Loading...
HomeMy WebLinkAboutStaff Report 2301-07549.Biannual Report of Contracts Awarded by the City Manager, Procurement Officer or Other Designated Employees Item No. 9. Staff Report Page 1 of 2 1 5 0 1 1 6 6 4 CITY COUNCIL STAFF REPORT From: City Manager Report Type: INFORMATION REPORTS Lead Department: Administrative Services Meeting Date: February 6, 2023 TITLE Biannual Report of Contracts Awarded by the City Manager, Procurement Officer or Other Designated Employees RECOMMENDATION This is an information report, no action is required. ANALYSIS Palo Alto Municipal Code (PAMC) Section 2.30.710(a) requires the City Manager to provide a biannual report to Council consisting of contracts awarded by the City Manager, Procurement Officer or other designated employees for: 1. Goods contracts $85,000 through $250,000 per year (Attachment A), and 2. Professional and General Services $25,000 through $85,000 and Public Works Contracts $85,000 through $250,000 per year (Attachment B). The contracts in Attachment A consist of twenty-three (23) distinct awards for goods, and the contracts in Attachment B consist of fifty-seven (57) distinct awards for a wide range of services. These awards are a core element of the efficient and effective provision of services by the City to our community and reflect extensive coordination and prudent decision-making among operating departments, the Administrative Services Department, the City Attorney's Office, and City Clerk's Office. For informational purposes, Attachment C provides excerpts from the PAMC that set forth the authority designated by Council to the Procurement Officer to award and sign contracts (PAMC 2.30.200), City Manager to award and sign contracts (PAMC 2.30.210), and exemptions from competitive solicitation (PAMC 2.30.360 and 2.30.900), as noted for certain contracts listed in Attachments A and B. Item No. 9. Staff Report Page 1 of 2 1 5 0 1 1 6 6 4 ATTACHMENTS Attachment A: Goods Contracts Awarded $85,000 through $250,000 per year Attachment B: Professional and General Services $25,000 through $85,000 per year and Public Works Contracts $85,000 through $250,000 per year Attachment C: Excerpts from the Palo Alto Municipal Code APPROVED BY: Kiely Nose, Assistant City Manager Report #: 2301-0754 Contract Awarded To Award Date Award Amount Bidding Exemption or Number of Bids Sent/Received Description NATIONAL AUTO FLEET GROUP 07/26/2022 $101,429.03 2.30.360 (j)Three (3) new 2022 Ford Ranger SupCab 6' Box ONE SOURCE DISTRIBUTORS, LLC 08/18/2022 $172,888.81 439/3 Crossarm and Hardware 8 foot Pupi Fiberglass INTERSTATE TRUCK CENTER LLC 08/22/2022 $237,790.60 2.30.360(j)One(1) new 2022 Saw Truck w International Chassis TROJAN TECHNOLOGIES GROUP ULC 08/31/2022 $115,141.72 2.30.900 Trojan UV Lamp and System PB LOADER CORPORATION 09/14/2022 $190,495.39 2.30.360 (j)One(1) new 2023 Isuzu 7 Yard Dump Truck MADER SUPPLY LLC 09/20/2022 $185,014.48 6/3 URD 50 Kva 4160 X 12470 120/240- Mineral Oil SAN LEANDRO CHRYSLER DODGE JEEP RAM 09/29/2022 $211,371.52 2.30.360(b2)Four (4) new 2023 Dodge Durango Pursuit Vehicle for Police SENSUS USA INC 09/30/2022 $91,610.45 1066/13 Meters for AMI project ONE SOURCE DISTRIBUTORS, LLC 10/13/2022 $99,914.70 4/3 Amphenol connectors NATIONAL AUTO FLEET GROUP 10/24/2022 $120,292.72 2.30.360(j)Two(2)new 2023 Ford Interceptor AWD for Police HAYWARD GORDON ULC 10/25/2022 $86,045.06 3/3 Hayward Gordon Bare Pump for PWD BADGER METER INC 11/02/2022 $152,753.47 2.30.360(e)AMI Water Meters and AMI Dials GLOBAL RENTAL COMPANY INC 11/04/2022 $123,334.17 2.30.360(b2)AA55 Altec Bucket Truck INSIGHT PUBLIC SECTOR, INC.11/07/2022 $116,093.72 2.30.360(j)Seven (7) SuperMicro 620C-TN12R-OTO-13 Servers GOLDEN GATE SYSTEMS 11/18/2022 $111,071.41 2.30.360 (j)Computer Equipment- Laptops and Desktops NATIONAL AUTO FLEET GROUP 11/18/2022 $160,764.64 2.30.360 (j)Two(2) new 2023 Ford Flatbed Trucks AXON ENTERPRISE INC 12/27/2022 $185,081.95 2.30.360(j)Taser 7 Hardware, Services, Software and Warranty OLIN CHLOR ALKALI PRODUCTS 07/07/2022 $197,670.00 92/3 12.5% Bulk Sodium Hypochlorite ITERIS, INC.07/12/2022 $109,125.00 2.30.360(d)Traffic signal detection equipment R&B COMPANY 07/12/2022 $105,000.00 2.30.360(d)Pipes, Valves, Fittings TMT ENTERPRISES INC 07/15/2022 $150,000.00 250/3 Sand, Rock, and Gravel-Year 3 HILL BROTHERS CHEMICAL COMPANY 08/10/2022 $217,083.00 10/3 Magnesium Hydroxide MINSAIT ACS INC.08/26/2022 $160,000.00 2.30.360(d)Equipment and services in support of the SCADA system equipment ATTACHMENT A Goods Contracts Awarded $85,000 through $250,000 per year July 1, 2022 through December 31,2022 Page 1 of 1 Contract Awarded To Award Date Award Amount Bidding Exemption or Number of Bids Sent/Received Description CDW GOVERNMENT 11/07/2022 $77,566.17 2.30.360(j)CrowdStrike software and services CINTAS CORPORATION 07/26/2022 $42,000.00 2.30.360(j)Ops/Lab Uniform Rental Svcs CINTAS CORPORATION 08/02/2022 $50,000.00 2.30.360(j)Uniform Rental WGW OPS CINTAS CORPORATION 08/04/2022 $25,000.00 2.30.360(j)Electric OPS Uniform Rental CJW ARCHITECTURE 09/19/2022 $55,353.10 2.30.360(b2)ADA Design Services CROSS LAND SURVEYING, INC 11/03/2022 $50,000.00 2.30.360(i)Surveying Services DASHER TECHNOLOGIES 12/01/2022 $79,820.63 2.30.360(j)Network Monitoring tools of SecureWorks DIABLO BOILER AND STEAM INC 09/14/2022 $49,888.00 4/4 Ventura Unit 1 Boiler Replacement Project DLT SOLUTIONS LLC 08/29/2022 $37,224.30 3/3 AutoCAD EDGEWORTH INTEGRATION LLC 12/16/2022 $34,740.69 4/3 Installation of card access on eight stairwell doors at City Hall EDWARD MATHEWSON 10/04/2022 $25,000.00 2.30.360(g)Hearing Officer Services ENERGY AND ENVIRONMENTAL ECONOMICS 09/22/2022 $49,940.00 2.30.360(i)Study for Sustainability and Climate Action Plan EVOQUA WATER TECHNOLOGIES LLC 08/10/2022 $26,784.32 2.30.360(i)SDW Loadout Bay Odor Control Pilot Test GE DIGITAL LLC 12/21/2022 $29,759.07 2.300.900 Water Solutions PK 2008-iFIX 5.0 ESig GOVQA LLC 11/21/2022 $27,950.00 2.30.360(i)PD Subpoena Duces Tecum Module GRASSROOTS ECOLOGY 12/07/2022 $25,000.00 2.30.360(i)Grassroots Annual Contribution HERMES ROBOTICS INC 12/14/2022 $35,100.00 1066/3 Parking lot and garage sweeping services INFO TECH RESEARCH GROUP INC 07/26/2022 $56,160.00 2.30.260 (j)InfoTech Services INSIGHT PUBLIC SECTOR, INC.10/27/2022 $72,120.00 2.30.360(j)FY23: Precisely Maint & Support for PB JACKSON LEWIS PC 07/20/2022 $35,000.00 2.30.360(g)Professional legal Services JACKSON LEWIS PC 07/26/2022 $30,000.00 2.30.360(g)Professional legal services JARVIS FAY LLP 07/27/2022 $25,000.00 2.30.360(g)Professional legal services JOHN AND CLAIRE INVESTIGATIONS 09/15/2022 $30,000.00 2.30.360(i)Pre-Employment Background Investigations ATTACHMENT B Service Contracts Awarded Professional and General Services $25,000 through $85,000 per year and Public Works Contracts $85,000 through $250,000 per year July 1, 2022 through December 31, 2022 Page 1 of 3 Contract Awarded To Award Date Award Amount Bidding Exemption or Number of Bids Sent/Received Description ATTACHMENT B Service Contracts Awarded Professional and General Services $25,000 through $85,000 per year and Public Works Contracts $85,000 through $250,000 per year July 1, 2022 through December 31, 2022 JOHNSON CONTROLS SECURITY SOLUTIONS 08/03/2022 $28,866.99 3/3 Install 7 card readers, MSC-C JUNIOR CHEF STARS 07/05/2022 $45,000.00 2.30.360(i)Cooking Instructor Services KAPLAN KIRSCH & ROCKWELL, LLP 07/13/2022 $25,000.00 2.30.360(g)Professional legal services KEYSER MARSTON ASSOCIATES 09/22/2022 $40,101.00 2.30.360(i)Housing Element Site Suitability Study KIS 08/29/2022 $35,956.38 3/3 Barracuda Energize Updates Subscription KOFF & ASSOCIATES INC 10/27/2022 $50,000.00 2.30.360(i)Class and Comp Study KOFFLER ELECTRICAL MECHANICAL 10/18/2022 $60,000.00 732/2 Electric Motor Service LAW OFFICE OF ALAN SELTZER 10/04/2022 $25,000.00 2.30.360(g)Parking Hearing Officer Services LAW OFFICE OF CLARE M GIBSON 07/11/2022 $50,000.00 2.30.360(g)Professional legal services LAW OFFICE OF CLARE M GIBSON 07/20/2022 $50,000.00 2.30.360(g)Professional legal services LAW OFFICE OF CLARE M GIBSON 10/04/2022 $50,000.00 2.30.360(g)Professional legal services LN CURTIS & SONS 10/21/2022 $115,728.13 2.30.360(d)Rescue Auto Extrication Tools MICHAEL BAKER INTERNATIONAL INC 11/15/2022 $85,000.00 2.30.360(b2)Community Development Block Grant (CDBG) Program ONE WORKPLACE L.FERRARI, LLC 12/21/2022 $87,721.06 1185/2 PSB Furniture and Installation Serices PG&E 07/12/2022 $75,000.00 2.30.360(d)PG&E (Training Services) -Year 3 PIVOT INTERIORS INC.11/29/2022 $150,265.99 2.30.360(j)Herman Miller Office furniture, project management and assembly services PREFERRED BENEFIT INSURANCE ADMINS 10/05/2022 $53,122.13 2.30.360(b2)VSP - Aug Sep Oct 2020 PRESTON PIPELINES INFRASTRUCTURE 10/20/2022 $153,230.00 1683/6 East Bayshore Potholing Rankin Stock Heaberlin O'Neal 08/29/2022 $25,000.00 2.30.360(g)Professional legal services Rankin Stock Heaberlin O'Neal 12/13/2022 $25,000.00 2.30.360(g)Professional legal services RINCON CONSULTANTS, INC.09/22/2022 $184,837.10 2.30.360(h)660 University Ave -Environmental Impact Report RINCON CONSULTANTS, INC.11/29/2022 $97,227.50 2.30.020(b1)3001 El Camino Real -Historical Resource Study SEDGWICK CLAIMS MANAGEMENT SERVICE 08/26/2022 $85,558.23 2.30.360(b2)Workers' Comp Claims Administration SEDGWICK CLAIMS MANAGEMENT SERVICE 10/27/2022 $44,000.00 2.30.360(i)Workers' Comp Claims Administration Page 2 of 3 Contract Awarded To Award Date Award Amount Bidding Exemption or Number of Bids Sent/Received Description ATTACHMENT B Service Contracts Awarded Professional and General Services $25,000 through $85,000 per year and Public Works Contracts $85,000 through $250,000 per year July 1, 2022 through December 31, 2022 SHERPA GOVERNMENT SOLUTIONS LLC 11/16/2022 $44,260.00 1766/3 Budget Publishing Software SLOAN SAKAI YEUNG & WONG LLP 08/29/2022 $30,000.00 2.30.360(g)Professional legal services SOUTH BAY REGIONAL PUBLIC SAFETY 11/29/2022 $49,900.00 2.30.360(i)Joint Fire Academy STEPHANIE ELIZABETH HUGHES 11/01/2022 $79,820.00 2171/3 Technical Support Services for Water Quality Standards THE GALECIA GROUP 10/18/2022 $32,500.00 2.30.360(i)Consulting Services for AMH TMT ENTERPRISES INC 07/29/2022 $80,000.00 70/4 Offhauling Services for PW OPS TRANSCRIPTION PLUS LLC 11/08/2022 $50,000.00 519/8 Transcription Services USGS NATIONAL CENTER MS 270 08/01/2022 $62,013.00 2.30.360(n)USGS Agreement-Year 2 VNH BUILDERS 11/03/2022 $187,000.00 1265/1 Lytton Plaza fountain resurfacing WRA INC 12/13/2022 $79,800.00 2.30.360(b2)Matadero Creek Study Page 3 of 3 ATTACHMENT C Excerpts from the Palo Alto Municipal Code Chapter 2.30 – Contracts and Purchasing Procedures 2.30.200 Procurement officer contract award authority. The Procurement Officer may award and sign the following contracts: (a)Public Works Contracts. Public works contracts, where the term does not exceed three years, and the contract priceand any price contingency established for change orders, but excluding sales tax or use tax, do not exceed $85,000.00 in the first contract year, and do not exceed the sum of $85,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (b)Contracts for Goods. Contracts to purchase goods, where the term does not exceed three years, and the contract price and any price contingency established for change orders, but excluding sales tax or use tax, do not exceed $85,000.00 in the first year, and do not exceed the sum of $85,000.00and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (c)General Services Contracts. General services contracts, where the term does not exceed three years, and the contract priceand any price contingency established for change orders or additional services, but excluding sales tax or use tax, do not exceed $85,000.00 in the first contract year, and do not exceed $85,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (d)Professional Services Contracts. Professional services contracts, where the term does not exceed three years, and the contract price, and any price contingency established for additional services, but excluding sales tax or use tax, do not exceed the sum of $85,000.00 in the first contract year, and do not exceed the sum of $85,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (e)Software and Hardware Purchase, Licensing, Maintenance and Support Contracts. Notwithstanding Subsection 2.30.200(c), the Procurement Officer may award and sign contracts other than general services agreements, including, without limitation, vendor-based standard form hardware and software purchase and licensing contracts, for the purchase of hardware and software, the licensing of software, and the maintenance and support of hardware and software, where the term of licensing or maintenance and support services does not exceed five years and the contract price, excluding sales tax or use tax, does not exceed $85,000.00 per year in the first contract year and does not exceed the sum of $85,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. The contracts referred to herein may include contracts for data storage services, which shall be subject to the city's information security policies, terms, conditions and other requirements established by the chief information officer with the concurrence and approval of the City Attorney. (Ord. 5494 § 9, 2020: Ord. 5387 § 1 (part), 2016: Ord. 4827 § 1 (part), 2004) 2.30.210 City Manager contract award authority. The City Manager may award and sign the following contracts: (a)Public Works Contracts. Public works contracts, where the term does not exceed three years, and the contract price and any price contingency established for change orders, but excluding sales tax or use tax, do not exceed $250,000.00 in the first contract year, and do not exceed the sum of $250,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (b)Contracts for Goods. Contracts to purchase goods, where the term does not exceed three years and the contract price and any contingency established for change orders, but excluding sales tax or use tax, do not exceed $250,000.00 in the first contact year, and do not exceed the sum of $250,000.00 and any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (c)General Services Contracts. Contracts for services associated with the leasing or licensing of personal property other than hardware or software, where the term does not exceed seven years, and the contract price and any price contingency established for change orders, but excluding sales tax or use tax, do not exceed $85,000.00 in the first contract year, and do not exceed the sum of $85,000.00 plus any unexpended monies carried forward from a prior contract year, in any subsequent contract year. (d)Contracts for Studies and Services Related to Private Development. Professional services contracts for: (1) the preparation of environmental assessments or other studies deemed necessary by the director of planning and development services for the processing of applications for private development projects, or (2) inspection and plan review services deemed necessary by the director of planning and development services to evaluate conformity of private development projects with applicable building codes, regardless of the cost or term thereof, provided the applicant for the private development project agrees, in writing, to bear responsibility for the entire contract cost, and the contract does not require the expenditure of city funds in any amount. (e)Rewards. The City Manager may offer and pay rewards where the amount of the reward does not exceed $25,000.00, in accordance with the procedures of Section 2.30.800. (f)Emergency Contracts. The City Manager is authorized to expend city funds for emergency contracts, as defined in Section 2.30.160, without limitation on the contract cost or amount and without following the contract solicitation and award procedures otherwise required by this chapter, provided that any procurement of goods and services obtained during an emergency declared by the Federal Emergency Management Agency shall comply with applicable FEMA Public Assistance Program's procurement orders, rules, regulations, guidelines and control procedures for cost reimbursement purposes. Expenditures made during an emergency must be reported to the Council at the next regular meeting if approval for such expenditures would otherwise have been made by the Council. The City Manager may issue a verbal report to the Council before a written report is delivered. (g)Contracts to Rent, Lease, License, Acquire, Transfer or Purchase Interests in Real Property from Other Parties. Contracts for the rental, leasing, licensing, or purchase by installment interests in real property from other parties for a term of seven years or less, where the contract price does not exceed $85,000.00 per year, or to encumber or transfer any interest in real property from other parties for any term of years. The City Manager may enter into and sign a contract to acquire or purchase an interest in real property, where the contract price does not exceed $85,000.00. (h)Contracts to Rent, Lease, or License City Real Property to Other Parties. The authority granted under this Section is distinct from the authority of the director of community services to grant individuals and groups permits for the exclusive temporary use of buildings and facilities located in, and the areas of, city parks and open spaces, as described in Chapter 22.04 of this municipal code or in the park and open space regulations. The City Manager may award and sign contracts to rent, lease or license city real property to other parties regardless of the price for a term not exceeding three years. Notwithstanding the preceding sentence, the City Manager may enter into and sign contracts for the rental, lease or licensing of real property at the Cubberley Community Center for terms of up to five years. (i)Contracts to Provide Municipal Services to other Public Entities or Utilities. A contract to provide municipal services and functions to any other public agency, public utility or other public entity in any amount for a term not exceeding three years, provided the contract is in compliance with all Council- adopted policies covering such contracts. The authority granted herein does not include the authority of the City Manager to add permanent employee positions. (j)Contracts Providing for Indemnity or Risk of Loss. The City Manager, with the concurrence and approval of the City Attorney and the insurance risk manager, may enter into and sign contracts, otherwise within the limits of his or her authority under Section 2.08.140 of this municipal code, that provide for the city or its officers or employees to defend, indemnify, or assume the risk of damage, loss, or liability for, or subrogate to any other contracting party respecting claims, demands, actions, losses or liabilities arising from the city's performance or non-performance under the contract. (k)Wholesale Utility Commodities and Services Contracts. Wholesale utility commodities and services contracts, where the term does not exceed five years and the contract price does not exceed $250,000.00 in any contract year. (l)Software and Hardware Purchase, Licensing, Maintenance and Support Contracts. Notwithstanding Subsection 2.30.210(c), the City Manager may award and sign contracts other than general services agreements, including, without limitation, vendor-based standard form hardware and software purchase and licensing contracts, for the purchase of hardware and software, the licensing of software, and the maintenance and support of hardware and software, where the term of licensing or maintenance and support services does not exceed seven years and the contract price, excluding sales tax or use tax, does not exceed $85,000.00 per year in the first contract or fiscal year and does not exceed the sum of $85,000.00 and any unexpended monies carried forward from a prior fiscal year, in any subsequent contract or fiscal year. The contracts referred to herein may include contracts for data storage services, which shall be subject to the city's information security policies, terms, conditions and other requirements established by the chief information officer with the concurrence and approval of the City Attorney. (m)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 contract or fiscal year, and does not exceed the sum of $85,000.00 and any unexpended monies carried forward from a prior fiscal year, in any subsequent contract or fiscal year. (Ord. 5494 §§ 3, 10, 2020: Ord. 5387 § 1 (part), 2016: Ord. 4827 § 1 (part), 2004) 2.30.360 Exemptions from competitive solicitation requirements. The following are exemptions from the informal and formal competitive solicitation requirements of this chapter, except as otherwise provided. These exemptions will be narrowly interpreted and applied. The department requesting an exemption shall provide all relevant information supporting the application of the exemption to the Procurement Officer. Based upon this information, the Procurement Officer shall make a recommendation to the City Manager and the City Manager shall determine whether an exemption from the competitive solicitation requirements applies. Nothing herein is intended to preclude the use of competitive solicitations, as practicable. (a)Emergency Contracts, provided that any procurement of goods and services obtained during an emergency declared by the Federal Emergency Management Agency shall comply with applicable FEMA Public Assistance Program's orders, rules, regulations, guidelines and control procedures for cost reimbursement purposes. (b)Whenever solicitations of bids or proposals would for any reason be impracticable, 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 operational or financial advantage for the city. Situations where solicitations of bids or proposals would be impracticable, unavailing or impossible, include, without limitation, the following: (1)Contract specifications cannot be drawn in a way that would enable more than one vendor, consultant 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; (3)Special conditions attached to a grant, donation or gift requires the use of particular goods and/or services. All requests for exemptions under this subsection shall be supported by written documentation (facsimile or electronic mail may be used), approved by the department head and the Procurement Officer. (c)Where competitive bids or requests for proposals have been solicited and no bid or proposal has been received, or where no bid or proposal meeting the requirements of the invitation to bid or request for proposals 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 services, general services or professional services available from only one source, where the Procurement Officer has determined, in writing, there is no adequate substitute or equivalent provider. Examples of acceptable sole source acquisitions or purchases may include, without limitation: equipment or services for equipment, for which there is no comparable competitive product or service except that provided by the equipment manufacturer, distributor or dealer; proprietary products sold directly by the manufacturer; a component or replacement part, for which there is no commercially available substitute and which can be obtained only from the manufacturer; goods where there is only one authorized distributor in the area; and goods where compatibility with goods in use by the city is an overriding consideration. All requests for sole source acquisitions or purchases shall be supported by written documentation (facsimile or electronic mail may be used), approved by the office or department head, and forwarded to the Procurement Officer. (e)Contracts for goods where, pursuant to Section 2.30.900, the City Manager has determined that standardization of the supplies, materials or equipment is permissible. (f)Placement of insurance coverage and surety bonds. (g)Legal services contracts, including, without limitation, the services of outside counsel, consultants and other experts needed for litigation, administrative or other legal proceedings. (h)Professional services contracts for private development related studies and services whenever the services are funded wholly by private developers. (i)Professional services contracts, where the estimated total expenditure by the city, regardless of term, does not exceed $50,000.00. (j)Cooperative purchases, with one or more other public agencies or through a cooperative purchasing agency, provided: (i) the services are solicited using methods substantially similar to those required by this chapter, as determined by the Procurement Officer; and (ii) the contract is consistent with the requirements specified in this municipal code. (k)The use of another governmental or public agency's contract or substantially the same contract terms provided: (i) the agency uses a solicitation method substantially similar to the method required by this chapter; (ii) the contract is consistent with the requirements specified in this municipal code; and (iii) the Procurement Officer determines that the city will realize overall value to utilizing the other agency's contract or contract terms compared to the city performing its own solicitation. (l)Contracts with, or solicited on the city's behalf by, Northern California Power Agency, Transmission Agency of Northern California, and Western Area Power Administration to procure wholesale utility commodities and services that meet the requirements of Section 2.30.340(d) or 2.30.360(k). (m)Contracts with Pacific Gas and Electric Company and the California Independent System Operator Corporation for energy transmission services to the extent necessary and expedient to provide for the general health, safety and welfare of the city's utility customers. (n)Contracts with any public agency or governmental body to construct a public work, where the Procurement Officer determines the public agency or governmental body has used methods similar to those required by this chapter to contract for the public work. (o)Contracts with any public utility holding a certificate of public convenience and necessity or any entity holding a cable service or video service franchise pursuant to chapter 2.10 of this municipal code to construct a public works, where such works involves property of such public utility or cable service or video service franchisee and is otherwise of direct concern to both the city and such public utility or cable service or video service franchisee, provided that the project is not otherwise required by the charter to be formally bid. (p)Contracts with private developers to construct public improvements in connection with their development projects, even if the city contributes funds to the improvement project, provided that the projects are not otherwise required by the charter to be formally bid. (q)Projects, where the public work is performed by the city with its own employees. (r)Contracts, where the estimated total expenditure by the city does not exceed $10,000.00. (s)Contracts with entities to procure at wholesale prices utility commodities and services under a city "feed-in tariff" energy program that meets the requirements of Section 2.30.340(c). (t)Professional services contracts in relation to personnel matters for: recruitment consultants, workplace investigations, threat assessments, conflict intervention, and industrial safety. (Ord. 5494 § 21, 2020: Ord. 5387 § 1 (part), 2016: Ord. 5148 § 2, 2012: Ord. 5081 § 1, 2010: Ord. 4827 § 1 (part), 2004) PART 10 – STANDARDIZATION 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, the standardization of supplies, materials or equipment, including, without limitation, information technology property, for purchase or to be used in a public works project is permitted and the supplies, materials or equipment specifications may specify a single brand or trade name. The City Manager may consider the following factors in determining to standardize on a single brand or trade name: (a)Repair and maintenance costs would be minimized; (b)User personnel training would be facilitated thereby; (c)Supplies or spare parts would be minimized; (d)Modifications to existing equipment would not be necessary; (e)Training of repair and maintenance personnel would be minimized; and (f)Matching existing supplies, materials or equipment is required for proper operation of a function or program. (Ord. 5494 § 40, 2020: Ord. 5387 § 1 (part), 2016: Ord. 4827 § 1 (part), 2004)