Loading...
SR-08-12-2014-3ICity Council Meeting: August 12, 2014 Agenda Item: '3 -:t- To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Contract Award for Graffiti Removal Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4160 to Graffiti Control Systems, a California -based company, to provide graffiti removal services for three years in an amount not to exceed $200,000. 2. Authorize the City Manager to negotiate and execute a contract with Graffiti Control Systems, a California -based company, in an amount not to exceed $200,000 for graffiti removal services for three years, with future year funding contingent on Council budget approval. Executive Summary The City provides graffiti removal services for public and private property in Santa Monica. Due to the amount of graffiti that occurs in the City and lack of pressure washing capability on City trucks, the services of a contractor are needed to supplement removal efforts by City staff. In June 2014, the City solicited bids for such services. After reviewing the two bids received, staff recommends Graffiti Control Systems as the best bidder to provide graffiti removal services for a total not to exceed amount of $200,000 over a three -year period. Discussion The Facilities Maintenance Division provides graffiti removal services for public and private property within Santa Monica, removing over 37,000 incidences of graffiti per year. City staff performs the majority of removals (approximately 32,000 per year / 86% of total removals), but a contractor has performed approximately 5,000 removals annually (14% of total) focusing on the Pico Neighborhood along with providing pressure washing services since 2006. As City trucks are not currently equipped with pressure washers, the contractor has been tasked with difficult removals requiring this capability. Contractor graffiti removals have been documented using the online 1 Tracking Automated and Graffiti Reporting System (TAGRS) program since 2010. The system is currently used by the Los Angeles and Orange County Sheriff's Departments and other law enforcement agencies to track and prosecute tagging activities. Graffiti can be photographed, mapped and labeled; the corresponding data can be mined and shared with other agencies to predict and analyze tagging patterns. The Santa Monica Police Department (SMPD) has requested that the practice of using TAGRS continue to support enforcement efforts. Vendor Selection In June 2014, the City published Bid #4160 for graffiti removal services. The bid was posted on the City's online bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Two bids were received and publicly opened on June 20, 2014 per Attachment A. The bids were evaluated based on price, previous experience, references and compliance with City specifications. Urban Graffiti Enterprises was the lowest bidder but reference checks indicated instances of work backlogs and lack of contract follow- through. Urban Graffiti Enterprises' contracts with the City of Anaheim and County of Orange were terminated early due to response time issues. Although Graffiti Control Systems was not the lowest bidder, they have provided the City with responsive service satisfactory to the public, businesses and staff along with detailed graffiti removal documentation data since 2006. Reference checks with other municipalities indicated that Graffiti Control Systems has provided a higher level of customer satisfaction and follow- through for meeting contractual obligations. Graffiti Control Systems also offers a better response time of one hour after initial notification for high priority requests versus two hours for Urban Graffiti Enterprises. Graffiti Control Systems also offers a lower hourly rate ($47.75 per hour versus $52 per hour for Urban Graffiti Enterprises) for short- notice weekend work to address gang - related and /or inflammatory graffiti. Graffiti Control Systems has more experience with TAGRS, having pioneered the system with the Orange County Sheriff's Department, and would 2 be better able to assist City staff when the SMPD is prepared for staff to begin recording removals in TAGRS. Only contractor removals are recorded in TAGRS at this time. Staff also verified with the California Contractors State License Board that Graffiti Control Systems' license to include C33 Painting and Decorating and D38 Sand and Water Blasting classifications is current, active and in good standing. Based on these criteria, Graffiti Control Systems is recommended as the best bidder. It is expected that Graffiti Control Systems would perform approximately 5,000 removals per year based on one truck operating three days per week. At 24 hours of service per week, the cost differential between Graffiti Control Systems and Urban Graffiti Enterprises is approximately $7,000 per year ($1.40 per incidence of graffiti removal). Graffiti Control Systems would provide graffiti removal services at a cost of $200,000 for three years. Financial Impacts & Budget Actions The contract to be awarded to Graffiti Control Systems is for an amount not to exceed $200,000 for three years, based on 24 hours per week plus a contingency for extra weekend call outs and potential living wage increases. The contract is for an estimated $65,000 each for years one and two, and $70,000 for year three. Funds in the amount of $65,000 are available in the FY 2014 -15 budget in division 014523. The contract will be charged to account 014523.544220. Budget authority for subsequent budget years will be requested in each budget for Council approval. Future year funding is contingent upon Council approval and budget adoption. Prepared by: Kevin Nagata, Administrative Analyst Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager Attachment: A — Bid Summary K 0 0 o 0 0 0 J N N N Q p p IA cl 0 z z z Z m o Z o 0 rc O a I_- V- V1 U N Z W 0 ° Q Z Z Z a p 3 p O o s W r W `^ m a F F u °> W u 0 z u 0 z z z w o M Z a a w a O N f, V1 O O O O W p Z N W Z M 0 0 0 W w ly K W fL W LL Q C' O N N N N a V W W V W V � K K m K < W W N `1 W W M m Ifl r I(1 (\ Ill (\ W Z W y W y p n^ r 0 p W 2 m 3�p w 2 m 3F'o a; a a a tA m ri Z w F Q D w l- Q D m O 2 Y a U F O u U U F O F V M w Z p Z p ¢ J N W Il Fw- H a > 0 K >? K o z Z u K K¢ z a0' 3 m O �• �r.nvrt?g? 0 Zoi�InZ00m z O a m I° t; O O 3 O 3 N In In In Z N .N-'I J J V fL 1� r r Y K 2 In 2 N V' o Z z w z_ LL O Vf LL 7j K J �j ¢> LL z N N Y Q Vl W � U Z Z M U J Z Z Q K Z w K w Z w ly Q y Q U Y a U W 3 o z Z w z F Z w ~ z C LL z o• LL p o w m o ° W � o ¢ Q Q Q = OW a v z ¢ s w V V O ° w ° p Z ti K Z Q 2n 0 O Y V v w G h m OW z Q O ° Z w W > 2 p z ¢ l7 V z z Z Q _O F a Z (D z z ° O vwi V LL w O Q a o a 0 z z ¢ LL M r o ~ 0 J 0 W W p OJ =I m ¢ Z m Z � of oU O a w Fa O Z < Z w U u p z~ Z 3 O w 9, °o a N z o z a �> CL w z W p J w N w F' z V1 W a < N W U z_ p O a 0 O Z Z O z Z Q �r of z w a w 2 Z x S tJ Q O Z p w Z a a O w J O w H Q Z o _� O M r w W W U F' O Z O W O Q K > [11 ",' Z a CC Z VI l7 O Iw/1 -I O Z Q Q W U w p K J r 6 N m [Z O 0 0 0 Z U W Z O .may H lii J F F O O v Z w w w m ww f 3 w w C 2 u LL FW„ Y Y Y_ d Q C C Q W 6 d U Z n Q m V O 5' N M V d 6] Fo CI K l7 O S `7 Q~ K Reference: Contract No. 9947 (CCS)