OCA-23-005 November 2022
Finding 1, continued
Given the City Council’s concern over the impacts of the program and
the significant financial, equity, and quality of life implications we
found exist, City leadership should evaluate its options and articulate a
policy direction on enforcement and fees for the towing program going
forward. We found other agencies have employed alternative towing
models and practices that City policymakers could consider to
balance the City’s competing goals—for example, a “text before tow”
option, updating or restructuring of fees, alternative enforcement
efforts such as “booting,” or community service instead of fees.
To inform the City’s decision making, SDPD should periodically and
publicly report on numerous aspects of the program’s financial,
equity, and quality of life implications for the City and its residents. In
addition to providing general information on the towing program and
overall trends, SDPD should inform City leadership on how the towing
program disproportionately affects vulnerable residents.
Finding 2: Internal oversight of the towing program is
strong and SDPD should continue to conduct performance
evaluations in compliance with the City’s contract guide.
We found that SDPD has implemented strong internal controls over
the towing program. The City’s third-party vendor for data
management and dispatching, AutoReturn, allows for timely
monitoring of the contracted tow and impound providers. We found
that AutoReturn accurately tracks and calculates towing fees. This
provides reasonable assurance that tow and impound providers are
following policies and procedures set by the City.
One area for improvement is contractor performance evaluations. The
City’s contract compliance guide states that SDPD should conduct
contractor evaluations on a quarterly basis and provide the evaluations
to the Purchasing and Contracting Department and to the contractors.
The guide states that contractors should be evaluated on the service
they are responsible for providing, how they are supposed to provide
it, and if they met the City’s requirements. The evaluations may be
considered in evaluating future proposals and bids for contract award.
However, from FY2019 to FY2022, we found that SDPD had not been
conducting contractor evaluations as required by the contract guide.
During the course of this audit, in late FY2022, SDPD began conducting
the evaluations, which met the contract guide’s requirements.
Specifically, SDPD evaluated its contractors based on the performance
standards within the towing manual, such as impound response times,
tow truck driver requirements, customer service to citizens, and data
entry.
Monitoring and tracking performance is key to assessing program
outcomes and ensuring contract compliance. Performance evaluations
can help improve vendor performance and may minimize the City’s risk
of contracting with previously poor-performing vendors in future
contract solicitations.
Exhibit 16: SDPD Adheres to Best Practices for Contract Monitoring in Its
New Vendor Performance Monitoring Forms but had Not Yet Shared
Vendor Performance Forms with P&C Until FY2023
Source: Auditor generated based on the OCA’s 2015 Performance Audit of Citywide
Contract Oversight and SDPD’s Quarter 1 FY2023 Compliance Evaluations.
What OCA recommends
We make 4 recommendations to address the issues outlined
throughout the report. Key recommendation elements include:
• SDPD should present a comprehensive report on the
towing program’s operations to the Public Safety and
Livable Neighborhoods Committee and/or City Council
prior to each of the City’s comprehensive user fee
studies, as well as prior to issuing or renewing an RFP for
relevant towing and/or impound contracts.
• Prior to presentation of the next towing program update,
SDPD should work with City leadership to present a new
or updated Council Policy 500-03 for City Council’s
approval. This policy should outline specific information
that should be included in the report.
• SDPD should solicit, compile, and report information to
City Council on potential policy options for the towing
program, with input from other City departments such as
City Treasurer’s, Homelessness Strategies, and others.
• SDPD should continue to conduct quarterly performance
evaluations for its licensed towing and impound
contractors and submit these forms to the Purchasing and
Contracting Department for monitoring.
City Management agreed with 3 of the 4 recommendations. SDPD
did not agree to compile and report information on alternative
policy options.
For more information, contact Andy Hanau, City Auditor at (619)
533-3165 or CityAuditor@sandiego.gov