HomeMy WebLinkAboutStaff Report 3141
City of Palo Alto (ID # 3141)
City Council Staff Report
Report Type: Informational Report Meeting Date: 10/15/2012
Summary Title: Contracts Awarded by the City Manager
Title: Contracts Awarded by the City Manager from January 1, 2012 through
June 30, 2012
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 January 1, 2012 through June 30, 2012. Attachment B lists the construction and goods
contracts awarded by the City Manager or Purchasing Manager from January 1, 2012 through
June 30, 2012. Attachment C lists the Excerpt from the Palo Alto Municipal Code.
Attachments:
Attachment A: Services 010112-063012 (DOC)
Attachment B: Supplies 010112-063012 (DOC)
Attachment C: Exemptions from Competitive Solicitation (DOC)
ATTACHMENT A
* See attachment C for description of bidding exemptions Page 1 of 2
Service Contracts Awarded from 01/01/12-06/30/12
($25,000-$85,000)
________________________________________________________________________________________________________
Contract Award Award Bidding Exemption* Description
Awarded To Date Amount or
No. of Bids
Sent/Received
________________________________________________________________________________________________________
Canus Corporation 06/27/12 85,000.00 22 2 Inspection Service for Utilities
Otis and Iriki, Inc. 05/07/12 85,000.00 *PAMC2.30.360(g) Legal Services
Riedinger Consulting 01/12/12 85,000.00 *PAMC2.30.360(g) Construction scheduling services
Siegfried Engineering, Inc. 01/17/12 85,000.00 7 4 Surveying services for Gas Main Replacement project
Sierra Infosys, Inc. 05/03/12 84,000.00 6 3 Enhancements to utility customer system
Riezebos Holzbaur Group LLC 05/30/12 84,000.00 26 9 Consultant Services
Stephanie Elizabeth Hughes 06/12/12 82,000.00 5 1 Industrial Wastewater Evaluation
Procurement Services Assoc. 06/20/12 81,000.00 *PAMC2.30.360(c) Temporary Employment Services
Xerox Corporation 03/22/12 80,000.00 *PAMC22.30.360(j) Print shop photo copies; Lease
Penhall Company 05/19/12 80,000.00 22 3 Saw cutting services
Computing Solutions Group 06/26/12 80,000.00 16 2 Env. Data Systems Mgmt. Services
Huntsman Architectural Group 02/09/12 78,624.00 15 8 City Hall 6th floor space reconfiguration for PW and Fire Dept.
3M Library Systems 06/06/12 76,095.00 13 4 8 Self check stations
Interweave Production Group 03/12/12 70,000.00 7 2 Audio Video Production Technical
Redzone Robotics, Inc. 06/26/12 70,000.00 *PAMC2.30.360(d) Software Maintenance
MGT of America, Inc. 01/03/12 68,600.00 11 5 Municipal Fee Study
Pacific Ecorisk 05/30/12 68,000.00 3 1 Chronic Toxicity Testing
Golder Associates, Inc. 05/01/12 66,530.00 9 4 Consulting Services for Monitoring PA Landfill
O’Rorke Inc. 04/25/12 65,000.00 25 6 Integrated Outreach and Graphic Design Services
Integra Construction Services 06/26/12 61,016.00 26 7 Office Space Remodel
Riezebos Holzbaur Group LLC 01/18/12 60,000.00 8 5 Marketing Programmatic Assistance
DLT Solutions, Inc. 01/04/12 59,452.24 *PAMC2.30.360(d) Subscription and Autodesk Gold Support
Commercial Pump Service Inc 03/26/12 58,094.00 10 4 Pump rehab
Vocera communication, Inc. 01/04/12 52,185.00 *PAMC2.30.360(2) Vocera S/W & H/W Support
Mongird Construction 05/01/12 51,375.50 *PAMC2.30.360(k) 502 Thain Way Rehab
Bahia Electric 05/10/12 50,105.00 36 15 Golf Course Prkg Lot Lighting Upgrade
Progressive Solutions, Inc. 01/17/12 50,000.00 8 3 Parking Permit System Software
Melissa Olsen Cavallo 01/17/12 48,000.00 *PAMC2.30.360(d) Consultant services for Cable Joint Powers Authority
Casey Construction 05/17/12 45,840.00 15 5 Site Work at Gas Receiving Stations
Microsoft Corporation 06/06/12 42,800.00 2.30.360(d) Microsoft support maintenance
Sherry L. Lund Associates 04/24/12 42,405.00 *PAMC2.30.250 CAO Evaluator; Performance Evals
ATTACHMENT A
* See attachment C 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
________________________________________________________________________________________________________
Four Winds Interactive LLC 06/13/12 35,412-29 8 2 MP Digital Signage
Jaco Environmental, Inc. 05/10/12 35,000.00 3 1 Refrigerator recycle program
National Meter & Automation 01/05/12 34,000.00 3 2 Large Water Meter Audit
Kone Inc 02/07/12 33,660.00 5 4 Elevator Maintenance at Various Faciliti
PDM 03/07/12 31,479.00 15 6 Audio/Video Recording System
Bovo Tighe LLC 03/22/12 29,700.00 4 4 Consulting Services
Scott Acoustics, Inc. 01/31/12 28,300.00 3 1 Acoustic Tile & Grid Replace
Group 4 architecture Research 01/31/12 27,668.00 *PAMC2.30.360(b)(2) Cubberley Community Center Site Study
David Taussig & Associates 05/02/12 27,540.00 11 5 Review of Development Impact Fees
George Bianchi Construction, Inc. 06/20/12 27,494.50 5 3 Underpass Guard rail @ University & Alma
ISEC Inc. 04/30/12 25,239.00 18 1 Ergonmic Upgrades
Marsha Jurasin & Associates 03/26/12 25,000.00 *PAMC2.30.360(i) Space Planning Management Services
Waterwise Consulting, Inc. 02/21/12 25,000.00 *PAMC2.30.360(i) Commercial Water Audits
Metropolitan Planning Group 03/23/12 25,000.00 *PAMC2.30.360(i) Potential Theater Project EIR
Palo Alto Historical Association 01/26/12 25,000.00 *PAMC2.30.360(i) Annual service fee
Teri Black & Company LLC 04/12/12 25,000.00 *PAMC2.30.250(i) Fire Chief Recruitment
Xioweb.com 05/10/12 25,000.00 *PAMC2.30.250(i) UMS Database Programs
Ron Benoit Associates 05/10/12 25,000.00 *PAMC2.30.250(i) Landscaping Review Services
Automated Energy Energy Inc. 05/23/12 25,000.00 *PAMC2.30.360(i) Meter Links Program
ATTACHMENT B
* See Attachment C for a description of exemptions to competitive solicitation requirements
Goods Contracts Awarded from 01/01/12to 6/30/12
($65,000-$250,000)
__________________________________________________________________________________________________________
Contract Award Award Bidding Exemption* Description
Awarded To Date Amount or
No. of Bids
Sent/Received
__________________________________________________________________________________________________________
BSP THERMAL SYSTEMS INC. 03/20/12 191,623.79 *PAMC2.30.360(d) Incinerator Parts
ABB 03/05/12 159,515.05 2 2 Transformer
Burlingame Engineers Inc. 05/24/12 154,062.76 *PAMC2.30.900 Infilco Degremont Inc Barscreen and Press Parts
ABB 01/11/12 83,180.39 2 2 Transformer
The Okonite Company 01/18/12 73,837.92 6 3 Cable
Groeniger & Company 02/15/12 69,860.65 6 5 Hydrant Parts
Wesco Distribution Inc. 03/06/12 66,757.36 12 3 Wire Cable
Page 1 of 3
ATTACHMENT C
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.
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
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.