Loading...
HomeMy WebLinkAbout2010-01-12 - AGENDA REPORTS - AWARD CONTR CITYWIDE BANNER (2)Agenda Item: CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Gail Ortiz DATE: January 12, 2010 SUBJECT: AWARD CONTRACT FOR CITY-WIDE BANNER PROGRAM DEPARTMENT: City Manager's Office RECOMMENDED ACTION City Council contract with CR&A Custom Inc. for the Citywide Banner Program in the amount not to exceed $150,000, authorize the City Manager of designee to execute all contracts and associated documents, and execute up to three (3) annual renewal options not to exceed the above annual amount plus Consumer Price Index Adjustments (CPI) adjustments, contingent upon the appropriations of funds by the City Council in the annual budget for such Fiscal Year, subject to City Attorney approval. BACKGROUND In July 2007, staff successfully conducted a bid for a Citywide Banner Program, and awarded the contract to Dangling Carrot Creative, a local Santa Clarita company. With this contract, the City was able to provide area non -profits the ability to advertise a community event on the City's paseo bridges and Southern California Edison streetlight poles using the Citywide Banner Program. No City funds are expended in providing this professional service to area non -profits. The City only incurs costs for banners that are requested by staff for City -produced events or when co -sponsoring selected tourism events. Dangling Carrot Creative's contract term has expired and the company chose not to renew their contract. City staff learned a great deal in the first years of the Citywide Banner Program, solving issues with banners as they arose, and crafted a new Request for Proposal weighted with specific criteria to find a company to contract with. City staff initiated a Request for Proposal process on November 6, 2009, which closed on December 7, 2009. The process was conducted in compliance with the City's purchasing policy. The Request for Proposals were published three times from November 6, 2009 to November 15, 2009. Notifications were sent to the Chamber of Commerce, Valley Industrial Association, and to a list of suppliers on file. In to tal, 56 firms downloaded the bid package from the City's website. The following companies, submitted bid responses, which were received by Purchasing on or before the December 7, 2009 deadline: Vendor CR&A Custom Inc. Feathers Sip & Printing Imprints 4 You Location Los Angeles, CA Canyon Country, CA Valencia, CA The City conducted an evaluation process, reviewing all submitted proposals and interviewing all candidates. The evaluation panel included City staff from multiple departments, as well as representatives from local non -profits within the Santa Clarita Valley. The mix of City and private sector evaluators allowed community partners to be a part of the evaluation and selection process for a service they regularly use. In reviewing the submitted proposals, vendors were evaluated on multiple criteria. The proposal criteria, which were provided to all vendors in advance, are listed below in order of importance. Criteria included: Contractor's qualifications, including qualification of staff directly involved with servicing this contract • Quality and quantity of equipment, so the vendor may service all banner needs simultaneously when needed • Thoroughness of proposal, approach to providing sound services and ability to provide services to meet objectives • References • Cost of services provided During the evaluation process, the panel determined all submitted proposals demonstrated the vendors quality printing capabilities. However, panelists agreed a large component of the contract includes not only delivery of a quality print product, but the vendor must also demonstrate significant experience with installation of banners, maintenance of banners (due to weather elements, wear and tear, etc), and quick assistance and expedited removal of banners from the public right-of-way as scheduled. The evaluation -panel unanimously agreed that CR&A is the most qualified vendor and should be awarded the Citywide Banner Program contract for 2010 and beyond. Managing the Citywide Banner Program requires that a company have the proper equipment to execute the job, as well as qualified team familiar with proper traffic control procedures. CR&A has the necessary equipment to properly install banners, remove banners, and to respond to emergencies within 24 hours. Their installation and removal teams are also familiar and experienced with safety procedures and are CalTrans Certified. CR&A has also agreed to have one point -person' to service the contract, and will use ink with anti -graffiti properties for easy removal of graffiti on banners. N In addition to the many safety and experiential considerations, CR&A provided the lowest cost proposal. When evaluating these proposals, City staff applied the Local Vendor Preference Program, approved by the City Council as part of the 21 Point Business Plan for Progress, which states if a local business is within 10 percent of a non -local companies' bid, the local business has the opportunity to match the price (per the City's Purchasing Policy, Section 3.12.205). Even with the 10 percent incentive, proposals submitted by the other two vendors, Feathers Sign & Printing and Imprints 4 You, were significantly higher in cost than the proposal submitted by CR&A. ALTERNATIVE ACTIONS 1. Do not award the Citywide Banner Program Contract to CR&A Inc. 2. Other action as determined by the City Council. FISCAL IMPACT With this contract, area non -profits and hosts of local tourism events will pay CR&A directly for services consistent with the contract. The City will not expend any City funds in providing this professional service to area non -profits. Additionally if awarded, City staff will continue to use the Citywide Banner Program to promote City events. City staff from multiple divisions use -the program. Accordingly, funds for the Citywide Banner Program have been approved and budgeted in multiple divisions. The total expenditures will not exceed $150,000. ATTACHMENTS Citywide Banner Program Cost Comparison coo 0 0 � - 0 coo 0 q q m � 0 10 m ol N 1. � x 0 .Li Z z iL 64 61) �o Vy � 2 0 L) L) 0 � � 0 0 0 q q . li R I 0 E E > oE E tm e R' E m o m r o JT c .2 c m E 'Fo-o 2 > 2! m 2 -f6 m , .8 o o N m o -zq � a. = 4.; o 'E o IL cc m o E o Q m o 'o o o co 2 FL EL L) cL � < < E 2 _j C 'AW60 0.-� �.s � �A W� E 15 0 0000000 a q � 0 0 U� � q -0� F - z I 0 L c mc Ix —0 E - E w,,o E CM IL c 0— IL E 0 0 E 'c 'EL 2 0 L) L) 0 � � 0 0 0 q q . li R I 0 E E > oE E tm e R' E m o m r o JT c .2 c m E 'Fo-o 2 > 2! m 2 -f6 m , .8 o o N m o -zq � a. = 4.; o 'E o IL cc m o E o Q m o 'o o o co 2 FL EL L) cL � < < E 2 _j C 'AW60 0.-� �.s � �A W� 0 ca � q q Ci C� 0 on Ell C C, ca � q q V: C, m � 0 0 �2 0 0 0 E 15 0 L c mc —0 E - E w,,o E CM Z5 c 0— IL E 0 0 E 'c 'EL LU 0 z z CL !2 'Ca c < -'- 0. S a) < 2 LU 0 m —C IL 0 ca � q q Ci C� 0 on Ell C C, ca � q q V: C, m � 0 0 �2 0 0 0 L� E 15 —0 E - Z5 IL 21 0 0 0 2 .2 CL !2 'Ca c E E < < 2 L�