Loading...
HomeMy WebLinkAboutStaff Report 3506 City of Palo Alto (ID # 3506) City Council Staff Report Report Type: Informational Report Meeting Date: 3/4/2013 City of Palo Alto Page 1 Summary Title: Contracts Awarded by the City Manager July 1, 2012 through December 31, 2012 Title: Contracts Awarded by the City Manager from July 1, 2012 through December 31, 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 July 1, 2012 through December 31, 2012. Attachment B lists the construction and goods contracts awarded by the City Manager or Purchasing Manager from July 1, 2012 through December 31, 2012. Attachment C lists the Excerpt from the Palo Alto Municipal Code. Attachments:  Attachment A: Services 070112-123112 (DOC)  Attachment B: Purchase Orders 7.01.12 - 12.31.12 (DOC)  Attachment C: BPO for Goods and Services Awarded from 012 (DOC)  Attachment D: Exemptions from Competitive Solicitation (DOC) ATTACHMENT A * See attachment D for description of bidding exemptions Page 1 of 1 Service Contracts Awarded from 07/01/12-12/31/12 ($25,000-$85,000) ________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ________________________________________________________________________________________________________ Sandis Civil Engineers 10/24/12 85,000.00 3 4 Traffic Data Collection Service Mercury Associates, Inc. 12/20/12 84,440.00 4 4 Fleet organizational assessment Bay Area Geotechnical Group 10/18/12 84,000.00 12 11 Soil Testing Cascadia Consulting Group 08/26/11 87,074.00 14 3 Consultant update City's waste characterization Causey Consulting 10/29/12 79,861.00 25 3 Sewer System MGR SSS WDR Siegfried Engineers, Inc. 10/25/12 70,000.00 12 3 On-call Consult Serves Various Rankin Landsness Lahde 12/11/12 65,000.00 *PAMC 2.30.210 (k) Legal Services Luanes Little Explorer 08/07/12 55,000.00 *PAMC 2.30.360(c) Instructor Training Services Peninsula Crane & Rigging Co. 0912/12 50,000.00 7 3 Crane Services Thomas Dee Engineering Co. Inc. 11/26/12 49,482.40 *PAMC 2.30.360(d) Refractory Repairs on Incinerator Aces Power Marketing 08/29/12 49,004.00 8 7 Risk Management Consultant EBSCO Subscription Services 10/01/12 44,375.08 3 2 Magazine Subscriptions for Library Equinix, Inc. 07/10/12 35,100.00 *PAMC 2.30.360(b) 1 Renewal of Lease/Internet Exchange Ctr Goldfarb & Lipman LLP 10/16/12 35,000.00 *PAMC 2.30.360(g) Legal Services Ginn and Crosby, LLC 12/14/12 35,000.00 *PAMC 2.30.220 Legal Services Lucky Rae Gomez 09/12/12 32,000.00 *PAMC 2.30.360(c) Officials PA Unified middle schools 12-13 Construction Testing Service 08/16/12 30,000.00 6 4 Soil and Materials testing service Wolters Kluwer Financial SVCS 10/18/12 29,525.00 *PAMC 2.30.360(d) Audit Management Software [, City Auditor] Williams Scotsman Inc. 12/12/12 29,303.16 5 2 Landfill trailer & lease Forrest Richardson & ASSOC. 08/06/12 25000.00 *PAMC2.30.360 (i) Design & Reconfiguration PA Golf Riezebos Holzbaur Group LLC 08/29/12 25,000.00 *PAMC2.30.360 (i) Advertising Consult Stoecker & Northway Arch 08/08/12 25,000.00 *PAMC2.30.360 (i) Cubberley Master Plan Consult/Facilitate Industrial Training Services 12/14/12 25,000.00 *PAMC2.30.360 (i) Operator Qualification Program Teri Black & Company LLC 11/14/12 25,000.00 *PAMC2.30.360 (i) Cubberley Tennis Court Resurfacing Ralph Anderson & Associates 11/28/12 25,000.00 *PAMC2.30.360 (i) Executive Recruitment of Chief Communication ATTACHMENT B * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 1 of 1 Goods Contracts Awarded from 07/01/12-12/31/12 ($65,000-$250,000) ________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ________________________________________________________________________________________________________ Contract Office Group, Inc. 09/07/12 224,893.82 3 2 Mitchell Park Library & CC Std. Furniture DC Frost Associates Inc. 10/03/12 184,744.71 *PAMC 2.30.900(f) Sewage and Waste Treatment The Okonite Company 12/06/12 136,265.79 6 3 Electrical Equipment ABB 11/20/12 130,444.49 2 2 Transformers CDCE Inc 08/07/12 125,192.88 *PAMC 2.30.360(a) Computer Hardware LDV, Inc. 08/22/12 110,768.06 3 1 MEOC Support Vehicle The Okonite Company 11/14/12 83,872.94 6 3 Cable, AL 600 MCM 25 kV EPR 260 Mil CALIF Surveying & Drafting 08/29/12 80,946.69 3 3 On-site, training 1yr Tech The Okonite Company 08/30/12 75,663.97 6 3 Electrical Equipment Computerland of Silicon Valley 10/01/12 66,318.59 12 2 Computer Hardware ATTACHMENT C * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 1 of 2 Blanket Orders for Goods and Services Awarded from 07/01/12 to 12/31/12 ______________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ______________________________________________________________________________________________________________ Cooper Power Systems 07/19/12 225,000.00 9 1 Pad mounted Vacuum Switches with Vacuum F TMT Enterprises Inc. 07/01/12 224,326.00 14 5 Sand & Rock Cutback Oldcastle Precast Inc. 07/10/12 200,000.00 7 4 Electrical equipment Granite Rock Company 07/02/12 154,000.00 *PAMC2.30.360 (d) Asphalt Concrete Products Olin Chlor Alkali Products 07/16/12 120,000.00 5 3 Sodium Hypochlorite Milpitas Materials Company 07/01/12 90,000.00 6 2 Concrete Road & Hwy Bld. Bound Tree Medical LLC 07/01/12 85,000.00 9 7 Medical supplies PG & E 07/01/12 75,000.00 *PAMC2.30.360 (d) PG & E Training R & B Company 07/01/12 75,000.00 *PAMC2.30.360 (d) Pipe & Fittings Milpitas Materials Company 07/01/12 75,000.00 6 2 Concrete truck load G & W Electric Company 07/09/12 70,000.00 5 2 Submersible Switches Granite Construction 07/01/12 66,000.00 2.30.360(d) Asphalt concrete products Granite Rock Company 07/01/12 65,000.00 *PAMC2.30.360 (b) Asphalt Peterson Tractor Inc. 07/10/12 65,000.00 *PAMC2.30.360 (b) Auto part & service Ditch Witch Bay Area Sales 07/01/12 65,000.00 *PAMC2.30.360 (b) Drill, hand /portable Coast Oil Company, LLC 07/24/12 60,000.00 3 3 Oils & lubricant Summit Uniforms 11/07/12 60,000.00 3 1 Police uniform & related equipment Caltest Analytical Laboratory 07/09/12 56,000.00 *PAMC2.30.360 (d) Wastewater testing City Auto Supply 07/01/12 55,000.00 *PAMC2.30.360 (b2) General auto parts & supplies Apprentice Programs INC 07/01/12 55,000.00 *PAMC2.30.360 (d) Training for Electric Ops Milpitas Materials Company 07/09/12 50,000.00 6 2 Concrete Road & Hwy Bld. TMT Enterprises Inc. 07/03/12 45,000.00 5 6 Sand & Rock Cutback Summit Uniforms 08/01/12 40,000.00 3 1 Police uniform & related equipment Golden Bear Detailing 10/03/12 37,500.00 2 1 Automobile cleaning ATTACHMENT C * See attachment D for a description of bidding exemptions to competitive solicitation requirements Page 2 of 2 Blanket Orders for Goods and Services Awarded from 07/01/12 to 12/31/12 ______________________________________________________________________________________________________________ Contract Award Award Bidding Exemption* Description Awarded To Date Amount or No. of Bids Sent/Received ______________________________________________________________________________________________________________ Palo Alto Electric Motor Corp 07/30/12 36,000.00 3 3 Repair electric motors Interstate Battery System of SJ 07/01/12 35,000.00 10 1 Auto batteries - Parts Municipal Maintenance Equip. 07/01/12 35,000.00 *PAMC2.30.360 (b) Truck and Bus Maintenance Sierra Chemical Co. 10/11/12 35,000.00 8 3 Pool Chlorine Stanley Convergent Security So 07/01/12 34,000.00 *PAMC2.30.360 (d) Fire systems services QED Environmental Systems 07/01/12 31,000.00 *PAMC 2.30.900 Pump parts and service P & F Distributors 10/25/12 27,631.29 4 1 Piping supplies Granite Construction 07/01/12 27,000.00 *PAMC2.30.360 (b) Asphalt Sierra Pacific Turf Supply 07/01/12 25,217.00 11 5 Fertilizer & soil Palo Alto Weekly 07/02/12 25,000.00 *PAMC 2.30.360(i) Advertising Fisher Scientific Company LLC 07/09/12 25,000.00 *PAMC2.30.360 (k) Laboratory Chemicals and Supplies Interspiro, Inc. 07/01/12 25,000.00 *PAMC2.30.360 (d) First aide & safety equipment LN Curtis & Sons Oakland 07/01/12 25,000.00 *PAMC2.30.360 (d) Misc. small tools & equipment Electro Industries/Gaugetech 08/15/12 25,000.00 4 1 Nexus Power Quality Meters WILCO Supply 09/21/12 25,000.00 4 4 Padlocks/Parts Attachment D - Page 1 of 3 ATTACHMENT D EXCERPT FROM THE PALO ALTO MUNICIPAL CODE 2.30.210 City manager contract award authority The city manager may award and sign the following contracts: (k) Other Contracts. All other types of contracts for which the contract term does not exceed three years and the total expenditure by the city does not exceed $85,000.00 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. (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. Attachment D - Page 2 of 3 Situations where solicitations of bids or proposals would be impractical, unavailing or impossible, include, but are not limited to, the following: (1) Specifications cannot be drawn in a way that would enable more than one vendor or contractor to meet them; (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 (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