Loading...
SR 09-26-2017 3D City Council Report City Council Meeting: September 26, 2017 Agenda Item: 3.D 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Facilities Maintenance Subject: Contract Award for General Contracting Services Recommended Action Staff recommends that the City Council: 1. Award Bid #4285 to RAMCO General Engineering Contractor, a California-based company, for general contracting services as required by the Facilities Maintenance Division; 2. Authorize the City Manager to negotiate and execute an agreement with RAMCO General Engineering Contractor, in an amount not to exceed $380,000 for one year, with two additional two-year renewal options with a 2% increase per year for years three through five, for a total amount not to exceed $1,946,211 over a five-year period, with future year funding contingent on Council budget approval. Executive Summary The City utilizes general contracting services to perform work that requires specialized equipment, contractor licensing and technical expertise that cannot be provided by in- house staff. Such services include roof repairs, drywall replacements, wall framing, concrete repairs, office remodels, and demolition and installation of various fixtures throughout the City. In May 2017, the City solicited bids for such services. After reviewing the two bids received, staff recommends RAMCO as the best bidder for a one year agreement in an amount not to exceed $380,000, with two additional two-year renewal options with a 2% increase per year for years three through five, for a total agreement amount not to exceed $1,946,211 over a five-year period. Background 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 general contracting services as part of the comprehensive report. General contracting services are used approximately 60 times per year and often entail 2 of 4 work that calls for immediate attention due to safety concerns as well as large-scale projects that require specialized equipment, licensing and technical expertise that cannot be provided by in-house staff. On July 23, 2013, Council awarded Bid #4093 to RAMCO, Omega Construction and Crescent Pacific to provide general contracting services for FY 2013-14 in a combined amount not to exceed $350,000, with two additional one-year renewal options for a cumulative total agreement amount not to exceed $1,050,000 over a three-year period, per Attachments B and C. Facilities Services elected to exercise both one-year renewal options with RAMCO and Omega Construction through June 2016. The three-year actual expenditures totaled approximately $448,000. In July 2016, staff awarded informal bid 51500-OG (Attachment D) to RAMCO, Omega Construction and Lee Capital to provide general contracting services. Based on the historical spending from Bid #4093, staff's intent was to establish a contractual service agreement with the three recommended bidders, with each agreement’s total amount not to exceed $175,000 over a three-year period, for a cumulative total amount not to exceed $525,000. However, it quickly became apparent that the financial impact of prevailing wage rates as well as the City's increase in demand of general contracting services exceeded the original estimate. As a short-term remedy, until the services could be formally bid, staff decided to pursue a contractual services agreement, CT- 4266, only with the lowest bidder, RAMCO, for a total amount not to exceed $175,000 over a five-year period. Staff exercised the maximum allowable City Manager authority and contractual term length with RAMCO. Discussion The City employs four in-house staff to provide carpentry services at City facilities. Such services include furniture modifications, locksmith repairs, stucco patching, weather stripping, partition installations and the repair of various fixtures throughout the City. Staff solicits the services of a general contractor approximately 60 times per year to respond to citywide general contracting requests and to assist with the maintenance of City-owned facilities. These services range from jobs that require immediate attention due to safety concerns such as window repairs, trip hazards and roof leaks to large- 3 of 4 scale projects such as wall framing, concrete repairs and office renovations and remodeling. Vendor/Consultant Selection On May 31, 2017, the City published Notices Inviting Bids to provide general contracting services 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 34 vendors downloaded the bid. Two bids were received and publicly opened on June 19, 2017, per Attachment E. Bid results are as follows: Sample Job Proposal Graph Company RAMCO General Engineering Company Materials (tax included) $ 3,362.63 $ 3,528.00 Labor $ 11,900.00 $ 5,450.00 Other Costs $ 4,579.00 $ 1,345.00 Total $ 19,841.63 $ 10,323.00 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. RAMCO offered the lowest bid and quickest response time, which is necessary for urgent repairs. Moreover, RAMCO has continued to provide the City with quality service while maintaining timely completion of projects and cost-efficiency. Based on these criteria, RAMCO, the lowest bidder, is recommended as the best bidder. Financial Impacts and Budget Actions The contract to be awarded to RAMCO is for an amount not to exceed $1,946,211. Funds of $380,000 are available in the FY 2017-18 budget in the Public Works Department. The contract will be charged to account 01274.570060, and expenditures will be transferred to departments incurring the contracting services. Future year funding is contingent on Council budget approval. 4 of 4 Prepared By: Kyla Johnson, Administrative Analyst Approved Forwarded to Council Attachments: A. January 13, 2015 Staff Report B. July 23, 2013 Staff Report C. July 23, 2013 Staff Report - Best Bidders D. 51500-OG General Contractor Bid Results E. Bid #4285 General Contracting Services Bid Results F. Oaks Initiative Form 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. Formal Bids Staff Report 2013 - City of Santa Monica https://www.smgov.net/departments/council/agendas/2013/20130723/s2013072303-I.htm[8/14/2017 10:32:55 AM] City Council Meeting: July 23, 2013 Agenda Item: 3-I To: Mayor and City Council From: Gigi Decavalles-Hughes, Director of Finance Subject: Formal Bids Staff Report 2013 Recommended Action Staff recommends that the City Council award Bids for the issuance of Blanket Purchase Orders for the attached list of recommended best bidders for goods or services formally bid between March and June 2013 for fiscal year 2013-14, in an amount not to exceed $1,460,158, with two one-year renewal options for a total amount not to exceed $4,380,475 over a three-year period, with future year funding contingent on Council budget. Executive Summary The City’s Purchasing Division formally bid for a variety of goods and services from March 2013-June 2013. Attachment A represents a consolidated list of best bidders for these citywide goods or services. Discussion The City’s Purchasing Section bids for goods or services as required by City departments throughout the fiscal year. However, the bidding process is amplified during the time period between March and June as staff prepares for the new fiscal year. The attached list details the citywide formal bids that have taken place between March 2013 and June 2013. The list identifies the best bidder, rational for award and the number of vendors submitting bids. In order to facilitate the consolidation of all formal bids completed during March 2013- June 2013. Staff is submitting one bid award report. To ensure continuity of delivery of necessary goods or services, staff recommends that Council approve the attached list of vendors to provide the specified good or service through June 30, 2014. Departments will submit individual staff report for bid awards during the rest of the fiscal year. The annual amount is for the first year and the total amount amounts listed on the attachment is to renew for two additional years. Vendor Selection Bids for each of the goods or services were posted on the City’s online bidding system in accordance with the City Charter and Municipal Code provisions related to vendor selection, and were determined to be the best bidder as defined in 2.24.072 of the Municipal Code. Financial Impacts & Budget Actions The goods and services listed in Attachment A are funded from various budgets. The goods and services listed in Attachment A will only be purchased 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 of purchases is contingent on Council approval. Formal Bids Staff Report 2013 - City of Santa Monica https://www.smgov.net/departments/council/agendas/2013/20130723/s2013072303-I.htm[8/14/2017 10:32:55 AM] Prepared by: Araceli Esparza, Purchasing Services Manager Approved: Forwarded to Council: Gigi Decavalles-Hughes Director of Finance Rod Gould City Manager Attachments: A. Best Bidders ATTACHMENT A Bid #Vendor Name Department Description of Goods/Service Best Bidder Justification Number of Bidding Vendors Annual Expenditure Total Expenditure Not To Exceed For The Term of Three Year Agreement 4075 Paul's Welding Water Welding Services Pricing 2 $ 80,000 $ 240,000 4074 PumpMan Waste Water Water Pump Maintenance/Repair Abilty to provide per specifications 2 $ 251,900 $ 755,700 4080 Commonwealth BRO Armored Car Service Pricing 1 Bid, 1 No-Bid $ 42,033 $ 126,100 4063 Clean Source and Royal Corporation Public Landscape Custodial Supplies Pricing, quality of products, and approval from OSE 9 $ 63,580 $ 190,740 4065 California Waters Public Landscape Fountain Maintenance at PSF & Library Pricing, compliance with bid specifications 4 $ 17,600 $ 52,800 4069 Hillyard Custodial Supplies Equipment Purchase & Repairs Sole respondant 1 Bid, 1 No-Bid $ 65,000 $ 195,000 4070 Eagle Security Beach House Security Guard Services Pricing, best qualifications, and compliance with bid specifications 30 $ 158,400 $ 475,200 4092 Logan's Marketing Street & Fleet Pervious concrete Pricing, only bidder 1 $ 75,000 $ 225,000 4058 GFI Parts (Incumbent Vendor, cumulative total)BBB GFI Replacement Parts & Repair Service Price 2 $ 50,645 $ 151,935 4066 HM Carpet (Primary), Elite Floorcovering (Secondary)Facilities Carpet Flooring Contractor Services Pricing, qualifications, and compliance with bid specifications 5 $ 250,000 $ 750,000 4060 HD Supply BBB ZF Transmission Parts Price 2 $ 56,000 $ 168,000 4093 Ramco General (Primary), Omega Construction (Secondary), Crescent Pacific (Tertiary) Facilities General Contractor Services Pricing, related work experience, qualifications, and compliance with bid specifications 5 $ 350,000 $ 1,050,000 $ 1,460,158 $ 4,380,475 TOTAL BID DESCRIPTION:BID #:BID CLOSE DATE:6/23/2016 # 1 2 #845184 TYPES: A & B #877591 B #688579 TYPES: B- GENERAL CONTRACTOR #776708 TYPES: B, C-8, C- 23, C-51, C-61, D- 28 #980267 TYPES: GENERAL B #789375 TYPES: B-GENERAL C54-TILE ASB- ASBESTOS #464910 TYPES: B, C33 #886077 TYPES: A,B #738583 TYPES: B #924543 TYPES: A, B, C-27, D06, D63, D49, D38 #878629 TYPES: B, C-8, C-10, C-61/D-42 3 4 5 # 1 LIVING WAGE: CONCRETE WORK- STAFF $18.75 FORPERSON $35. ROUGH CARPENTRY- STAFF $18.75 FORPERSON $35. FINISH CARPENTRY- STAFF $21.50 FORPERSON $35. ELECTRICAL- STAFF $25 FORPERSON $48. PLUMBING- STAFF $25 FORPERSON $48. MECHANCAL- STAFF $25 FORPERSON $35. PAINT- STAFF $18 FORPERSON $35. TILE AND FINISHES- STAFF $24 FORPERSON $35 PREVAILING WAGE* OR MORE IF REQUIRED BY D.I.R APPROVED SOURCES: CONCRETE WORK- STAFF $38 FORPERSON $58. ROUGH CARPENTRY- STAFF $38 FORPERSON $58. FINISH CARPENTRY- STAFF $38 FORPERSON $58. ELECTRICAL- STAFF $42 FORPERSON $48. PLUMBING- STAFF $25 FORPERSON $48. MECHANCAL- STAFF $25 FORPERSON $35. PAINT- STAFF $18 FORPERSON $35. TILE AND FINISHES- STAFF $24 FORPERSON $35 REGULAR $24/HR PREVAILING WAGE $56/HR 2 REGULAR $36/HR PREVAILING WAGE $68/HR 3 4 5 6 7 8 9 10 RESPONSE RESPONSE 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS VALLE GRANDE CONSTRUCTION CHATSWORTH, CALIFORNIA RESPONSE 11 YEARS ONE YEAR YES 2 HOURS NO RENEWAL OPTION OFFERED 1% TO 2% $1,200 17% 8% DOUBLE TIME ON SAT AND SUN NET 30 RESPONSE $58 PER HOUR $75 PER HOUR MON-FRI AFTER 3PM/ SAT AND SUN $95/ HOUR ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION INCOMPLETE RESPONSE SAME PRICE, TERMS, AND CONDITIONS OFFERED 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS RESPONSE CITY OF SANTA MONICA OUT-OF CITY BUSINESS LICENSE INCOMPLETE OVERTIME, DOUBLE TIME. EXPEDITE FEE, SURCHARGE (FUEL: $.56/MILE) OVER-NIGHT DELIVERY CHARGE 30 DAYS LISTED AS ABOVE RESPONSE SAME PRICE, TERMS, AND CONDITIONS OFFERED 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS DEPARTURE FROM VENDOR LOCATION ARRIVAL AT VENDOR LOCATION 10% YES 4 HOURS RESPONSE $70 PER HOUR $95 PER HOUR MON -FRI: AFTER 5:30PM SAT. SUN. & HOLIDAY: ALL DAY NO PRESENCE CONTRACTOR IS A CORPORATION PROVIDING BANKING SERVICES GOLDEN GATE CONSTRUCTION BUENA PARK, CALIFORNIA RESPONSE 6 YEARS 1 YEAR PLEASE INDICATE YOUR OVERHEAD MARGIN 6%2.50%5% LABOR CLOCK BEGINS UPON ARRIVAL AT CUSTOMER LOCATOIN ARRIVAL AT CUSTOMER LOCATION ARRIVAL AT CUSTOMER LOCATION LABOR CLOCK ENDS UPON DEPARTURE FROM CUSTOMER LOCATION 0% $120 8% PREVAILING WAGE PLEASE INDICATE YOUR FIRM'S WARRANTY ON NEW CONSTRUCTION & REPAIR WORK: ONE YEAR 6 MONTHS LABOR. 1 YEAR MATERIALS. PASS THRU FOR MANUFACTURERS' LIMITED WARRANTIES FOR FIXTURES, EQPT, ETC 1 YEAR ARIZONA LIVING WAGE BUSINESS LICENSE OAKS SPECIFY ALTERNATE TERMS AND CONDITIONS IF APPLICABLE NONE QUESTION RESPONSE RESPONSE RESPONSE PERIOD 4 THIRD ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED. 4% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS HOURLY RATE INCREASES TO $110/HR. $165 AFTER HOURS. OVERHEAD MARGIN = 4%. PROFIT MARGIN =9% 2.5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS PERIOD 5 FOURTH ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED. 4% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS HOURLY RATE INCREASES TO: $150/HR. $225 AFTER HOURS OVERHEAD MARGIN = 5% PROFIT MARGIN = 10% 2.5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS PERIOD 2 FIRST ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED. 4% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS SAME PRICE, TERMS, AND CONDITIONS OFFERED AT THEN CURRENT MARKET COST. 2.5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS PERIOD 3 SECOND ANNUAL RENEWAL OPTION SAME PRICE, TERMS, AND CONDITIONS OFFERED. 4% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS HOURLY RATE INCREASES TO $95/HR. $142.50 AFTER- HOURS. OVERHEAD MARGIN = 3%. PROFIT MARGIN = 7.75% 2.5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS PLEASE DESCRIBE ANY ADDITIONAL FEES & CHARGES NOT LISTED ABOVE NONE ALL DIRECT COSTS FOR EACH AND EVERY PROJECT ARE PAID BY CITY OF SANTA MONICA- I NCLUDING FREIGHT AND MATERIALS TRANSPORT, ETC. RECEIPTS, COPIES OF CHECKS, AND OTHER WRITTEN DOCUMENTATION EVIDENCING PURCHASE, HIRE, OR USE/ INCORPORATIOIN IN EACH/EVERY PROJECT IS PRESENTED ALONG WITH INVOICES. COMPLETE ACCESS, INC. CHARGES (485/HR) FOR ACCOUNTING/ADMIN. TIME IN YEAR ONE. THE SUM OF ALL COSTS AND CHARGES- INCLUDING COMPLETE ACCESS, INC.'S G.C. ON AN HOURLY BASIS- ARE TOTALED. NONE RENEWAL RESPONSE RESPONSE RESPONSE PAYMENT TERMS 30 DAYS NO DISCOUNTS GIVEN NONE PLEASE INDICATE THE % DISCOUNT/MARK-UP OFFERED ON MATERIALS 0%0% MATERIALS, FIXTURES. COMPONENTS PROVIDED AT COMPLETE ACCESS, INC.'S COST -3% TO 5% PLEASE INDICATE YOUR MINIMUM CALL-OUT CHARGE $200.00 $175.00 $75.00 PLEASE DESCRIBE ANY ADDITIONAL FEES & CHARGES NOT COVERED ABOVE (VEHICLE CHARGES, MILEAGE/FUEL SURCHARGES, DOUBLE-TIME, ETC) NONE COMPLETE ACCESS CHARGES (AT COST) FOR EVERY COMPONENT OF A JOB (BACK-UP RECEIPTS PROVIDED) THIS INCLUDES, BUT IS NOT LIMITED TO: WAGES, TAXES, INSURANCES SUCH AS WORKERS COMP, PERMIT PEGS, SUB- CONTRACTORS, MATERIALS TOILET RENTAL, FREIGHT AND MATERIALS TRANSPORT AND DAVID GRIFFIN (AS G.C. FOR COMPLETE ACCESS, INC). ON TOP OF COST OF ALL COMPONENTS, COMPLETE ACCESS, INC. EARNS AND CHARGES 9% (2.5% + 6.5%) IN YEAR ONE AND MARKED UP 9%. NONE PLEASE INDICATE YOUR PROFIT MARGIN 13%6.50%5% DEPARTURE FROM CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION PLEASE INDICATE YOUR OT/AFTER-HOURS HOURLY LABOR RATE:$60 PER HOUR $127.50 PER HOUR $250 PER HOUR PLEASE INDICATE THE DAYS AND TIMES OF THE WEEK TO WHICH THE AFTER-HOURS RATE WOULD APPLY MON-FRI 8AM-4PM REGULAR RATE AND AFTER 4PM AFTER HOUR SAT-SUN AFTER HOURS APPLIES MON-FRI BETWEEN 7PM AND 5AM AND SAT BETWEEN 5PM AND MIDNIGHT AND ALL DAY SUN MON-FRI AFTER 5PM, SAT AND SUN, AND HOLIDAYS ITEM RESPONSE RESPONSE RESPONSE PLEASE INDICATE YOUR HOURLY LABOR RATE:$40 PER HOUR $85 PER HOUR $200 PER HOUR RESPONSE TIME- FOR SHORT-NOTICE CALLS, PLEASE INDICATE HOW SOON YOUR FIRM CAN BE ON-SITE AT A SANTA MONICA LOCATION AFTER INITIAL NOTIFICATION: 24-48 HOURS 2-3 HOURS 3 HOURS HOW MANY YEARS OF EXPERIENCE DOES YOUR FIRM HAVE PERFORMING GENERAL CONTRACTOR SERVICES? 12 YEARS 11 YEARS 22 YEARS PLEASE LIST YOUR CALIFORNIA STATE CONTRACTORS LICENSE NUMBER AND INDICATE THE TYPE(S) OF LICENSE(S) YOUR FIRM POSSESSES: DOES YOUR FIRM PROVIDE 24/7 SERVICES? YES NO YES QUESTION RESPONSE RESPONSE RESPONSE Purchasing Section 1717 4th St, Suite 250 Santa Monica, CA 90401 Tel: 310-458-8281 PROVIDE GENERAL CONTRACTOR SERVICES AS REQUIRED BY FACILITIES SERVICES 1ST CALIFORNIA CONSTRUCTION, INC COMPLETE ACCESS DEXTEROUS CONTRUCTION, INC. PASADENA, CALIFORNIA LOS ANGELES, CALIFORNIA LOS ANGELES, CALIFORNIA GREG GULLI CONSTRUCTION, INC BIG BEAR CITY, CALIFORNIA 5 YEARS YES 24 HOURS RESPONSE $50.48 PER HOUR $66.17 PER HOUR 1-1/2 TIME MON-SAT SUN 1- 1/2 TIME $81.87 PER HOUR ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION 10% TO 15% $250 75% 25% 2% NET 10 RESPONSE SAME PRICE, TERMS, AND CONDITIONS OFFERED SAME PRICE, TERMS, AND CONDITIONS OFFERED 5% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 10% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS RESPONSE OMEGA CONSTRUCTION CO, INC NORTHRIDGE, CALIFORNIA RESPONSE 11 YEARS 1 YEAR YES 3 HOURS RESPONSE $74 PER HOUR $111 PER HOUR MON-FRI 5PM - 7AM SAT/SUN ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION + 7% TO 10% $1,000 15% 8% NET 30 DAYS N/A LEE CAPITAL BUILDERS, INC SANTA MONICA, CALIFORNIA RESPONSE 17 YEARS AS REQUIRED BY LAW, BUT GENERALLY SPEAKING 1 YEAR FOR APPLIED FINISHES, 4 YEARS FOR FIT AND 10 YEARS FOR CRAFTSMANSHIP AND PROPER INSTALLATION. NONE IF DAMAGE IS CAUSED BY CLIENT MIISUSE OR NORMAL WEAR YES ASAP OR APPROXIMATELY WITHIN 3 HOURS DURING BUSINESS HOURS AND 6 OTHERWISE. RESPONSE AFTER-HOURS AND OVERTIME SHALL BE BILLED AT 150% WITH EXCEPTION OF FOREPERSON, WHO SHALL REMAIN AT 100% FOR AFTER HOURS, AND 200% FOR HOLIDAYS GREATER THAN 8 HRS/DAY, GREATER THAN 40 HRS WEEK. BEFORE 7:30AM AND AFTER 6PM ON WEEKDAYS. AND BETWEEN 6PM FRI AND 7:30AM MON ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION + 10% TO 15% $250 10% ON STANDARD COST BASIS ACCOUNTING 10% ON STANDARD COST BASIS ACCOUNTING $50 FIXED FUEL SURCHARGE PER VEHICLE ROUND TRIP, DOUBLE TIME FOR CITY HOLIDAYS, BUILDER'S RISK COVERAGE (IF REQUIRED BY CITY) FOR A SPECIFIC PROJECT AND REASONABLE UNFORSEEABLE EXPENSES ASSOCIATED WITH A GIVEN PROJECT 1.5% 20 DAYS, NET 30 SEE NOTE ABOVE ABOUT FUEL SURCHARGE. NOTE THAT WE ARE PROUD TO INCLUDE CLEAN AIR VEHICLES IN OUR FLEET INCLUDING CNG AND ELECTIC-HYBRID AUTOMOBILES. RESPONSE RESPONSE SAME PRICE, TERMS, AND CONDITIONS OFFERED 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS. INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS. LOS ANGELES CPI RESPONSE CITY OF SANTA MONICA OUT-OF CITY BUSINESS LICENSE COMPLETE NO PRESENCE 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS RESPONSE COMPLETE INCOMPLETE RAMCO, GENERAL ENGINEERING CONTRACTORS AGUA DULCE, CALIFORNIA RESPONSE 10 YEARS 1 YEAR REPAIR 2 YEAR NEW CONSTRUCTION YES 2 HOURS RESPONSE AFTER 6PM ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION 5% TO 7% $100 12% 10% NONE NET 30 DAYS NONE RESPONSE 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONSINCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS. INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS.INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS. INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS. 2% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS RESPONSE INCOMPLETE NO PRESENCE COMPLETE SENEL CONSTRUCTION ENGINEERING THOUSAND OAKS, CALIFORNIA RESPONSE 8 YEARS 5 YEARS- YES, 5 YEARS YES - EXCEPT VETERANS DAY AND MEMORIAL DAY 2-4 HOURS RESPONSE $85 PER HOUR $135 PER HOUR 17:00-05:59 M-F. 24 HOURS ON SAT AND SUN DEPARTURE FROM VENDOR LOCATION ARRIVAL AT VENDOR LOCATION 0% TO 3.5% $200 25% 15% INCLUSIVE ALL IN 3%/ 10 NET 21 PERMITS, LICENSES, PARKING FEES, FORM FEES RESPONSE 10% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 10% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS 10% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREAS OR OPTIONS NO RENEWAL OPTION OFFERED RESPONSE CITY OF SANTA MONICA OUT-OF CITY BUSINESS LICENSE INCOMPLETE NO PRESENCE COMPLETE INCOMPLETE SELBOR BUILDERS, INC ARCADIA, CALIFORNIA RESPONSE 19 YEARS 1 YEAR GENERAL WARRANTY CERTAIN ITEMS CARRY LONGER YES 2 HOURS RESPONSE $73.65 PER HOUR 51500-OG GENERATOR SERVICE 2% DISCOUNT IF PAID IN 10 DAYS SEE ITEM #10 ABOVE RESPONSE 3% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREA OR OPTIONS 3% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREA OR OPTIONS 3% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREA OR OPTIONS 3% INCREASE OF PREVIOUS YEAR'S PRICE FOR ALL AREA OR OPTIONS RESPONSE $98.61 PER HOUR MON-FRI 5PM-7AM SAT/SUN/HOILDAY ARRIVAL AT CUSTOMER LOCATION DEPARTURE FROM CUSTOMER LOCATION 8% TO 10% 4 HOUR MINIMUM PER PERSON $366 15% 8% COST/RESOURCE LOADED SCHEDULES. SAFETY REPORTS/PERSONEL/ SITE GENERAL CONDITIONS/REQUIREMENTS. PERMITS. DESIGN FEES It e m   Nu m S e c t i o n D e s c r i p t i o n Un i t   o f   Me a s u r e Q t y RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   U n i t   Pr i c e RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   L i n e   To t a l RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   Co m m e n t Gr a p h   C o m p a n y   ‐   Un i t   P r i c e Graph Company ‐ Line TotalGraph Company ‐ Comment 1 P r i c i n g 2 P r i c i n g 3 P r i c i n g MA T E R I A L S Lu m p   S u m 1 $3 , 2 0 0 . 0 0   $ 3 , 2 0 0 . 0 0   $ 3 , 0 5 0 . 0 0   $ 3 , 0 5 0 . 0 0   4 P r i c i n g TA X   ( 1 0 . 2 5 % ) Lu m p   S u m 1 $3 2 8 . 0 0   $ 3 2 8 . 0 0   $ 3 1 2 . 6 3   $ 3 1 2 . 6 3   5 P r i c i n g LA B O R Lu m p   S u m 1 $5 , 4 5 0 . 0 0   $ 5 , 4 5 0 . 0 0   $ 1 1 , 9 0 0 . 0 0   $ 1 1 , 9 0 0 . 0 0   6 P r i c i n g OT H E R   C O S T S   ( P L E A S E   D E S C R I B E   I N   C O M M E N T S ) L u m p   S u m 1 $1 , 3 4 5 . 0 0   $ 1 , 3 4 5 . 0 0   1 5 %   G C   M a r k u p $ 4 , 5 7 9 . 0 0   $ 4 , 5 7 9 . 0 0   Hauling, dump charge, overhead, supervision, and profit 7 P r i c i n g PL E A S E   I N D I C A T E   T H E   B R A N D   /   T Y P E S   O F   T I L E S   Q U O T E D : Q u e s t i o n s 0 12 "   X   1 2 "   M o h a w k   o r   Ar m s t r o n g Standard Excelon Imperial 8 P r i c i n g PR I C I N G   ( O T H E R   J O B S   A S   R E Q U I R E D ) N o t e 0 9 P r i c i n g PL E A S E   I N D I C A T E   Y O U R   H O U R L Y   L A B O R   R A T E : H o u r l y   R a t e 1 $5 6 . 3 5   $ 5 6 . 3 5   $ 7 0 . 0 0   $ 7 0 . 0 0   10 P r i c i n g PL E A S E   I N D I C A T E   Y O U R   O T   /   A F T E R ‐ H O U R S   H O U R L Y   L A B O R   R A T E : H o u r l y   Ra t e 1 $6 8 . 1 8   $ 6 8 . 1 8   $ 7 8 . 2 5   $ 7 8 . 2 5   11 P r i c i n g PL E A S E   D E S C R I B E   A N Y   A D D I T I O N A L   F E E S   &   C H A R G E S   N O T   C O V E R E D   A B O V E  ( V E H I C L E   /   L I F T   CH A R G E S ,   M I L E A G E / F U E L   S U R C H A R G E S ,   D O U B L E ‐ T I M E ,   E T C . ) :   P R O V I D E   D ES C R I P T I O N   I N   T H E   CO M M E N T S   S E C T I O N . L u m p   S u m 1 $0 . 0 0   $ 0 . 0 0   N / A Delivery of material. Freight and fuel surcharge 12 P r i c i n g FO R   T H E   B E L O W   L I S T E D   Q U E S T I O N S   P L E A S E   P R O V I D E   Y O U R   R E S P O N S E   I N   TH E   C O M M E N T   SE C T I O N . No t e 0 $0 . 0 0   $ 0 . 0 0   13 P r i c i n g PL E A S E   I N D I C A T E   T H E   D A Y S   A N D   T I M E S   O F   T H E   W E E K   T O   W H I C H   T H E   A F T ER ‐ H O U R S   R A T E   WO U L D   A P P L Y : Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   6  P M   t o   6 A M   We e k d a y s   a n d   A l l   D a y   Sa t u r d a y   &   S u n d a y Saturday and after 5:00pm on week days 14 P r i c i n g LA B O R   C L O C K   B E G I N S   U P O N   ( I N D I C A T E   W H I C H   O F   T H E   F O L L O W I N G   A P P L Y ) : A R R I V A L   A T   CU S T O M E R   L O C A T I O N   O R   D E P A R T U R E   F R O M   V E N D O R   L O C A T I O N Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   Ar r i v a l   @   C u s t o m e r   Si t e Arrival @ Customer Site 15 P r i c i n g LA B O R   C L O C K   E N D S   U P O N   ( I N D I C A T E   W H I C H   O F   T H E   F O L L O W I N G   A P P L Y ) :   DE P A R T U R E   FR O M   C U S T O M E R   L O C A T I O N   O R   A R R I V A L   A T   V E N D O R   L O C A T I O N . Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   De p a r t u r e   @   Cu s t o m e r   S i t e Departure @ Customer Site 16 P r i c i n g PL E A S E   I N D I C A T E   T H E   %   D I S C O U N T   /   M A R K ‐ U P   O F F E R E D   O N   M A T E R I A L S . Q ue s t i o n s 0 $0 . 0 0   $ 0 . 0 0   5 % 2 0 %   m a r k u p 17 P r i c i n g PL E A S E   I N D I C A T E   Y O U R   M I N I M U M   C A L L ‐ O U T   C H A R G E : Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   $ $ 2 8 0 . 0 0   Bi d   R e s u l t s   f o r   P r o j e c t   G E N E R A L   C O N T R A C T I N G   S E R V I C E S   ( 4 2 8 5 ) Is s u e d   o n   0 5 / 3 1 / 2 0 1 7 Bi d   D u e   o n   J u n e   1 9 ,   2 0 1 7     3 : 0 0   P M   ( P a c i f i c ) Li n e   T o t a l s   ( U n i t   P r i c e   *   Q u a n t i t y ) PL E A S E   I N D I C A T E   P R I C I N G   &   M A T E R I A L   I N F O R M A T I O N   F O R   T H E   P A I N T   S H OP   B R E A K R O O M   R E M O D E L   ( A S   SP E C I F I E D   A T   T H E   J O B   W A L K   A T   2 5 0 0   M I C H I G A N   A V E . ) .     â € ¢   R e c o n f i g ur a t i o n   o f   e x i s t i n g   s t a i r   c a s e   t o   a l l o w   co n s t r u c t i o n   o f   n e w   b r e a k r o o m   w i t h   w a l l s   a n d   a   d o o r .   A   n e w   l a n d in g   i s   r e q u i r e d   a n d   s t a i r s   n e e d   t o   b e   r e d i r e c t e d .   Dr a w i n g s   w i l l   b e   p r o v i d e d   b y   t h e   C i t y .   â € ¢   R e m o v a l   o f   o n e   e x i s t in g   o f f i c e   d o o r   a n d   o n e   e x i s t i n g   o f f i c e   w i n d o w .     †¢   I n s t a l l   n e w   d o o r   a t   t h e   l o c a t i o n   o f   r e m o v e d   w i n d o w   o f   t h e   o ff i c e .   M a t c h   e x i s t i n g   d o o r .   â € ¢   E n c l o s e   t h e   op e n i n g   o f   t h e   r e m o v e d   d o o r   w i t h   2 x 4   s t u d   a n d   d r y w a l l .     â € ¢   E n c lo s e   t w o   s i d e s   o f   s p a c e   w i t h   2 x 4   s t u d   a n d   dr y w a l l   t o   t h e   e x i t i n g   w o o d   a n d   c o n c r e t e   i n t e r i o r   s t r u c t u r e .     â €¢   I n c l u d e   d r y w a l l ,   p a t c h i n g   a n d   p a i n t i n g .   â € ¢   In s t a l l   n e w   3 6 " x   8 0 "   h o l l o w   w o o d   d o o r   a n d   h a r d w a r e   w i t h   w i n d o w   fo r   t h e   b r e a k r o o m .   â €¢   I n s t a l l   v i n y l   t i l e   w i t h   ba s e   c o v e   i n s i d e   o f   b r e a k   r o o m .     â € ¢   M a t e r i a l   s p e c s   w i l l   b e   p r o vid e d   b y   C i t y   o f   S a n t a   M o n i c a   ‐ F a c i l i t i e s   S e r v i c e s   Di v i s i o n   d u r i n g   j o b   w a l k .     â € ¢   A l l   d e b r i s   t o   b e   r e m o v e d   a n d   d i s po s e d   o f   p r o p e r l y .   W o r k   a r e a   c l e a n e d .       P R I C I N G   SH O U L D   I N C L U D E   H A U L ‐ A W A Y   O F   W A S T E   M A T E R I A L S .     A   P R O P O S A L   M A Y   A L SO   B E   A T T A C H E D ,   B U T   T H E   I T E M S   BE L O W   M U S T   B E   F I L L E D   O U T   F O R   Y O U R   B I D   T O   B E   C O N S I D E R E D . PR I C I N G   ‐ P A I N T   S H O P   B R E A K R O O M   R E M O D E L It e m   Nu m S e c t i o n D e s c r i p t i o n Un i t   o f   Me a s u r e Q t y RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   U n i t   Pr i c e RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   L i n e   To t a l RA M C O ,   G e n e r a l   En g i n e e r i n g   Co n t r a c t o r   ‐   Co m m e n t Gr a p h   C o m p a n y   ‐   Un i t   P r i c e Graph Company ‐ Line TotalGraph Company ‐ Comment Bi d   R e s u l t s   f o r   P r o j e c t   G E N E R A L   C O N T R A C T I N G   S E R V I C E S   ( 4 2 8 5 ) Is s u e d   o n   0 5 / 3 1 / 2 0 1 7 Bi d   D u e   o n   J u n e   1 9 ,   2 0 1 7     3 : 0 0   P M   ( P a c i f i c ) Li n e   T o t a l s   ( U n i t   P r i c e   *   Q u a n t i t y ) 18 P r i c i n g PL E A S E   I N D I C A T E   Y O U R   O V E R H E A D   M A R G I N   P E R C E N T A G E : Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   6 % 1 5 % 19 P r i c i n g PL E A S E   I N D I C A T E   Y O U R   P R O F I T   M A R G I N   P E R C E N T A G E : Q u e s t i o n s 0 $0 . 0 0   $ 0 . 0 0   1 5 % 1 0 % 20 Pa y m e n t   Te r m s PA Y M E N T   T E R M S   ( E N T E R   P A Y M E N T   D I S C O U N T   T E R M S ;   O T H E R W I S E   N E T   T H I R TY   ( 3 0 )   D A Y S   WIL L   A P P L Y . Qu e s t i o n 0 $0 . 0 0   $ 0 . 0 0   N e t   3 0   D a y s N e t   3 0   D a y s 21 Re n e w a l   Op t i o n s $0 . 0 0   $ 0 . 0 0   22 Re n e w a l   Op t i o n s PE R I O D   2   ( F I R S T   A N N U A L   R E N E W A L   O P T I O N ) Q u e s t i o n 0 $0 . 0 0   $ 0 . 0 0   2 %   I n c r e a s e CPI Increase. Annual CPI increase for material and DIR increase in cost of labor 23 Re n e w a l   Op t i o n s PE R I O D   3   ( S E C O N D   A N N U A L   R E N E W A L   O P T I O N ) Q u e s t i o n 0 $0 . 0 0   $ 0 . 0 0   2 %   I n c r e a s e CPI Increase. Annual CPI increase for material and DIR increase in cost of labor 24 Re n e w a l   Op t i o n s PE R I O D   4   ( T H I R D   A N N U A L   R E N E W A L   O P T I O N ) Q u e s t i o n 0 $0 . 0 0   $ 0 . 0 0   2 %   I n c r e a s e CPI Increase. Annual CPI increase for material and DIR increase in cost of labor 25 Re n e w a l   Op t i o n s PE R I O D   5   ( F O U R T H   A N N U A L   R E N E W A L   O P T I O N ) Q u e s t i o n 0 $0 . 0 0   $ 0 . 0 0   2 %   I n c r e a s e CPI Increase. Annual CPI increase for material and DIR increase in cost of labor 1 Ge n e r a l   Qu e s t i o n s Ho w   m a n y   y e a r s   o f   e x p e r i e n c e   d o e s   y o u r   f i r m   h a v e   p e r f o r m i n g   g e n er a l   c o n t r a c t o r   s e r v i c e s ? Q u e s t i o n 0 2 Ge n e r a l   Qu e s t i o n s Ple a s e   l i s t   y o u r   C a l i f o r n i a   S t a t e   C o n t r a c t o r s   l i c e n s e   n u m b e r   a n d i n d i c a t e   t h e   t y p e ( s )   o f   lic e n s e ( s )   y o u r   f i r m   p o s s e s s e s Q u e s t i o n 0 3 Ge n e r a l   Qu e s t i o n s Ple a s e   l i s t   y o u r   f i r m ' s   B u s i n e s s   T a x   I D Q u e s t i o n 0 4 Ge n e r a l   Qu e s t i o n s Ple a s e   l i s t   y o u r   f i r m ' s   w a r r a n t y   o n   n e w   c o n s t r u c t i o n   a n d   r e p a i r  w o r k Q u e s t i o n 0 5 Ge n e r a l   Qu e s t i o n s Do e s   y o u r   f i r m   p r o v i d e   2 4 / 7   s e r v i c e s ? Q u e s t i o n 0 5 Ge n e r a l   Qu e s t i o n s Re s p o n s e   T i m e ‐   f o r   s h o r t ‐   n o t i c e   c a l l s ,   p l e a s e   i n d i c a t e   h o w   s o o n y o u r   f i r m   c a n   b e   o n ‐ s i t e   a t   a   Sa n t a   M o n i c a   l o c a t i o n   a f t e r   i n i t i a l   n o t i f i c a t i o n Q u e s t i o n 0 TH E   C I T Y   D E S I R E S   T H E   R I G H T   A N D   O P T I O N   T O   E X T E N D   A N Y   C O N T R A C T   H E RE U N D E R   F O R   A D D I T I O N A L   O N E ‐ Y E A R   RE N E W A L   P E R I O D S   F R O M   D A T E   O F   E X P I R A T I O N   A T   T H E   S A M E   P R I C E ,   T E R M S A N D   C O N D I T I O N S ,   A S   S P E C I F I E D   BE L O W   F R O M   D A T E   O F   E X P I R A T I O N   A T   T H E   S A M E   P R I C E ,   T E R M S   A N D   C O N D IT I O N S .         F O R   E A C H   S U B S E Q U E N T   RE N E W A L   P E R I O D   L I S T E D   B E L O W   P L E A S E   I N D I C A T E   I N   T H E   C O M M E N T   S E C T IO N   W H I C H   O F   T H E   F O L L O W I N G   AP P L Y :       1 )   N O   R E N E W A L   O P T I O N   O F F E R E D .     2 )     S A M E   P R I C E ,   T E R M S   A ND   C O N D I T I O N S   O F F E R E D .     3 )   %   O F   IN C R E A S E   / D E C R E A S E   O F   P R E V I O U S   Y E A R ' S   P R I C E   F O R   A L L   A R E A S   O R   O P TI O N S .     I N C R E A S E S   G R E A T E R   T H A N   C P I   WIL L   B E   S U B J E C T   T O   T H E   " E S C A L A T I O N   &   D E ‐ E S C A L A T I O N   O F   B I D   P R I C E "  C L A U S E   I N   T H E   B I D .     S P E C I F Y   AL T E R N A T E   T E R M S   A N D   C O N D I T I O N S   I F   A P P L I C A B L E . 36 years #390966 Types: A & B #954120399 Th a t   a l l   g o o d s   w i l l   c o n f o r m   t o   a p p l i c a b l e   s p e c i f i c a t i o n s ,   d r a w i ngs,  de s c r i p t i o n s ,   a n d   s a m p l e s .   A n d   w i l l   b e   o f   g o o d   w o r k m a n s h i p   a n d   free from defects for 1 year Yes 24 hours 2 h o u r s 7  y e a r s #8 8 6 0 7 7   T y p e s :   A   a n d   B #2 7 4 3 4 4 4 6 3 1 y e a r Ye s   REFERENCE:    AGREEMENT NO. 10550  (CCS)