Loading...
HomeMy WebLinkAboutStaff Report 2653 (2)City of Palo Alto (ID # 2653) City Council Informational Report Report Type: Informational Report Meeting Date: 4/9/2012 April 09, 2012 Page 1 of 1 (ID # 2653) Title: Contracts Awarded by the City Manager Subject: Contracts Awarded by the City Manager from July 1, 2011 through December 31, 2011 From: City Manager Lead Department: Administrative Services DISCUSSION The Palo Alto Municipal Code (PAMC) Section 2.30.710 requires the City Manager to provide a biannual report to Council consisting of contracts awarded by the City Manager or the Purchasing Manager for: 1) general and professional services in excess of $25,000; and 2) public works and goods in excess of $65,000. The following attachments fulfill this PAMC reporting requirement. Attachment A lists the service contracts awarded by the City Manager or Purchasing Manager from July 1, 2011 through December 31, 2011. Attachment B lists the construction and goods contracts awarded by the City Manager or Purchasing Manager from July 1, 2011 through December 31, 2011. Attachment C lists the blanket order contracts awarded by the City Manager or Purchasing Manager from July 1, 2011 through December 31, 2011. Blanket orders allow for multiple purchases of goods or services from a specific vendor for a specific length of time and dollar amount. Attachments: Attachment A: Services 070111-123111 (PDF) Attachment B: Purchase Orders 7.01.11 - 12.31.11 (PDF) Attachment C: BPO for Goods and Services Awarded from 011 (PDF) Attachment D: Exemptions from Competitive Solicitation (PDF) Prepared By:Gloria Jimenez, Administrative Specialist II Department Head:Lalo Perez, Director City Manager Approval: James Keene, City Manager ATTACHMENT A * See attachment D for description of bidding exemptions Page 1 of 2 Service Contracts Awarded from 07/01/11-12/31/11 ($25,000-$85,000) ________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ________________________________________________________________________________________________________ Renne Sloan Holtzman Sakai LLP 09/14/11 85,000.00 *PAMC2.30.360(g) Legal services Raftelis Financial Consulting 12/07/11 85,000.00 8 5 Service Study for Water Utility Priority Roofing Solutions Inc. 10/17/11 81,180.00 24 8 Cubberley Theater Roof Roto-Rooter Services Company 08/26/11 80,000.00 7 1 Sewer Lateral Cleaning Stanford University 10/24/11 80,000.00 *PAMC2.30.360(n) Participation in Stanford Research Val Security Inc 07/01/11 75,000.00 13 6 Railroad "Track Watch" Security Thomas Dee Engineering Co. Inc 09/09/11 67,876.20 *PAMC2.30.360(b) Repairs to Refractory Incinerator IEDA 11/28/11 67,000.00 *PAMC2.30.360(d) EDA Labor Relations Services Ferma Corporation 11/16/11 66,750.00 3 3 Concrete debris crushing Riezebos Holzbaur Group LLC 09/21/11 65,763.91 4 2 Graphic Design Cybertary.com 07/01/11 55,000.00 5 13 Transcription Services Pitney Bowes Software, Inc. 10/20/11 54,335.55 *PAMC2.30.200(e) Software License Maintenance Kennedy Jenks Consultants 10/12/11 50,000.00 *PAMC2.30.360(d) On-Call Engineering Services GEODESY 0923/11 45,000.00 *2.30.360(d) Encompass Software Maintenance Chrisp Company 07/28/11 41,481.00 16 1 Thermo striping Mcguire and Hester 12/19/11 40,150.00 *PAMC2.30.360(c) Service/Maintain Pipeline System Garda CL West, Inc. 08/17/11 40,000.00 4 1 Armed courier service Employee Benefit Specialists 11/09/11 38,305.00 4 2 Retiree Reimbursement Administrator Transformer Technologies LLC 11/28/11 38,000.00 3 3 Removal of transformers and switchgear Palo Alto Weekly 07/01/11 35,600.00 6 4 Legal Advertising Equinix, Inc. 08/15/11 35,100.00 *PAMC2.30.360(b)1 Renewal of Lease/ Internet Exch Center US Healthworks Medical Group 10/26/11 35,000.00 *PAMC2.30.360(d) Occupational Medicine Services Zillowatt (Non-Profit) 11/19/11 35,000.00 *PAMC2.30.360(b)3 DEED Grant contract for school program Sheldrake & Mumford Inc 10/26/11 34,226.00 10 2 Cubberley Tennis Court Resurfacing Downtown Streets, Inc. 10/06/11 33,666.00 *PAMC2.30.360(d) Downtown Streets Team Golden Bay Fence Plus Iron Works 07/01/11 32,562.00 18 2 Fence and Guardrail Installation IDEO 07/26/11 30,000.00 *PAMC2.30.360(d) IDEO Design Consulting Communiquest 08/25/11 30,000.00 *PAMC2.30.360(i) Airport Consultant Downtown Streets, Inc 09/26/11 29,124.00 *PAMC2.30.360(d) Services for fiscal year 2011-2012 Martha Miller 12/28/11 28,080.00 *PAMC2.30.360(d) Real Estate Project Coordination Services Republic Electric 8/23/11 27,608.00 18 2 250W HPS – Installation ATTACHMENT A * See attachment D for description of bidding exemptions Page 2 of 2 Service Contracts Awarded from 07/01/11-12/31/11 ($25,000-$85,000) ________________________________________________________________________________________________________ Contract Award Award Bidder Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ________________________________________________________________________________________________________ Communication Academy 07/01/11 26,004.30 *PAMC2.30.360(i) Training services/ Education enrichment classes Sherry L Lund Associates 10/12/11 25,000.00 *PAMC2.30.250 CAO Evaluator Tracy Rae Atwater-Gomez 09/06/11 25,000.00 *PAMC2.30.360(i) MSA Officials Origins Design Network 09/01/11 25,000.00 *PAMC2.30.360(i) IR Consultant 4Leaf Inc 07/21.11 25,000.00 *PAMC2.30.360(j) On-call building services Riezebos Holzbaur Group LLC 11/08/11 25,000.00 *PAMC2.30.360(i) Graphic design Metropolitan Planning Group 10/21/11 25,000.00 *PAMC2.30.360(i) Consulting Services Morrison & Foerster LLP 09/15/11 25,000.00 *PAMC2.30.220 Legal Services Metropolitan Planning 10/27/11 25,000.00 *PAMC2.30.360(i) Consultant Services / SB375 Sustainable Communities Project Riezebos Holzbaur Group LLC 11/15/11 25,000.00 *PAMC2.30.360(i) Advertising and communications Utility Financial Solutions LLC 11/22/11 25,000.00 *PAMC2.30.360(i) Gas Cost of Service Study ATTACHMENT B * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 1 of 1 Goods Contracts Awarded from 07/01/11-12/31/11 ($65,000-$250,000) ________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ________________________________________________________________________________________________________ ABB 08/23/11 162,207.22 2 2 Transformer DC Frost Associate 12/21/11 131,766.78 *PAMC2.30.900(f) Repair two Sedimentation Collector System CDCE Inc 09/23/11 103,076.88 6 4 Panasonic CF-31 The Okonite Company 11/16/11 86,490.04 6 3 Cable, AL 600 MCM 25 kV EPR 260 Mil Towne Ford Sales 11/22/11 65,478.75 8 5 Animal Control Truck w. cab chasis ATTACHMENT C * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 1of 2 Blanket Orders for Goods and Services Awarded from 07/01/11 to 12/31/11 ______________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ______________________________________________________________________________________________________________ Cooper Power Systems 07/18/11 225,000.00 9 1 Pad mounted Vacuum Switches with Vacuum F Oldcastle Precast Inc 08/01/11 205,000.00 7 4 Electrical equipment G & W Electric Company 09/15/11 160,000.00 5 2 Submersible Switches Granite Rock Company 08/10/11 154,000.00 *PAMC2.30.360(d) Asphalt Concrete Products Exhaust Emission Reduction 11/09/11 132,139.16 5 6 Diesel Particulate Filters TMT Enterprises Inc. 11/21/11 122,500.00 14 5 Sand & Rock Cutback R & B Company 07/01/11 100,000.00 *PAMC2.30.360(d) Pipe & Fittings Olin Chlor Alkali Products 07/05/11 97,505.63 5 3 Sodium Hypochlorite Milpitas Materials Company 07/26/11 90,000.00 6 4 Concrete truck load Bound Tree Medical LLC 08/10/11 85,000.00 9 7 Medical supplies PG & E 07/01/11 75,000.00 *PAMC2.30.360(d) PG & E Training Milpitas Materials Company 07/20/11 75,000.00 6 2 Concrete Road & Hwy Bld. Peterson Tractor Inc. 07/26/11 65,000.00 *PAMC2.30.360(b) Auto part & service Emissions Retrofit Group 11/09/11 60,550.72 4 3 Truck & Bus maintenance Ditch Witch Bay Area Sales 07/01/11 60,000.00 *PAMC2.30.360(b) Drill, hand /portable Summit Uniforms 08/02/11 60,000.00 3 1 Police uniform & related equipment North State Truck Equipment, Inc. 11/09/11 50,937.03 5 6 Truck & Bus maintenance Milpitas Materials Company 07/26/11 50,000.00 6 2 Concrete Road & Hwy Bld. TMT Enterprises Inc. 09/20/11 45,000.00 5 6 Diesel particulate filters G & K Services, Inc. 07/01/11 40,000.00 8 3 Uniform rentals G & K Services, Inc. 07/01/11 40,000.00 8 3 Uniform rentals Summit Uniforms 09/26/11 40,000.00 3 1 Police uniform & related equipment Golden Bear Detailing 07/13/11 37,500.00 2 1 Automobile cleaning Palo Alto Electric Motor Corp 07/14/11 36,000.00 3 3 Repair electric motors Granite Rock Company 07/26/11 35,179.85 *PAMC2.30.360(b) Asphalt Lincoln Equipment Inc. 07/01/11 35,000.00 10 2 Pool Chlorine Stanley Convergent Security So 07/18/11 34,000.00 *PAMC2.30.360(d) Fire systems services ATTACHMENT C * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 2of 2 Blanket Orders for Goods and Services Awarded from 07/01/11 to 12/31/11 ______________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ______________________________________________________________________________________________________________ EFACEC ACS Inc 10/21/11 30,000.00 3 1 Substation replacement A-Total Fire Protection, LLC 07/05/11 29,650.00 5 7 Fire sprinkler inspection Granite Construction 07/26/11 27,000.00 *PAMC2.30.360(b) Asphalt Sierra Pacific Turf Supply 08/11/11 25,217.00 11 5 Fertilizer & soil Caltest Analytical Laboratory 07/19/11 25,000.00 *PAMC2.30.360(d) Wastewater testing B & M Collision Repair 07/21/11 25,000.00 6 4 Machine shop work Palo Alto Weekly 07/29/11 25,000.00 *PAMC2.30.360(i) Advertising City Auto Supply 08/11/11 25,000.00 *PAMC2.30.360(b2) General auto parts & supplies required by Equip. Mgmt. Div. Interspiro, Inc. 09/06/11 25,000.00 *PAMC2.30.360(d) First aide & safety equipment LN Curtis & Sons Oakland 09/06/11 25,000.00 *PAMC2.30.360(d) Misc. small tools & equipment Attachment D ‐ Page 1 of 3 ATTACHMENT D    EXCERPT FROM THE PALO ALTO MUNICIPAL CODE    2.30.200 Purchasing manager contract award authority    The purchasing manager may award and sign the following contracts:  (e) Software Maintenance Contracts. Notwithstanding subsection (c) of Section  2.30.200, the purchasing manager may award and sign contracts for  maintenance of licensed computer software for any period of time during  which the city maintains licenses for the software, where the contract price,  excluding sales or use tax, does not exceed $85,000.00 per year in the first  year and does not exceed $85,000.00, plus any unexpended monies carried  forward from a prior year, in any subsequent contract year.  2.30.220 City attorney contract award authority   The city attorney may award and sign contracts for legal services including outside  counsel and experts for litigation or other administrative and legal proceedings, to be  provided to the city for any time period, where the contract price, plus any contingency  established for change orders or additional services, but excluding sales or use tax, does  not exceed $65,000.00 in the first year, and does not exceed $65,000.00, plus any  unexpended monies carried forward from a prior year, in any subsequent contract year.  The city attorney may sign contracts where the contract price exceeds the amounts set  forth above, provided the council has first approved the use of such services.  2.30.250 Council approval/award of contracts   The council shall approve and/or award and the mayor or vice‐mayor shall sign all  contracts for which no contracting or signature authority has been established under  this chapter, except to the extent the council has previously authorized a city officer or  employee to negotiate and execute a contract on the city's behalf without the further  approval of the council.  2.30.360 Exemptions from competitive solicitation requirements  The following are exemptions from the informal and formal competitive solicitation  requirements of this chapter. It is expected that the exemptions will be narrowly  applied. The department requesting an exemption shall provide all relevant information  supporting the application of the exemption to the purchasing manager. Based on this  information, the purchasing manager shall make a recommendation to the city manager  and the city manager shall determine whether an exemption from competitive  solicitation requirements applies. Nothing herein is intended to preclude use of  competitive solicitations where possible.  Attachment D ‐ Page 2 of 3 (b)     Situations where solicitations of bids or proposals would for any reason be  impractical, unavailing or impossible provided that in the case of a public works project,  the project is not otherwise required by the Charter to be formally bid. These situations  are those where solicitations of bids or proposals would not be useful or produce any  advantage for the city. Situations where solicitations of bids or proposals would be  impractical, unavailing or impossible, include, but are not limited to, the following:  (c)     Where competitive bids or requests for proposals have been solicited and no bid  or proposal has been received or no bid or proposal meeting the requirements of the  invitation to bid or request for proposal has been received, provided that, in the case of  a public works project, the project is not otherwise required by the Charter to be  formally bid.  (d) Contracts for goods, wholesale commodities and related services, general  services or professional services available from only one source where there is no  adequate substitute or equivalent provider. Examples of acceptable sole source  purchases are: equipment for which there is no comparable competitive product,  proprietary products sold directly from the manufacturer, a component or replacement  part for which there is no commercially available substitute and which can be obtained  only from the manufacturer, items where there is only one authorized distributor in the  area, and items where compatibility with items in use by the city is an overriding  consideration. All requests for sole source purchases shall be supported by written  documentation (facsimile or electronic mail may be used), approved by the office or  department head and forwarded to purchasing.   (g)     Legal services contracts, including outside counsel and experts for litigation or  other legal proceedings.  (k) The use of another governmental or public agency's contract provided: (i) the  agency used a solicitation method substantially similar to the method required by  this chapter; (ii) the contract allows other agencies to utilize or the vendor  authorizes the city to utilize; (iii) the contract is consistent with requirements  specified in this code; and (iv) there is an overall value to the city's utilizing the  contract versus the city performing it's own solicitation.  (i) Professional services contracts where the estimated total expenditure by the city,  regardless of term, does not exceed $25,000.00.  (n) Contracts with any public agency or governmental body to construct a public work  where the public agency or governmental body has used methods similar to  those required by this chapter to contract for the work.  (2)  Due to circumstances beyond the control of the city, the time necessary to use the  competitive solicitation process procedures and requirements would result in a  substantial economic loss to the city, or the substantial interference with a  required city operation; and  Attachment D ‐ Page 3 of 3   2.30.900 Standardization  Where the city manager has determined that it is required by the health, safety or  welfare of the people or employees of the city, or that significant costs savings have  been demonstrated, standardization of supplies, materials or equipment, including  information and communication technology, for purchase or to be used in a public  works project is permitted and the specifications may specify a single brand or trade  name. Among the factors that may be considered in determining to standardize on a  single brand or trade name are that:            (f)     Matching existing supplies, materials or equipment is required for proper  operation of a function or program