Loading...
SR 09-12-2017 3A City Council Report City Council Meeting: September 12, 2017 Agenda Item: 3.A 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Facilities Maintenance Subject: Contractual Service Agreement for Plumbing Contractor Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4281 to Plumbing by Todd R. Marsh, Inc., a California-based company, and Horn’s Backflow & Plumbing Service, Inc., a California-based company, for plumbing contractor services; 2. Authorize the City Manager to negotiate and execute an agreement with Plumbing by Todd R. Marsh, Inc., in an amount not to exceed $200,000 for one year, with two additional two-year renewal options in the amount of $840,808 including an increase of 2% each year, for a total amount not to exceed $1,040,808 over a five-year period, with future year funding contingent on Council budget approval; and 3. Authorize the City Manager to negotiate and execute an agreement with Horn’s Backflow & Plumbing Service, Inc., in an amount not to exceed $45,000 for one year, with two additional two-year renewal options, in the amount of $45,000, on the same terms and conditions for a total amount not to exceed $225,000 over a five-year period, with future year funding contingent on Council budget approval. Executive Summary The City contracts out plumbing work for various City facilities including office locations, park restrooms, city libraries, Annenberg Beach House and Santa Monica Municipal Airport properties. This contracted work augments the City’s in-house plumbing team and is often focused on large-scale and/or urgent plumbing issues, which occur approximately 40 times per fiscal year. After a formal bid process, seeking up to two contractors and reviewing the four bids received, staff recommends a split award for the two best bidders as follows: Plumbing by Todd R. Marsh (TRM Services) would provide large-scale repairs for one year, with two additional two-year renewal options for a cumulative not to exceed amount of $1,040,808 over a five-year period. Horn’s Backflow & Plumbing Service would provide minor urgent and after-hour 2 of 4 repairs for one year, with two additional two-year renewal options for a cumulative not to exceed amount of $225,000 over a five-year period. Background The City employs four permanent in-house plumbers, including one plumber crew leader, to provide various plumbing services at City facilities. Typical services provided by City staff include repairing drain line stoppages, repairing fixtures, replacing water filters, installing water heaters and performing tenant improvement projects. This team, however, cannot handle all of the City’s plumbing needs and therefore historically has contracted out for additional plumbing services. On January 13, 2015 (Attachment A), staff presented to Council a Contract and As- Needed Staffing Review: Policy, Practice, Recommendations report. Council approved contracted staff for plumbing services as part of the comprehensive report; plumbing services have not changed substantially since that analysis. On June 23, 2015 (Attachment B), Council authorized the City Manager to exercise the first year renewal option of Bid #4164 and execute a contractual service agreement with The Lighthart Corporation for plumbing contractor services in a total amount not to exceed $550,000 over a three-year period that ended June 30, 2017. Discussion While Facilities Maintenance plumbing staff completes the majority of the plumbing work at City facilities, plumbing contractor services are needed for urgent repairs and large- scale jobs that require the excavation of water and sewer lines or installation of new fixtures such as drinking fountains, sinks, toilets, etc. To ensure the City has access to the best pricing and to keep proposals competitive, staff recommends splitting the award between TRM Services and Horn’s Backflow & Plumbing Service. TRM Services would provide plumbing services for large-scale projects that are often long-term and require specialized licensing and equipment, such as boiler rehabilitations, water and sewer line replacements, and installation of plumbing 3 of 4 fixtures. Horn’s Backflow would provide plumbing services for minor urgent and after- hour repairs such as drain cleanouts, storm drain stoppages and fixture leaks. Staff’s recommendation is to award the bid to two plumbing contractors to allow continuous and immediate availability as plumbing emergencies often involve sanitation and water supply issues, which directly impact public health. Vendor/Consultant Selection On May 9, 2017, the City published Notices Inviting Bids for citywide plumbing contractor services that included multi-year renewal options 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 Section 2.24.100(a). A total of 20 vendors downloaded the bid. Four bids were received and publicly opened on May 25, 2017, per Attachment C. 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. Neither TRM Services nor Horn’s Backflow is the lowest bidder when considering the hourly labor rates, but both offered competitive pricing, the fastest guaranteed response times and lowest pricing for renewal options. Moreover, both recommended bidders have previously provided the City with responsive and satisfactory service. Amgreen Solutions offered the lowest hourly labor rate, but its pricing is significantly lower than the established Prevailing Wage rates required by state law, demonstrating non- compliance and thus its bid was inadmissible. Based on these criteria, staff recommends TRM Services and Horn’s Backflow as the best bidders. As both bid awards are subject to prevailing wage rates, the recommended cumulative not to exceed amount has increased from the previous contracted amount by approximately 30 percent. The cumulative not to exceed amount increase is also attributed to the additional two-year renewal option. Financial Impacts and Budget Actions The contract to be awarded to TRM Services is for an amount not to exceed $1,040,808. Funds of $200,000 are available in the FY 2017-18 budget in various 4 of 4 departments and applicable Capital Improvement Program budgets. The contract to be awarded to Horn’s Backflow is for an amount not to exceed $225,000. Funds of $45,000 are available in the FY 2017-18 budget in various departments and applicable Capital Improvement Program budgets. Future year funding is contingent on Council budget approval. Prepared By: Kyla Johnson, Administrative Analyst Approved Forwarded to Council Attachments: A. January 13, 2015 Staff Report B. June 23, 2015 Staff Report C. F4281 Bid Results D. Todd R Marsh Oaks Form E. Horn's Backflow Oaks Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] City Council Report City Council Meeting: January 13, 2015 Agenda Item: 8-C To: Mayor and City Council From: Gigi Decavalles-Hughes, Director of Finance Subject: Contract and As-Needed and Staffing Review Report Recommended Action Staff recommends that the City Council: 1) Review and comment on the attached As-Needed and Contracting Staffing Review (Report) and direct staff regarding prioritization of converting as-needed hours to permanent positions and a phased process to bring contracted services in-house; 2) Adopt the Policy Guiding Decisions to Hire Contracted or As-Needed Staff for Non-Professional Services, Attachment D to the Report. Executive Summary This staff report summarizes findings of the Contract and As-Needed Staffing Review: Policy, Practice, Recommendations report prepared by City staff at Council’s direction. The report, included as Attachment A, examines when various types of staffing are used to provide services, what it would entail to convert as- needed and contract staffing to in-house permanent staffing, and includes a number of recommendations to convert certain as-needed and contract positions to in-house permanent positions. The report also presents a policy to guide City service provision practices moving forward. Background On August 26, 2014, Council requested that City staff perform a comprehensive study of the City’s contractual services, including an evaluation of the number of contracted employees and as-needed staff currently performing services for the City, and options to convert these jobs into permanent full time City positions. This study follows two previous reports to Council, in January 2007 and January 2009, in which staff presented an overview of the City’s contracting practices and recommended specific criteria to serve as the basis for contracting. On both occasions, Council agreed with the criteria to be used in making decisions about contracting for services. Discussion Between September and December 2014, staff researched best practices and gathered internal information on the City’s contracting and as-needed staffing practices. For internal information, all City departments provided information on 1) all as-needed staffing and 2) all contractual services over $100,000 annually. Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Staff asked departments to identify the current status (what as-needed staff and contractual services the department uses and why), and what it would take to perform the service differently: with in-house staff, or with permanent versus as-needed staffing. Finally, staff asked departments to recommend any changes to current service provision methodology. Finance and other department staff reviewed this information and identified associated costs. Report conclusions indicate that staff has continued to limit the use of contracted staff to those services meeting the established criteria, that the City also uses certain criteria when making the determination to use as-needed staff, and that the City provides competitive remuneration and strong protections for in- house and contracted staff. The Report recommends converting approximately 55,000 as-needed hours to 25.65 new permanent full time equivalent positions, and bringing services related to five current contracts in-house, which would add 6.0 FTE to permanent staffing. These are areas in which staff tested current service provision against criteria, and the result indicated a need for change. The Report recommends maintaining remaining as- needed staff and contracted services in their current state, based on criteria identified in the study and staff analysis. The Report concludes with a recommended policy to guide non-professional service delivery decisions, built on the criteria identified in the study. This policy would provide consistent guidelines for managers and would reflect Council direction and community values. Its adoption would reinforce the City’s commitment to fair treatment, transparency, and responsible use of resources. The following is a summary of the findings: As-needed. Staff reviewed all possible as-needed conversions, and analyzed each position against criteria for appropriate as-needed use, listed below: · Fluctuating or Inconsistent Demand · Seasonal Work · Limited Daily Hours · Fill Vacancies · Pilot or Limited Term Program · Unbudgeted Additional Service Staff found that 47 percent of the total identified as-needed hours did not fit these criteria. Staff recommends converting these hours to 25.65 full time equivalent staff or 30 positions: 14.0 full time and 16.0 part time. This change would impact 40-50 current as-needed employees filling these hours. The recommended positions represent areas in which increasing and consistent operational need makes permanent positions a better staffing choice. These include customer service for recreational programs, parking meter collections, maintenance work in City buildings and the Pier, and custodial work on the Beach. Staff estimates the net cost of these conversions at $1.0 million, of which $0.3 million is in the General Fund. Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Contracts. City staff follows the informal guidelines and criteria identified in the 2007 and 2009 review, and refined for clarity in the current study. · Workforce Flexibility · Specialized / Technical expertise · Space Requirements · Capital/ Equipment Requirements · Risk · Proprietary Control · Short term / Pilot The City has 43 contracts over $100,000 annually, for a total of $23.9 million, or approximately 5 percent of the City’s FY 2014-15 operating budget; the same percentage as in the 2007 / 2009 reports. Staff estimates the net cost of providing all services in-house at $69.4 million. This cost includes a 371.7 FTE or 19 percent increase in the City’s permanent work force, and an approximately 90,000 square foot increase in space to house new staff, vehicles, and other equipment. Based on a detailed review of each contract with these criteria, staff recommends converting five contracts providing general maintenance and repair, including bus facilities maintenance, city heating, ventilation and air conditioning (HVAC) installations and repairs, painting services, graffiti removal, and plan check and tree inspection services to in-house services. Staff estimates a one-time $0.8 million cost, with an ongoing $0.3 million cost above the current contract amounts for these conversions, of which $0.5 million one-time and $0.1 million ongoing is in the General Fund. Conversions would include 6.0 new full time equivalent positions. Remaining contracts definitively meet criteria for contracted service. Each contract meets one or more of the established criteria, while the eight largest contracts – which make up approximately 70 percent of the total dollar value – meet two to four of the criteria. The Report presents detailed analysis for each of these contracts, and identifies criteria for contracts with lower annual amounts. Policy. The recommended policy institutionalizes the contracted service and as-needed staff use criteria presented in the study. These are critical to ensuring that the City maintains its current practices, and that staff continues to provide City staff opportunities for delivering services if they can do so effectively. A policy would reinforce current practice, and would clearly state Council priorities and community values to current and potential City staff, contractors, and the community. Future staff reports recommending contractual services or as-needed changes would include an analysis of the need based on the policy to be adopted Implementation / Phasing. Staff recommends converting certain as-needed hours to permanent positions, and bringing currently contracted services in-house. Implementing changes simultaneously and within a short period of time would increase the City’s overall budget by $1.8 million in year one ($0.8 million General Fund; $1.0 million other funds). The changes would also increase permanent staff by 31.7 FTE (10.5 FTE Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] General Fund; 21.2 FTE positions in all other funds). Ongoing, the changes represent a $1.4 million increase ($0.5 million General Fund; $0.9 million other funds). Staff recommends a three-year process in phases to implement recommended changes: Phase I: Policy Adoption and Direction on Conversions (January 13 Council Meeting). Council adopts recommended policy and prioritizes as-needed conversion proposals. Phase II: Partial as-needed conversion (Five-Year Forecast / Midyear Budget) Based on Council direction, staff would create positions as directed and begin recruitment. Phase III: Contracted services and remaining as-needed conversion (FY 2015-17 Biennial Budget). Staff would incorporate additional resource requests, including vehicle, space, and staffing, in department biennial budget request. Council would consider these in the context of the new budget and updated financial forecast. As Council prepares to consider the financial forecast, these resource decisions involve tradeoffs. Other pressures, including previously-noted capital needs, affordable housing, health care and retirement costs, emerging needs for fire and non-sworn police staffing, augmentation of workers’ compensation funding, and public safety communications systems must be considered. Council will view these recommendations in the context of the City’s overall priorities at its January 27 meeting. Alternatives Council could direct staff to review additional areas, or to include greater or fewer conversion recommendations in either the as-needed or contracted staff areas. These directions would have direct impacts on service quality, existing contracted or as-needed staff, managers, and resource availability. Council could not adopt the recommended policy, or could direct staff to revise the policy’s contents. Not adopting the policy would mean staff would continue to rely on existing informal policy and criteria to guide service provision decisions. Financial Impacts & Budget Actions No immediate budget actions are necessary as a result of this recommendation. Implementing the staff report recommendations will lead to a one-year $1.8 million cost, with an ongoing $1.4 million ongoing cost. Following Council direction, staff will include these costs as appropriate in the midyear changes to Council (January 27, 2015) and in the FY 2015-17 Biennial Budget in May and June 2015. Prepared by: Stephanie Lazicki, Principal Administrative Analyst Approved: Forwarded to Council: Gigi Decavalles-Hughes Director of Finance Rod Gould City Manager Contract and As-Needed and Staffing - City of Santa Monica https://www.smgov.net/departments/council/agendas/2015/20150113/s2015011308-C.htm[7/27/2017 9:39:17 AM] Attachments: A. Contract and As-Needed Staffing Review: Policy, Practice, Recommendations. City Council Report City Council Regular Meeting: June 23, 2015 Agenda Item: 3-D 1 of 4 To: Mayor and City Council From: Susan Cline, Interim Director of Public Works Subject: Contractual Service Agreement for Plumbing Contractor Services Recommended Action Staff recommends that the City Council authorize the City Manager to exercise the first year renewal option of Bid #4164 and negotiate and execute a contractual service agreement with The Lighthart Corporation, a California-based company, for plumbing contractor services in an amount not to exceed $200,000 for FY 2015-16, with one additional one-year renewal option in the amount of $200,000, on the same terms and conditions, for a total amount not to exceed $550,000 over a three-year period, with future year funding contingent on Council budget approval. Executive Summary The City contracts out plumbing work for various City facilities and properties. In June 2014, the City solicited bids for such services. After reviewing the six bids received, CDMT, Inc. and The Lighthart Corporation were selected to form a pre-qualified vendor list to provide plumbing contractor services during FY 2014-15 in a cumulative amount not to exceed $150,000. Staff recommends exercising renewal options with The Lighthart Corporation as the best qualified bidder to provide plumbing contractor services for the next two years through June 2017 in an amount not to exceed $200,000 each year, for a total amount not to exceed $550,000 over three years. Background In June 2014, staff solicited bids for plumbing contractor services that included multi- year renewal options. In the midst of the selection process, on August 26, 2014, staff was directed by Council to review contracted services throughout the City and identify situations where contracted services could be brought in-house. Because continuation of the service was necessary during the review time; staff structured the agreement to include a one year term with two one-year renewal options, pending the outcome of the study and Council action. The bid was awarded by contractual services agreement for the first year under the authority of the City Manager. On January 13, 2015 (attachment B), Council agreed with staff’s determination that this service is best contracted out due 2 of 4 to the technical expertise and equipment requirements allowing for staff to exercise the renewal options. With the renewal options, the total expenditure for the three-year term is $550,000 and, as a formal bid, requires Council approval. Discussion City maintenance staff performs the majority of plumbing work at City facilities (more than 90% of approximately 1,500 work orders per year), but requires plumbing contractor services for larger jobs involving excavation (water and sewer line repairs/replacements), re-piping, and replacement/installation of various equipment including drinking fountains, restroom fixtures, and water heaters. Method of Service Council approved contracted staff for this service as part of the January 13, 2015 Contract and As-Needed and Staffing Review (attachment B). The service has not changed substantially since that analysis. On February 5, 2015, the Purchasing Services Manager issued a pre-qualified vendor list including CDMT, Inc. and The Lighthart Corporation to provide plumbing contractor services through June 2015 not to cumulatively exceed $150,000. At the time of issuance, the amount was below the threshold requiring Council authority. This action incorporates the first year award of $150,000 and two one-year renewal options with The Lighthart Corporation in an amount not to exceed $200,000 each year, for a three-year total amount not to exceed $550,000. Vendor Selection In June 2014, the City published Notices Inviting Bids to provide plumbing contractor services as required by Facilities Services responsible for plumbing repairs 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. A total of 132 vendors were notified, 22 vendors downloaded the bid (Bid #4164). Six bids were received and publicly opened on June 20, 2014 per attachment A. Bids were evaluated based on the criteria in 3 of 4 SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver, quality of product, and compliance with City specifications and scope of work. A scope of work was provided for the removal of a Santa Monica Swim Center water storage tank as a comparison tool. The Lighthart Corporation provided the best bid pricing for removal of the Swim Center water storage tank and has provided the City with satisfactory plumbing contractor services at reasonable prices for several years. CDMT, Inc. provided the third best bid pricing for removal of the Swim Center water storage tank and has previously provided the City with satisfactory services as a general contractor. CDMT, Inc. was recommended to be selected as a pre-qualified vendor for FY 2014-15, but over the course of three plumbing jobs required additional instruction and corrections by City staff to achieve satisfactory completion. Staff verified with the Contractors State License Board that the license for The Lighthart Corporation is current, active and in good standing. Based on these criteria, The Lighthart Corporation is recommended as the best qualified bidder to provide plumbing contractor services through June 2017. Financial Impacts and Budget Actions The contract to be awarded to The Lighthart Corporation is for an amount not to exceed $550,000. Funds in the amount of $200,000 are included in the FY 2015-17 Proposed Biennial Budget in various department budgets and applicable Capital Improvement Program budgets. Future year funding is contingent on Council budget approval. Prepared By: Kevin Nagata, Administrative Analyst Approved Forwarded to Council 4 of 4 Attachments: A. Results for Bid #4164 Plumbing Contractor Services (PDF) B. January 13, 2015 Staff Report AT T A C H M E N T  A # Ge n e r a l  Qu e s t i o n s A. 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  fir m   ha v e  pe r f o r m i n g  plu m b i n g  co n t r a c t o r  se r v i c e s   in  So u t h e r n  Ca l i f o r n i a ? B. Re s p o n s e  tim e ‐‐  fo r  sh o r t ‐ no t i c e  ca l l s ,  pl e a s e   in d i c a t e  ho w  so o n  yo u r  st a f f  ca n  be  on ‐si t e  at  a   Sa n t a  Mo n i c a  lo c a t i o n  af t e r  in i t i a l  no t i f i c a t i o n : C. Ho w  ma n y  cr e w s / t r 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  ar e a  sim u l t a n e o u s l y ? # It e m Lo c h i n v a r  Wa t e r  St o r a g e  Ta n k  Re m o v a l D. T o t a l $3 , 4 6 4 . 2 5 $ 4 , 7 1 4 . 2 5 $ 3 , 6 3 5 . 2 6 $ 3 , 6 3 5 . 2 6 $ 2 , 9 5 0 . 8 5 $ 2 , 9 5 0 . 8 5 $ 8 , 2 5 8 . 0 0 $ 2 1 , 9 3 8 . 0 0 $2,019.00 $2,019.00 # Op t i o n :  Su p p l y  an d  in s t a l l  ne w  wa t e r  ta n k   RG A 0 4 3 2 ‐9  wi t h  sig h t  gla s s Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Job  Price  at  Living  WageJob Price  at  Prevailing  Wage E. O p t i o n  To t a l $1 1 , 6 2 7 . 8 8 $ 1 3 , 1 7 7 . 8 8 $ 1 7 , 6 8 3 . 1 6 $ 1 7 , 6 8 3 . 1 6 $ 8 , 7 9 4 . 4 0 $ 8 , 7 9 4 . 4 0 $ 1 7 , 9 5 0 . 0 0 $ 3 2 , 4 5 0 . 0 0 $5,060.20 $5,060.20 # It e m Li v i n g  Wa g e   Re q u i r e d Pr e v a i l i n g  Wa g e   Re q u i r e d Liv i n g  Wa g e   Re q u i r e d Pr e v a i l i n g  Wa g e   Re q u i r e d Liv i n g  Wa g e   Re q u i r e d Pr e v a i l i n g  Wa g e   Re q u i r e d Liv i n g  Wa g e   Re q u i r e d Pr e v a i l i n g  Wa g e   Re q u i r e d Liv i n g  Wa g e   Re q u i r e d Pr e v a i l i n g  Wage  RequiredLiving Wage  RequiredPrevailing Wage  Required F. P l e a s e  in d i c a t e  yo u r  ho u r l y  la b o r  ra t e : $9 4 . 0 0 $1 2 5 . 0 0 $9 5 . 0 0 $9 5 . 0 0 $1 8 . 9 9 $6 4 . 4 1 $90.00 $90.00 G. Ple a s e  in d i c a t e  yo u r  OT / a f t e r ‐ho u r s  ho u r l y   la b o r  ra t e : $1 4 0 . 0 0 $1 9 3 . 0 0 $1 3 5 . 0 0 $1 3 5 . 0 0 $2 5 . 9 9 $8 5 . 4 1 $133.50 $133.50 H. Ple a s e  in d i c a t e  th e  % dis c o u n t /  ma r k ‐up   of f e r e d  on  ma t e r i a l s : I. P l e a s e  in d i c a t e  yo u r  min i m u m  ca l l ‐ou t  ch a r g e : J. P l e a s e  in d i c a t e  yo u r  ov e r h e a d  ma r g i n : K. P l e a s e  in d i c a t e  yo u r  pr o f i t  ma r g i n :  St o r a g e  Ta n k  Re p l a c e m e n t  in   Ba s e m e n t ,  Lo c h i n v a r  Brands  only.  Re p l a c e d  wit h  # RG A 0 2 5 7 .  Proposal   Pr i c e  $1 9 , 6 8 0 . 0 0 . 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 . 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 . Same  price, terms, and  conditions  offered 7%  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 . 6%  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 . Re s p o n s e Re s p o n s e 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 ) Ma x i m u m  (2 )  on e ‐ye a r  re n e w a l  pe r i o d s .   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 . Same  price, terms, and  conditions  offered Ma x i m u m  (2 )  on e ‐ye a r  re n e w a l  pe r i o d s .   Sa m e  pr i c e ,  te r m s ,  an d  co n d i t i o n s   off e r e d Ma x i m u m  (3 )  on e ‐ye a r  re n e w a l  pe r i o d s .   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   off e r e d De s c r i p t i o n Re s p o n s e Response Re s p o n s e Re s p o n s e 7% 5% 10 % 10 % Ple 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   co v e r e d  ab o v e : None $1 9 0 . 0 0  Tw o  ho u r  mi n i m u m  fo r  no r m a l   wo r k i n g  ho u r s $130.00 $1 5 0 . 0 0 4  ho u r s 25 % 10% 10 % 15 % Di s c o u n t  5%  to  45 % Discount  10% to  50% 1%  to  3% 0% St o r a g e  Ta n k  Re p l a c e m e n t  in   Ba s e m e n t ,  Lo c h i n v a r  Brands  only.  Re p l a c e d  wi t h  # RG A 0 4 3 2 ‐9. Proposal   Pr i c e  $2 2 , 1 3 6 . 7 5 . Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e No n e Sh i p p i n g  an d  ha n d l i n g  ch a r g e s Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e Job  Price  at  Living  WageJob Price  at  Prevailing  Wage Jo b  Pr i c e  at  Li v i n g   Wa g e Jo b  Pr i c e  at   Pr e v a i l i n g  Wa g e 4  cr e w s  wit h  ea c h  tr u c k 2 3 We  ha v e  24  tr u c k s  av a i l a b l e  fo r  se r v i c e s   fr o m  ou r  We s t  LA  Br a n c h  to  se r v i c e  Cit y   of  Sa n t a  Mo n i c a . As  ma n y  as  ne e d e d 1 ‐2  ho u r s 1  hour 1 ‐2  ho u r s 3  ho u r s 2  ho u r s 39  ye a r s 52  years 25 +  We ' v e  be e n  in  bu s i n e s s  ov e r  67   ye a r s ,  st a r t i n g  as  a  dr a i n  co . ,  bu t   in t r o d u c e d  pl u m b i n g  ov e r  25  ye a r s  ag o . 1  ye a r 10  ye a r s In c o m p l e t e  bid  ‐   ve n d o r  did  not  use   Fo r m a l  Bi d  pr i c i n g  sh e e t  to  give  prices.  Lo s  An g e l e s ,  Ca l i f o r n i a Re s p o n s e Response Re s p o n s e Re s p o n s e Re s p o n s e Re s p o n s e Mo n a r c h  Pl u m b i n g  an d  Mechanical   J.R .  Plu m b i n g CD M T ,  In c . Bi d  Cl o s i n g  Da t e :   6/ 2 0 / 1 4 To r r a n c e ,  Ca l i f o r n i a Los  Angeles, California Mo d e r o ,  Mis s i o n  Vi e j o Gl e n w o o d  Pla c e ,  Burban k Co m p t o n ,  Ca l i f o r n i a Bi d  No . :  41 6 4 Bi d  De s c r i p t i o n :  Pr o v i d e  plu m b i n g  co n t r a c t o r   se r v i c e s  as  re q u i r e d  by  Fa c i l i t i e s  Se r v i c e s . Ho w a r d  Wi l n e r ,  db a  Wi l n e r   Pl u m b i n g The  Lighthart  Corporation Ho f f m a n  So u t h w e s t  Co r p . ,  db a  Ro t o ‐ Ro o t e r  Pl u m b e r s ITEM NO. SWIM CENTER - REPLACEMENT OF PLUMBING FIXTURES JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE 1 MATERIALS 29,380.00$ 29,380.00$ 19,639.32$ 19,639.32$ 22,199.47$ 22,199.47$ 18,140.00$ 18,140.00$ 2 TAX ON LINE (10.25%)3,011.45$ 3,011.45$ 2,013.03$ 2,013.03$ 2,275.44$ 2,275.44$ 1,859.35$ 1,859.35$ 3 LABOR 3,274.50$ 5,457.50$ 15,680.00$ 16,800.00$ 9,120.00$ 10,830.00$ 17,338.00$ 18,251.00$ 4 OTHER COSTS (PLEASE DESCRIBE BELOW) $11,025.00 $11,025.00 $1,377.47 $1,411.07 $0.00 $0.00 $2,300.00 $2,300.00 46,690.95$ 48,873.95$ 38,709.82$ 39,863.42$ 33,594.91$ 35,304.91$ 39,637.35$ 40,550.35$ ITEM NO. PRICING (OTHER JOBS AS REQUIRED)JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE JOB PRICE AT LIVING WAGE JOB PRICE AT PREVAILING WAGE 5 PLEASE INDICATE YOUR HOURLY LABOR RATE:15.87$ 26.23$ $98.00 PER HOUR $105.00 PER HOUR 80.00$ 95.00$ 65.50$ 70.00$ 6 PLEASE INDICATE YOUR OT/AFTER-HOURS HOURLY LABOR RATE: $ 23.81 $ 39.35 $159.00 AFTER HOURS RATE $172.00 WEEKEND RATE $165.00 AFTER HOURS RATE $178.00 WEEKEND RATE $ 110.00 $ 125.00 $ 88.00 $ 92.50 7 PLEASE INDICATE THE DAYS AND TIMES OF THE WEEK TO WHICH THE AFTER-HOURS RATE WOULD APPLY: 8 LABOR CLOCK BEGINS UPON: 9 LABOR CLOCK ENDS UPON: 10 PLEASE INDICATE THE % DISCOUNT/MARK-UP OFFERED ON MATERIALS: 11 PLEASE INDICATE YOUR MINIMUM CALL-OUT CHARGE" 12 PLEASE INDICATE YOUR OVERHEAD MARGIN: 13 PLEASE INDICATE YOUR PROFIT MARGIN: 14 PLEASE DESCRIBE ANY ADDITIONAL FEES & CHARGES NOT COVERED ABOVE: ITEM NO. QUESTIONS 15 HOW MANY YEARS OF EXPERIENCE DOES YOUR FIRM HAVE PERFORMING PLUMBING CONTRACTOR SERVICES IN SOUTHERN CALIFORNIA? 16 PLEASE LIST YOUR CALIFORNIA STATE CONTRACTORS LICENSE NUMBER AND INDICATE THE TYPE(S) OF LICENSE(S) & CERTIFICATIONS YOUR FIRM POSSESSES: 17 PLEASE LIST YOUR FIRM'S BUSINESS TAX ID #: 18 DOES YOUR FIRM PROVIDE 24/7 SERVICES? 19 RESPONSE TIME - FOR SHORT NOTICE CALLS - PLEASE INDICATE HOW SOON YOUR STAFF CAN BE ON-SITE AT A SANTA MONICA LOCATION AFTER INITIAL NOTIFICATION: 20 PLEASE LIST YOUR COMPANY'S 24 HOUR CONTACT NUMBER: 21 HOW MANY CREWS/TRUCKS CAN YOUR FIRM DEPOLY TO THE SANTA MONICA AREA SIMULTANEOUSLY? RESPONSE PLUMBING BY TODD R. MARSH, INC. GLENDALE, CALIFORNIA VALENCIA, CALIFORNIA LOS ANGELES, CALIFORNIA H.L. MOE CO., INC. HORN'S BACKFLOW & PLUMBING SERVIE, INC. 46 YEARS #792609 TYPE(S) C-36 #254678 TYPE(S) C-36, C-42, C-20, C-16 #95-2466608 #947489 TYPE(S) MBE&WBE CERTIFICATIONS C36-PLIMBING, C10- ELECTRICAL B-GENERAL CONTRACTOR BID NO: F4281 PLUMBING CONTRACTOR BID DESCRIPTION: PLUMBING CONTRACTOR SERVICES AS REQUIRED BY FACILITIES SERVICES BID CLOSING DATE: 5/25/17 GRAND TOTAL AMGREEN SOLUTIONS, INC. LOS ANGELES, CALIFORNIA RESPONSE 90 YEARS 16 YEARS Purchasing Section 1717 Fourth Street, Suite 250 Santa Monica, CA 90401 Telephone: 310-458-8281 Fax: 310-393-6142 DESCRIPTION RESPONSE RESPONSE TRUCK CHARGE PER DAY = 10 DAYS x $25.00 = $250.00 SAFETEY MATERIALS, DISPOSAL AND MANAGEMENT LI 14 NOTES RESPONSE 8 YEARS #27-1710882 REGULAR RATE M-F 7 A.M. TO 4:30 P.M. OT RATE M-F 4:30 P.M. TO 7 A.M. WEEKEND RATE: SATURDAY AND SUNDAY ALL DAY DEPARTURE FROM VENDOR LOCATION DEPARTURE FROM CUSTOMER LOCATION 15% TO 25% DISCOUNT OFF MANFACTURERS LIST PRICE $130.00 38% 10% TRUCK OPERATION SURCHARGE $25.00-CHARGED PER VEHICLE ONCE PER DAY. EQUIPMENT CHARGES ARE ADDITIONAL. PLEASE SEE ATTACHED "MOE EQUIPMENT CHARGES" 15% 30% OTHER MOUNTING MATERIALS, SUPPLY LINES, ANGLE STOPS NONE RESPONSE 0 ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION 30% $26.23/HR + PART REPLACEMENT IF NECESSARY YES 2 HOURS (310) 274-9888 (818) 572-4200 12 TRUCKS WITH CREWS, MANY MORE WITH PLANNING YES 1-2 HOURS (909)240-3632 4 CREWS AND 4 TRUCKS (661) 295-7733 OR (855) 222-1492 FIVE (5) MINIMUM 12% 8% DOUBLE TIME AFTER 12 HOURS AND ON HOLIDAYS. HEAVY EQUIPMENT CHARGE EXCAVATION HYDRO. EXCLUDES: REMOVAL OF STAINLESS STEEL SINKS. REPLACEMENT OF CARRIER IN WALL FOR WATER CLOSET. RESPONSE MONDAY-FRIDAY 4:30P.M. - 8:00A.M. SATURDAY & SUNDAY DEPARTURE FROM VENDOR LOCATION DEPARTURE FROM CUSTOMER LOCATION 10% TO 20% $95.00 30 MINUTES (310) 722-0112 4 M-F 3PM - 6PM SAT 6AM - 6PM DEPARTURE FROM VENDOR LOCATION DEPARTURE FROM CUSTOMER LOCATION 10% TO 25% $206.00 10% 5% TRUCK HOURLY: $13/HR EQUIPMENT, EXPENDABLES, TOOLS: $6.25/HR DOUBLE TIME M-SAT 6PM-6AM AND ALL SUNDAY: $140/HR FREIGHT NET COST OTHER COSTS: JOB SITE MOBILIZATION & SET-UP, PARKING, EXPENDABLES, RECYCLING & HAULING OF SPOILS, PERMITS AND SITE PROTECTION INCLUDING ITEMS BEING RE-USED RESPONSE #536475 C-36 PLUMBING #95-3595418 YES #03-0457927 YES 1-2 HOURS RESPONSE PLUMBING BY TODD R. MARSH, INC. GLENDALE, CALIFORNIA VALENCIA, CALIFORNIA LOS ANGELES, CALIFORNIA H.L. MOE CO., INC. HORN'S BACKFLOW & PLUMBING SERVIE, INC.AMGREEN SOLUTIONS, INC. LOS ANGELES, CALIFORNIA RESPONSEDESCRIPTION RESPONSE RESPONSE 22 PLEASE DESCRIBE ANY SPECIFIC QUALIFICATIONS, EXPERIENCE OR CERTIFICATIONS THAT MAKE YOUR FIRM AN ATTRACTIVE CANDIDATE TO BE SELECTED BY THE CITY: VENDORS NOTIFIED: 426 VENDOR DOWNLOADS: 20 REQUIRED FORMS RESPONSE RESPONSE COMPLETED RENEWAL OPTIONS RESPONSE RESPONSE RESPONSERESPONSE OAKS COMPLETED LIVING WAGE COMPLETED 10% INCREASE RESPONSE PREVAILING WAGE COMPLETED COMPLETED COMPLETED RESPONSE COMPLETED COMPLETED COMPLETED FOURTH ANNUAL RENEWAL OPTION 3% INCREASE SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE BUSINESS LICENSE NOT PROVIDED YES YES YES THIRD ANNUAL RENEWAL OPTION 3% INCREASE SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE7% INCREASE SECOND ANNUAL RENEWAL OPTION 3% INCREASE SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE5% INCREASE ADDITIONAL PRICING RESPONSE RESPONSE RESPONSE NONE FIRST ANNUAL RENEWAL OPTION 3% INCREASE SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASESAME PRICE, TERMS, AND CONDITIONS OFFERED PLEASE DESCRIBE ANY ADDITIONAL FEES & CHARGES NOT LISTED ABOVE NONE NONE SEE ABOVE PAYMENT TERMS 2% DISCOUNT, N/10 N/30 2% NET - 15 DAYSN/30 RESPONSE PLEASE SEE ATTACHED "H.L. MOE QUALIFICATIONS/EXPERIENCE AMGREEN SOLUTIONS, INC., HAS EXTENSIVE PLUMBING EXPERIENCE AS A C36/B-GENERAL CONTRACTOR WITH RESIDENTIAL, MULTIFAMILY AND COMMERICAL FACILITIES. THIS INCLUDES WORKING WITH GOVERNMENT PROJECT (C10). PLEASE SEE AMGREEN COMPANY OVERVIEW ENCLOSED. 46 YEARS EXPERIENCE ZERO LIABILITY AND WORKER'S COMP CLAIMS TO DATE. SHOP CONVENIENTLY LOCATED - MINUTES FROM SANTA MONICA 24/7 SERVICE EXPERIENCE IN GOVERNMENT WORK. GREEN PLUMBING PRACTICES. EQUAL OPPORTUNITY EMPLOYER MEMBER AND TREASURER OF SANTA MONICA IAPMO (SEE ATTACHED EXHIBIT A) COMPLETED PLEASE SEE ATTACHED "STATEMENT OF QUALIFICATIONS" COMPLETED COMPLETED REFERENCE:    AGREEMENT NOS. 10531 &  10532  (CCS)