Council awards two-district police tow contracts to Geys Automotive and Mid Valley Towing

3648528 · June 4, 2025

Loading...

AI-Generated Content: All content on this page was generated by AI to highlight key points from the meeting. For complete details and context, we recommend watching the full video. so we can fix them.

Summary

Following a competitive RFP and a review process that included on-site inspections and interviews, the council approved awarding official police tow service contracts to Geys Automotive (District 1) and Mid Valley Towing (District 2). Crescenta Valley Towing protested its scoring at the meeting.

The Glendale City Council on June 3 approved staff’s recommendation to award the city’s official police tow service contracts to Geys Automotive and Towing for District 1 and Mid Valley Towing for District 2 following a competitive request-for-proposal process.

Background and recommendation

Police staff said the department issued an RFP after a prior contract cycle and reduced the program from three districts to two to align service loads and operational needs. The police department reported receiving four proposals and using a five-member review committee that evaluated each proposal across six weighted criteria: qualifications of personnel and management; service requirements; facility and equipment requirements; prior experience and references; and financial viability. Captain Alex Krekorian presented the evaluation and recommended Geys Automotive and Mid Valley Towing based on operational readiness, professionalism and alignment with service needs.

Public comment and contractor reaction

Representatives of Crescenta Valley Towing, which has provided services to Glendale PD for more than two decades, asked council to pull the item for further review, asserting that their proposal and long history of service were scored lower than they expected. Mark Hassan, representing Crescenta Valley Tow, said his firm "has proudly served the Glendale Police Department for more than 25 years" and asked for reconsideration.

Police staff and the chief said the review committee found documented complaints and performance declines with one vendor during the prior contract period; the department noted prior temporary suspension of service and subsequent follow-up with the company. Captain Krekorian said complaints included improper truck selection and delays that could increase charges to vehicle owners, and the department relied on interviews, site inspections and references in scoring.

Council action

Councilmember Brotman moved to approve the recommendation; the motion passed unanimously on a roll-call vote. Council and staff said they vetted proposals thoroughly and that the chosen firms met the city’s operational and readiness standards. The contracts are for five years with options to renew two times for two years each.

Why it matters

The decision defines official tow providers who will handle police-directed tows, evidence tows, impounds and associated storage and release functions. Council members asked staff to monitor performance and keep the department informed of any service issues.