Loading...
SR 07-12-2016 3E Ci ty Council Report City Council Meeting : July 12, 2016 Agenda Item: 3.E 1 of 6 To: Mayor and City Council From: Martin Pastucha, Director , Public Works, Water Resources Subject: Award Contractual Services Agreements for Water/Wastewater Facilities and Equipment Painting Services Recommended Action Staff recommends that the City Co uncil: 1. Award Bid #4252 to Pearl Painting, a California -based company, as primary vendor for painting services for Water/Wastewater facilities; and secondary vendor for painting services for fire hydrants and Water/Wastewater equipment such as vault co vers; and U.S. National Corp., a California -based company, as primary vendor for painting services for fire hydrants and Water/Wastewater equipment; and secondary vendor for painting services for Water/Wastewater facilities. 2. Authorize the City Manager to negotiate and execute an agreement with Pearl Painting , in an amount not to exceed $480,000 over a five -year period on the same terms and conditions , with future year funding contingent on Council budget approval. 3. Authorize the City Manager to neg otiate and execute an agreement with U.S. National Corp., in an amount not to exceed $367,000 over a five -year period including 10% annual increases, with future year funding contingent on Council budget approval. Executive Summary The City contracts for painting services in order to properly maintain its water treatment and wastewater processing facilities, reservoirs, booster pumps and emergency generator stations along with approximately 1,400 fire hydrants and assorted equipment located throughout Sant a Monica including air vents, piping and water meter vault covers. In April 2016, the City solicited bids for such services. After reviewing the six bids received, staff recommends a split bid award: Pearl Painting would provide facility painting servic es on an hourly rate basis for a total not to exceed amount of $480,000 over a five -year period; and U.S. National Corp. would provide painting services for fire hydrants and vault covers on a fixed -price basis for a total not to exceed amount of $367,000 over a five -year period. Each contractor would serve as a back -up to the other for their respective services. Due to the amount of painting and travel time required to paint facilities and equipment located throughout Santa Monica and two sites in We st Los Angeles (Arcadia Water 2 of 6 Plant and Charnock Well Field), contractor services are required to supplement the efforts of the City's Paint Shop. Therefore, the recommended actions are consistent with the Council -approved Policy for Hiring Contracted or As -Needed Staff for Non - Professional Services and meet the criteria for space requirement s and capital/equipment requir ement s . Discussion The City owns and maintains water and wastewater equipment located throughout Santa Monica including piping, air vent s, meter vault lids and approximately 1,400 fire hydrants. In addition, the City maintains water and wastewater treatment facilities located in Santa Monica and West Los Angeles including the Arcadia Water Treatment Plant (1228 S. Bundy Drive), Charnock W ell Field (11375 Westminster Avenue), Moss Avenue Pumping Station (1621 Appian Way), Santa Monica Urban Runoff Recycling Facility (SMURRF, 1625 Appian Way), various reservoirs, booster pumps and emergency generator stations. Structures are painted every t en years and fire hydrants every two years or on an as -needed basis depending on observed conditions to prevent corrosion and deterioration, and preserve the aesthetics of the City's infrastructure. Painting services are also required for new equipment in stallations. A portion of painting costs for wastewater treatment facilities would be covered by the City of Los Angeles per existing maintenance agreements including 100% reimbursement for work completed at the Moss Avenue Pumping Station and 50% reimbur sement for the SMURRF . Method of Service On January 13, 2015, Council adopted a Policy for Hiring Contracted or As -Needed Staff for Non -Professional Services (Attachment B). This policy includes criteria under which contracting for a public service is ap propriate. Staff has reviewed the service needs, and recommends providing painting services through contractors due to the following criteria: 1. Capital / Equipment Requirements - paint truck(s) would be required along with purchase of associated equipm ent such as sprayers, ladders , and safety gear. Paint storage and parking would also need to be identified or created at Water/Wastewater locations. The current City Yards location, where Water/Wastewater operations are 3 of 6 housed, is already at capacity . It w ould be problematic to add additional parking and additional space for equipment at this location. 2. Risk - some painting would occur in confined spaces and subterranean locations as well as painting piping and tanks in elevated locations, painting mecha nical equipment and painting in the vicinity of water treatment chemicals. Vendor Selection On May 4, 2016, the City published Notices Inviting Bids to provide painting services for Water/Wastewater facilities and equipment in accordance with City speci fications. 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. 38 vendors downloaded the bid. Six bids were received and publicly opened on May 16, 2016 per Attachment A. Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Pearl Painting offered the lowest hourly rates and has provided Water/Wastewater painting services satisfactorily over the past three years. U.S. National Corp. offered the lowest "per -piece" pricing for fire hydrant painting and the second lowest pricing on vault cover painting. Despit e annual 10% price increases, U.S. National Corp.'s per - piece pricing would remain the lowest of the six bidders each year over the proposed five -year agreement period. By splitting the bid award, the City would achieve the best pricing on painting servic es whether quoted on an hourly rate or per -piece basis; and achieve an estimated $72,468 savings over a five -year period versus awarding this bid to a single contractor. Each contractor would also be able to serve as the back -up to the other in case of av ailability or response time issues. U.S. National Corp is a larger painting company able to deploy up to eight painters and three trucks to Santa Monica / West Los Angeles if needed; while Pearl Painting is a sole proprietorship based locally in Santa Mon ica. Staff verified that the Painting and Decorating (C33) contractor’s licenses for both vendors are current, active , and in good standing. Staff also checked references with 4 of 6 the Inland Empire Utilities Agency and Coachella Valley Unified School Distric t and found both contractors had satisfactorily performed similar painting work in a timely and cost -efficient manner where quality was maintained throughout. Based on these criteria, Pearl Painting is recommended as the best bidder to perform painting s ervices on Water/Wastewater facilities and other work quoted on an hourly rate basis; and U.S. National Corp. is recommended as the best bidder to perform painting services on fire hydrants and vault covers on a fixed per -piece pricing basis. Alternatives If the City were to provide painting services using in -house staff , staff estimates a cost difference of $80,798 for Year 1, including $53,000 one -time for paint truck and start -up equipment and $177,798 ongoing for staff ing and equipment ($230,798 total Year 1 cost ). To bring the service in -house 2 FTE Painter would be needed along with start -up equipment such as paint truck, sprayers, ladders, and safety gear. The proposed not to exceed amount for contractors Pearl Painting and U.S. National Corp. is $150,000. Over the five -year agreement, in -house costs are estimated at $1,035,446 versus contractor costs estimated not to exceed $847,000 , a difference of $188,446 . With prevailing wage now applicable to City maintenance agreements greater than $15,000 established after April 2015 per changes to the California Labor Code, the cost gap between contractor services and in -house staff has narrowed significantly for painting services. The City's previous Water/Wastewater painting contractor rate was $28 per hour for fiscal years 2013/14 to 2015/16 under Santa Monica Living Wage requirements compared to current bids of $42.20 per hour for Pearl Painting and $75 per hour for U.S. National Corp. at prevailing wage rates. The City's Facilities Maintenance Pain t Shop is staffed with two full -time painters who are responsible for painting the City's inventory of approximately 170 structures. Over the past three years, Facilities painters have devoted an average of 275 hours per year to painting Water/Wastewater sites to supplement the efforts of contractor services. However, requesting additional painting services for fire hydrants, vault covers and Water/Wastewater facilit ies including extensive piping would put an undue burden on 5 of 6 staff and lead to significant delays for other City Departments requesting Facilities painting services. Should the City opt to hire additional painters for the purpose of painting water and wastewater facilities and equipment, the agreements with Pearl Painting and U.S. National Cor p. could be reduced in value and/or term. Financial Impacts and Budget Actions The agreement to be awarded to Pearl Painting is for an amount not to exceed $480,000. Funds of $90,000 are available in the FY 2016 -17 budget in the Public Works Department. The agreement to be awarded to U.S. National Corporation is for an amount not to exceed $367,000. Funds of $60,000 are available in the FY 2016 -17 budget in the Public Works Department. The agreement will be charged to the following accounts. Future year funding is contingent on Council budget approval. Account Number Pearl Painting Amount U.S. National Corp. Amount Total 25671.555010 $10,000 $50,000 $60,000 25672.555010 $25,000 $0 $25,000 25673.555010 $25,000 $0 $25,000 31661.555010 $10,000 $10,000 $2 0,000 31661.566450 $10,000 $0 $10,000 31661.566631 $10,000 $0 $10,000 TOTAL $90,000 $60,000 $150,000 6 of 6 Prepared By: Kevin Nagata, Senior Administrative Analyst Approved Forwarded to Council Attachments: A. Attachment A - Bid #4252 Results - Water/Wastewater Painting Services B. Attachment B - Staff Report - Contract and As -Needed Staffing Review Report - 1/13/2015 - Item 8 -C AT T A C H M E N T  A  ‐   BI D  RE S U L T S 1 PR I C E  PE R  UN I T  TO  PA I N T  ST E E L  VA U L T  CO V E R S  UP  TO  4X 6  ‐   ON E  PR I M E R  CO A T  AN D  ON E  SE M I ‐GL O S S  EN A M E L  CO A T .   CO V E R S  SH A L L  BE  PI C K E D  UP  AN D  RE T U R N E D  TO  TH E  CI T Y   YA R D S . 2 PR I C E  PE R  UN I T  TO  PA I N T  FI R E  HY D R A N T S  AT  VA R I O U S   LO C A T I O N S  TH R O U G H O U T  SA N T A  MO N I C A ‐  1  PR I M E R   CO A T  AN D  ON E  EN A M E L  FI N I S H  CO A T  (O N E  CO L O R ) 1 PL E A S E  IN D I C A T E  YO U R  HO U R L Y  BI L L A B L E  RA T E  (R E G U L A R   HO U R S ) : 2 PL E A S E  IN D I C A T E  YO U R  OT /  AF T E R ‐  HO U R S  HO U R L Y   BI L L A B L E  RA T E : 3 PL E A S E  IN D I C A T E  TH E  DA Y S  AN D  TI M E S  OF  TH E  WE E K  TO   WH I C H  TH E  AF T E R ‐  HO U R S  RA T E  WO U L D  AP P L Y : 4 PL E A S E  IN D I C A T E  TH E  % DI S C O U N T /  MA R K ‐UP  ON   MA T E R I A L S  NO T  SU P P L I E D  BY  TH E  CI T Y 5 P L E A S E  IN D I C A T E  YO U R  MI N I M U M  CA L L ‐OU T  CH A R G E : Lo c a l  Ve n d o r  Pr e f e r e n c e 1 HO W  MA N Y  YE A R S  OF  EX P E R I E N C E  DO E S  YO U R  FI R M  HA V E   PE R F O R M I N G  PA I N T I N G  CO N T R A C T O R  SE R V I C E S  AT  A   MU N I C I P A L  WA T E R  SY S T E M  OR  IN D U S T R I A L  SE T T I N G  IN   SO U T H E R N  CA L I F O R N I A 2 PL E A S E  LI S T  YO U R  CA L I F O R N I A  ST A T E  CO N T R A C T O R S   LI C E N S E  NU M B E R  AN D  IN D I C A T E  TH E  TY P E S  OF  LI C E N S E   YO U R  FI R M  PO S S E S S E S  (C 3 3  PA I N T I N G  & DE C O R A T I N G   RE Q U I R E D ) : # 72 9 3 5 7 T Y P E S :  A,  B,  C3 3 #  98 3 2 7 8 T Y P E S :  C3 3 #  71 7 2 5 9 T Y P E S :  B,  C3 3 #  83 7 5 1 7 T Y P E S :  C3 3 #  69 9 3 4 5  TYPES: C33  # 813354  TYPES: B, C33   3 D O E S  YO U R  FI R M  PR O V I D E  24 / 7  SE R V I C E S ? 4 HO W  MA N Y  PA I N T E R S /  TR U C K S  CA N  YO U R  FI R M  DE P L O Y   TO  TH E  SA N T A  MO N I C A /  WE S T  LO S  AN G E L E S  AR E A   SI M U L T A N E O U S L Y ? 5 HA S  YO U R  FI R M  PR E V I O I U S L Y  PE R F O R M E D  PR E V I A L I N G   WA G E  WO R K  IN  CA L I F O R N I A  AN D  SU B M I T T E D  EL E C T R O N I C   CE R T I F I E D  PA Y R O L L  RE C O R D S  TO  TH E  DE P A R T M E N T  OF   IN D U S T R I A L  RE L A T I O N S  SI N C E  JA N U A R Y  1,  20 1 5 ? 10% INCREASE  OF  PREVIOUS  YEAR'S  PRICE  FOR  ALL  AREAS  OR  OPTIONS SP E C I F Y  AL T E R N A T E  TE R M S  AN D  CO N D I T I O N S  IF  AP P L I C A B L E N/ A PE R I O D  5  (F O U R T H  AN N U A L  RE N E W A L  OP T I O N ) : 3%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D 5%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S 3%  IN C R E A S E  OF  PR E V I O U S  YEAR'S  PRICE   FO R  AL L  AR E A S  OR  OPTIONS 10% INCREASE  OF  PREVIOUS  YEAR'S  PRICE  FOR  ALL  AREAS  OR  OPTIONS PE R I O D  4  (T H I R D  AN N U A L  RE N E W A L  OP T I O N ) : 3%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D 5%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S 3%  IN C R E A S E  OF  PR E V I O U S  YEAR'S  PRICE   FO R  AL L  AR E A S  OR  OPTIONS 10% INCREASE  OF  PREVIOUS  YEAR'S  PRICE  FOR  ALL  AREAS  OR  OPTIONS PE R I O D  3  (S E C O N D  AN N U A L  RE N E W A L  OP T I O N ) : 3%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D 5%  IN C R E A S E  OF  PR E V I O U S  YE A R ' S  PR I C E   FO R  AL L  AR E A S  OR  OP T I O N S SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D 3%  IN C R E A S E  OF  PR E V I O U S  YEAR'S  PRICE   FO R  AL L  AR E A S  OR  OPTIONS RESPONSE PE R I O D  2  (F I R S T  AN N U A L  RE N E W A L  OP T I O N ) : SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D SA M E  PR I C E ,  TE R M S ,  AN D  CO N D I T I O N S   OF F E R E D 5%  IN C R E A S E  OF  PR E V I O U S  YEAR'S  PRICE   FO R  AL L  AR E A S  OR  OPTIONS 10% INCREASE  OF  PREVIOUS  YEAR'S  PRICE  FOR  ALL  AREAS  OR  OPTIONS RE N E W A L  OP T I O N S : RE S P O N S E R E S P O N S E R E S P O N S E R E S P O N S E R E S P O N S E YE S N O Y E S Y E S N O Y E S 10  PA I N T E R S  2  TR U C K S 1  PA I N T E R  1  TR U C K S 5 ‐12  PA I N T E R S  3  TR U C K S 3  PA I N T E R S  2  TR U C K S 8  PA I N T E R S  4  TRUCKS8  PAINTERS  3  TRUCKS YE S Y E S N O N O N O Y E S RESPONSE 20  YE A R S 2 0  YE A R S 2 6  YE A R S 3  YE A R S 5  YEARS10  YEARS GE N E R A L  QU E S T I O N S R E S P O N S E R E S P O N S E R E S P O N S E R E S P O N S E R E S P O N S E NONE 1. 5 0 % PL E A S E  DE S C R I B E  AN Y  AD D I T I O N A L  FE E S  & CH A R G E S  NO T   LI S T E D  AB O V E N/ A $1 0 0 . 0 0 $4 2 . 2 0                                                                      LO C A L  VE N D O R  PR E F E R E N C E  (1 . 5 % )  $4 1 . 5 6 7 $1 5 0 . 0 0 $ 5 0 0 . 0 0 $ 3 0 0 . 0 0 $ 5 0 0 . 0 0 5% 0 % 5 % 1 0 % 5 % 0 % AN Y  DA Y  AF T E R  8  HO U R S  AF T E R  8  HO U R S  OF  WO R K  DA I L Y  SA T U R D A Y   AN D  SU N D A Y  AL L  DA Y   M ‐F  AF T E R  4: 0 0  PM S U N D A Y  MO N D A Y ‐  FR I D A Y  6:00  PM ‐ 7:00  AM. SA T  & SUN   ANY  WEEK  DAY. ANY  TIME  AFTER  5:00  PM   $9 7 . 4 7  PE R  HO U R $5 6 . 4 3  PE R  HO U R                                                  LO C A L  VE N D O R  PR E F E R E N C E  (1 . 5 % )  $5 5 . 5 8 4   $6 7 . 0 0  PE R  HO U R $ 1 5 0 . 0 0  PE R  HO U R $ 7 9 . 0 0  PER  HOUR$85.00  PER  HOUR PREVAILING  WAGE  REQUIRED $6 4 . 9 8  PE R  HO U R $4 2 . 2 0  PE R  HO U R                                                  LO C A L  VE N D O R  PR E F E R E N C E  (1 . 5 % )  $4 1 . 5 6 7   $5 8 . 0 0  PE R  HO U R $ 1 0 0 . 0 0  PE R  HO U R $ 5 8 . 0 0  PER  HOUR$75.00  PER  HOUR PR I C I N G ‐AS  NE E D E D  PA I N T I N G  SE R V I C E S PR E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WAGE  REQUIRED $1 5 9 . 8 0  PE R  FI R E  HY D R A N T $8 4 . 4 0  PE R  FI R E  HY D R A N T                                  LO C A L  VE N D O R  PR E F E R E N C E  (1 . 5 % )  $8 3 . 1 3 4   $9 6 . 0 0  PE R  FI R E  HY D R A N T $ 1 0 0  PE R  FI R E  HY D R A N T $ 9 8 . 0 0  PE R  FIRE  HYDRANT  $50.00  PER  FIRE  HYDRANT PREVAILING  WAGE  REQUIRED $1 2 9 . 9 0  PE R  VA U L T  CO V E R $1 2 6 . 6 0  PE R  VA U L T  CO V E R                                  LO C A L  VE N D O R  PR E F E R E N C E  (1 . 5 % )  $1 2 4 . 7 0   $4 8 5 . 0 0  PE R  VA U L T  CO V E R $ 4 0 0 . 0 0  PE R  VA U L T  CO V E R $ 9 8 . 0 0  PE R  VAULT  COVER$100.00  PER  VAULT  COVER PR I C I N G ‐  VA U L T  CO V E R S  & FI R E  HY D R A N T S PR E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WA G E  RE Q U I R E D P R E V A I L I N G  WAGE  REQUIRED ST O L I E  PAINTINGU.S. NATIONAL  CORP. BI D  TI T L E :  PR O V I D E  PA I N T I N G  SE R V I C E S  FO R   WA T E R / W A S T E W A T E R  AS  RE Q U I R E D LO N G  BE A C H ,  CA L I F O R N I A S A N T A  MO N I C A ,  CA L I F O R N I A N O R T H R I D G E ,  CA L I F O R N I A I R V I N E ,  CA L I F O R N I A S A N T A  CL A R I T A ,  CALIFORNIAPANORAMA  CITY, CALIFORNIA BI D  #:  42 5 2 BI D  CL O S E  DA T E :    5/ 2 0 / 1 6 AJ  FI S T E S  CO R P O R A T I O N P E A R L  PA I N T I N G P R I M E  PA I N T I N G  CO N T R A C T O R S  IN C S I G N A T U R E  PA I N T I N G PAGE  1  OF  1 Reference:    Contract  No. 10338   (CCS)