Loading...
SR-07-23-2013-3IY roll goo of it Council Report Santa Monied City Council Meeting: July 23, 2013 Agenda Item: 3- To: Mayor and City Council From: Gigi Decavalles- Hughes, Director of Finance Subject: Formal Bids Staff Report 2013 Recommended Action Staff recommends that the City Council award Bids for the issuance of Blanket Purchase Orders for the attached list of recommended best bidders for goods or services formally bid between March and June 2013 for fiscal year 2013 -14, in an amount not to exceed $1,460,158, with two one -year renewal options for a total amount not to exceed $4,380,475 over a three -year period, with future year funding contingent on Council budget. Executive Summary The City's Purchasing Unit formally bid for a variety of goods and services from March 2013 -June 2013. Attachment A represents a consolidated list of best bidders for these citywide goods or services. Discussion The City's Purchasing Unit bids for goods or services as required by City departments throughout the fiscal year. However, the bidding process is amplified during the time period between March and June as staff prepares for the new fiscal year. The attached list details the citywide formal bids that have taken place between March 2013 and June 2013. The list identifies the best bidder, rationale for award and the number of vendors submitting bids. In order to facilitate the consolidation of all formal bids completed during March 2013- June 2013, staff is submitting one bid award report. To ensure continuity of delivery of necessary goods or services, staff recommends that Council approve the attached list of vendors to provide the specified good or service through June 30, 2014. Departments will submit individual staff reports for bid awards during the rest of the fiscal year. Attachment A includes the amounts for the first year as well 1 the total multi -year amount that includes two annual renewal options. The renewal options allow for the City, at its discretion, to renew the contract for additional years at the same price, terms and conditions. Vendor Selection Bids for each of the goods or services were posted on the City's online bidding system in accordance with the City Charter and Municipal Code provisions related to vendor selection, and were determined to be the best bidder as defined in 2.24.072 of the Municipal Code. Financial Impacts & Budget Actions The goods and services listed in Attachment A are funded from various budgets. The goods and services listed in Attachment A will only be purchased if funds are available in the appropriate accounts in the FY 2013 -14 Budget. Budget authority for subsequent years will be requested in each budget cycle for Council approval. Future funding of purchases is contingent on Council approval. Prepared by: Araceli Esparza, Purchasing Services Manager roved: Attachments: A. Best Bidders 2 Forwarded to Council: Rod Gould City Manager ATTACHMENT Number of Total Expenditure Not To Exceed Bidding Annual For The Term of Three Year Bid # Vendor Name Department Description of Goods /Service Best Bidder Justification Vendors Expenditure Agreement 4075 Paul's Welding Water Welding Services Pricing 2 $ 80,000 $ 240,000 4074 PumpMan Waste Water Water Pump Maintenance /Repair Abilty to provide per specifications 2 $ 251,900 $ 755,700 4080 Commonwealth BRO Armored Car Service Pricing 1 Bid, 1 No -Bid $ 42,033 $ 126,100 4063 Clean Source and Royal Corporation Public Landscape Custodial Supplies Pricing, quality of products, and 9 $ 63,580 $ 190,740 approval from OSE 4065 California Waters - Public Landscape p Fountain Maintenance at PSF & Pricing, compliance with bid 4 $ 17,600 $ 52,800 Library specifications 4069 Hillyard Custodial Supplies Equipment Purchase & Repairs Sole respondent 1 Bid, 1 No -Bid $ 65,000 $ 195,000 4070 Eagle Security Beach House Security Guard Services Pricing, best qualifications, and 30 $ 158,400 $ 475,200 compliance with bid specifications 4092 Logan's Marketing Street & Fleet Pervious concrete Pricing, only bidder 1 $ 75,000 $ 225,000 4058 GFI Parts (Incumbent Vendor, BBB GFI Replacement Parts & Repair cumulative total) Service Price 2 $ 50,645 $ 151,935 4066 HM Carpet (Primary), Elite Floorcoverin (Secondary) ( Facilities Carpet Flooring Contractor Services Pricing, qualifications, and 5 $ 250,000 $ 750,000 9 ry) compliance with bid specifications 4060 HD Supply BBB ZF Transmission Parts Price 2 $ 56,000 $ 168,000 Ramco General (Primary), Pricing, related work experience, 4093 Omega Constmcdon (Secondary), Facilities General Contractor Services qualifications, and compliance with 5 $ 350,000 $ 1,050,000 Crescent Pacific (Tertiapo bid sciecifications TOTAL $ 1,460,158 $ 4,380,475