizing the execution of an agreement with PMR Progressive LLC, of Woodland Hills, CA, to provide collection services of delinquent accounts for the City of San Bernardino. BACKGROUND: Currently the City of San Bernardino does not have a centralized vendor performing the delinquent debt collection function for the City as a whole. There is currently uncollected . revenue owed to the City in several areas like residential and commercial trash services, false alarm fees, emergency medical services, Animal Control citations, delinquent and lost library books, and Parking Enforcement Citations. Working with a collection vendor the Finance Department will coordinate the collection of past due revenues for all Departments in the City. REOUEST FOR PROPOSAL PROCESS AND CONTRACT AWARD: On January 12,2010, the City of San Bernardino Purchasing Department issued a Request for Proposal (F-IO-11) for Collection Services. The RFP was posted on the City's website, sent to the San Bernardino Chamber of Commerce and notices were mailed to fifteen (15) vendors. The City received thirteen (13) responses to our Request for Proposal with two (2) deemed as non- responsive. An evaluation committee comprised of. various City Departments evaluated all responses. Several factors were taken into consideration as these proposals were reviewed including, capabilities of the Collection Agency qualifications and related experience and reasonableness of cost and price. The standardized city evaluation criteria were used which included such things as: · Capabilities of Firm to Effectively Complete the Project Requirements - 35% · Qualifications of FirmlRelated Experience - 45% · Reasonableness of Cost and Price - 10% . Completeness of Response - 5% . Local Vendor Preference - 5% The term of this agreement is for a period of three (3) years, (with the option of two one-year extensions at the City's discretion). Below is the list of companies who provided bid responses. Staff Report Page - 2 Company Name United Adjustment Co Mone Control, Inc. Ven off Williams MRS RSI Ente rises PerSolve LLC Penn Credit Co The Sa es Corn EOSICCA Se uoia States Recover Systems, Inc., Financial Credit Network Company Location Kentland, IN Riverside, CA Garden Grove, CA Che Hill, NJ Glendale, AZ Chatsworth, CA Harrisbur , P A Solana Beach, CA Norwell, MA Glendale, CA Rancho Cordova, CA Visalia, CA PMR Progressive LLC was not the lowest-cost bid; however, many of the lower-cost companies were out of state which would increase other costs. In addition, many of the lower-cost companies did not indicate that they could rneet all of our requirements, and/or had little or no municipal experience. The proposed bid prices by the above companies ranged frorn 8.5% to 50% of the amount collected. Most bid prices were in the 21 % to 28% range. The evaluation committee did not feel that the bid at the 8.5% was as qualified and capable as rnost of the other bids, nor did they respond completely to the RFP. Two of the references provided by PMR Progressive LLC were contacted by a member of the evaluation committee and indicated that they would recommend the company to others. Three other references provided letters of reference which were included in the bid document. Given the qualifications of PMR Progressive LLC, it is recommended that the Mayor and Common Council adopt the resolution and engage PMR Progressive LLC. to begin collection services on delinquent accounts. FINANCIAL IMPACT: The proposed firm has fixed fees for primary debt collection services provided by PMR Progressive, LLC for the City of San Bernardino are as follows: Emergency Medical Services Debt Collection Fee 28% (of the amount collected) All other Debt Collection Fee 26% (ofthe amount collected) PMR justifies the increased fee for Emergency Medical Services because it tends to be more difficult to locate these debtors which makes the balances harder to collect. RECOMMENDATION: Adopt Resolution