Loading...
SR-11-12-2013-3DCity Council Meeting: November 12, 2013 /� • . � �E1ftTii��r7 To: Mayor and City Council From: Gigi Decavalles- Hughes, Director of Finance Subject: Citywide Locksmith Services Recommended Action Staff recommends that the City Council award Bid #4100 and authorize the purchase of Citywide locksmith services from First Security Safe Co., Inc. and Miller's Lockshop, which are both California -based companies, in the cumulative annual amount not to exceed $90,200 for FY 2013 -14, with two one -year options to renew, for a total cumulative amount not to exceed $270,600 over a three -year period. Executive Summary City divisions require ongoing maintenance, repairs, and adjustments for existing locks, as well as installation of new locks for various City facilities. A consolidated Citywide bid was conducted in August 2013 so that all City departments would have the ability to use the services of the selected vendors. First Security Safe Co. and Miller's Lockshop are recommended as the best bidders for a total contract amount of $270,600 over a three -year period. Discussion In response to organization -wide needs, a bid was conducted to secure services from locksmith vendors that would be able to perform a wide range of service requests on an as needed basis. Departments were given the opportunity to provide feedback on the specifications and scope of work from which the bid was drafted. Due to the nature and the frequency at which locksmith services are requested, the City requires multiple contractors to fulfill its needs. In order to ensure that multiple service requests would be completed as needed, staff recommends that Council approve two vendors to provide locksmith services. 1 Vendor Selection In August 2013, the City published Notices Inviting Bids to provide locksmith services as required by various City departments 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 the City Charter and Municipal Code provisions. Thirteen vendors were notified and eighteen vendors downloaded the bid. Four bids were received and publicly opened on August 29, 2013, per Attachment A. The bids were evaluated based on price, compliance with City specifications, availability and response time for service requests, as well as maximum number of simultaneous jobs which the vendors could manage. First Security Safe Co. offered the lowest hourly labor rate, proposed a two hour response time for service requests, and indicated that they could accommodate three simultaneous jobs for the City at any given time. Miller's Lockshop is a Santa Monica -based company and therefore was able to propose a maximum of two hours for their response time for service requests. They offered a competitive hourly labor rate and indicated that they could accommodate one job for the City at any given time. Both vendors adhered to all requirements and also offered two renewal options at no price increase. Based on these criteria, First Security Safe Co., Inc. and Miller's Lockshop are recommended as the best bidders. I% Financial Impacts & Budget Actions The purchase orders to be awarded to First Security Safe Co., Inc. and Miller's Lockshop are for a combined total annual amount not to exceed $90,200, with two one - year options to renew, for a combined total amount not to exceed $270,600 over a three year period. Funds in the amount of $90,200 are included in the FY 2013 -14 adopted budget within the various departments utilizing the locksmith services; locksmith services will only be performed if funds are available in the appropriate accounts. Budget authority for subsequent years will be requested in each budget cycle for Council approval. Future funding is contingent upon Council approval and budget adoption Prepared by: Regina Benavides, Senior Buyer roved: / i /Uj r Gi ii Decavalles- ghesghes Director of Finance Attachments: Attachment A — Pricing 3 Forwarded to Council: Rod Gould City Manager x v Z v S Y u J m v Ol $ � Y O V Y c p O O � � V • 0 O O N Z U � a a � m m m ro O Vj O pj O N 0 0 O ry o N N p o p::'.U. E `y N rl rl O p Z �.�0 O. v0i .y o 2 p — �+ v N m O Z Y � m Y'.(U m o Z C 0 O O Z J cO' O > H G c W � G N °c m O Z O O Q O Z O 7 m v 3 o N h H T VI N' ut Q O O O Z y�j 0 � d .y N W J O O E° N ei J m U1 N N U1 v v T U ut Ol W V T cm-t Z Y O a m m m p 2 y vt vt 00 ut O O in x AT> d O o E. Q ¢ v v o O - 5 o m o m � w c V a _ v o E� 3 v m LL U 3° V C v Q -- O J° O d ° O m U tom+ > > W UI v N :c.... Y S°i C T .0 T W E O P N ° 2= v E O K K C W C N C O o 0 v C D w O p E b E Ul a C N O >> v N O N N m v ti ti ti .i .� ti