Loading...
SR-12-10-2013-3ECity Council Meeting: December 10, 2013 Agenda Item: 3 °E- To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Bid Award for Fleet Washing Services Recommended Action Staff recommends that the City Council award Bid #4102 for fleet washing services for refuse and recycling collection and street sweeping vehicles to Qualified Mobile Inc., a California -based company, in an amount not to exceed $56,000 for FY 2013 -14, with two one -year options to renew at the same price, terms, and conditions, for a total award amount not to exceed $176,000 over a three -year period, with future year funding contingent on Council budget approval. Executive Summary The City contracts fleet washing services for refuse and recycling collection and street sweeping vehicles used by Resource Recovery & Recycling. In October 2013, the City solicited bids for such services. After reviewing the two bids received, staff recommends Qualified Mobile Inc. as the best bidder to provide fleet washing services for a total not to exceed amount of $176,000 over a three -year period. Discussion The City requires supplemental fleet washing services for refuse and recycling collection and street sweeping vehicles. The contractor would be required to wash each vehicle every other week. City staff assigned to the service vehicle would wash the vehicle on the alternate weeks. Regular cleaning of the vehicles eliminates grease and material build -up around the mechanical equipment and underbody. Staff requests $56,000 for FY 2013 -14 and $60,000 each for the subsequent year 2 and year 3 renewal options. The increased costs for the latter years are due to the anticipated addition of four new collection vehicles. Staff projects the cost per year for the four new vehicles to be approximately $3,640. 1 Vendor Selection In October 2013 the City published Notices Inviting Bids to provide fleet washing services for refuse and recycling collection and street sweeping vehicles as required by Resource Recovery & Recycling in accordance with City specifications. The bid was posted on the City's on -line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. There were 101 vendors notified and 13 downloaded the bid. Two bids were received and publicly opened on October 23, 2013 per Attachment A. Bids were evaluated on price, references, experience, proximity to the City and compliance with City specifications. Based upon these criteria, Qualified Mobile Inc. is recommended as the best and lowest bidder to provide fleet washing services for refuse and recycling collection and street sweeping vehicles in accordance with City specifications. Qualified Mobile Inc. provided lower pricing across the board for the first year. It also offered same price, terms, and conditions for subsequent renewals for the next two years while the other bidder offered 3% increase from previous year's price for all areas or options. In addition, Qualified Mobile Inc. has provided great customer service by being very responsive to service change requests and scheduling adjustments. 2 Financial Impacts & Budget Actions The purchase order to be awarded to Qualified Mobile Inc. is for an amount not to exceed $56,000 for the first year. Funds are included in the FY 2013 -2014 budget in division 27441. The purchase order will be charged to account 27441.555010. Budget authority for subsequent years will be requested in each budget cycle for Council approval. Future funding is contingent upon Council approval. Prepared by: Kim Braun, Resource Recovery and Recycling Manager Approved: Martin Pastucha Director of Public Works Attachments: A — Bid Summary 41 Forwarded to Council: Rod Gould City Manager Q M W ryj W N LL � W W 0 m O o t3 cc a z a 00 p d z ti y Z o O w q z o v 0 0 0 m m m CN o C 0 u IL: O 1 O O Lq M N N Lq V O O M a O w E a a a •u O a. O O D. H Z Z N W p a.:. X m O m .+ .-i . o . m . o . o . m . m o Y •- a v v a� m m m - 0 0 *= uNi s a v c N N w m m m v O = U V E C C N V o 0 � m m u' o0 00 00 00 00 00 00 M 00 -a v Wa:.N N v w - d: -1 Vim' t/T O O tN/T VNT V} tN/F N i1} VN1 u C W '^ c O c O Y :Ei Y i3 C- CC ',C EO V CL N } O1 } N u b N m d a W } G d Z ui m vi w Z m m z E E O O o 0 0 o o 0 0 0 0 0 0 0 0 0 -: m N N N N N N O ,a •Q =. m M m m m m m M m N E E E E m m w C m u c d: C OV O M1, U V ! J S N } 0 0 N >. O v Y a .S o u E u C. U m O w O N m O: a � as --.', 0 0 cr v a m `p v a' m y ;. N L m vui o u: :c o L N N a v c v 3 s v `vim 3 c E o O r. v_ r r: r O O m Y VNI } N E E a' •1/1 :. i• C N a d 0 o n o °u vii m m ! u°