city of tacoma
File #: RES-38472    Version: 1 Name: Purchase Resolution
Type: Resolution Status: Adopted
File created: 4/17/2012 In control: City Council
On agenda: 4/17/2012 Final action: 4/17/2012
Title: Resolution No. 38472
Attachments: 1. RES-38472.pdf
Related files: RES39634
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
-RESOLUTION NO. 3 8 4 7 2 1 A RESOLUTION related to the purchase of materials, supplies or equipment, and the furnishing of services; authorizing the appropriate City officials to 2 enter into contracts and, where specified, waiving competitive bidding requirements, authorizing sales of surplus property, or increasing or 3 extending existing agreements. 4 WHEREAS the City has complied with all applicable laws governing the |1013| acquisition of those supplies, and/or the procurement of those services, |1013| 7 inclusive of public works, set forth in the attached Exhibit "A," which Exhibit is 8 incorporated herein as though fully set forth, and 9 WHEREAS the Board of Contracts and Awards has reviewed the 10 proposals and bids received by the City, and the Board has made its 1 1 recommendation as set forth in Exhibit 'A" and 12 WHEREAS the Board of Contracts and Awards has also made its 13 14 recommendations as to entering into purchasing agreements with those 1 5governmental entities identified in Exhibit "A"; Now, Therefore, 1 6 BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TACOMA: 1 7 That the Council of the City of Tacoma does hereby concur in the 18 19 findings and recommendations of the Board of Contracts and Awards set forth 20 in the attached Exhibit 'A" and does hereby approve and authorize the: 21 (X) A. Procurement of those supplies, services, and public works 22 recommended for acceptance in the attached Exhibit "A"; 23 B. Rejection of those bids and/or proposals that are recommended 24 25 for rejection in the attached Exhibit "A"; 26 -1- 77 C. Entry into the proposed purchasing agreement with those governmental entities identified in the attached Exhibit "A," which proposed 2 agreement is on file in the office of the City Clerk; 3 4 (X) D. Waiver of competitive bidding procedures in those instances, as 5 set forth in Exhibit 'A" in which it is impracticable to obtain supplies or public 6 works improvements by competitive bid, or in those instances in which supplies 7 and/or public works are available from a single source. 8 9 Adopted APR 1 7 2012 10 11 J&9z Mayor 12 Attest: 1 3 City Clerk 1 4 1 5 1 6 Approved as to form: 1 7 1 8 ney/" 19 20 21 22 23 24 25 26 -2- 7 8 EXI-MIT GcX@ 18 4 72 PLESOLUTION NO.: ITEM NO.: MEETING DATE: APRIL 17,2012 City of Tacoma lac Fire Department DATE: March 12, 2012 TO: Board of Contracts and Awards SUBJECT: Waiver of Competitive Bidding Request-Sole Source COMPUTER AIDED DISPATCH MAINTENANCE AND REPAIR AGREEMENT Budgeted from the Fire Special Revenue Fund 1090 RECOMMENDATION: The Tacoma Fire Department requests a waiver of competitive procurement procedures and recommends that the existing contract with Northrop Grumman Information Technology, Inc., Chantilly, Virginia, be increased by $196,41 1, plus sales tax, to a total of $448,543.00, plus sales tax, for software maintenance and repair services for the Fire Department's Computer Aided Dispatch System (CADS) for an additional three-year period. EXPLANATION: The proposed amendment provides maintenance and repair services for the Fire Department's CADS for an Additional three-year period commencing March 1, 2012. The amendment also formalizes a reduction in hardware maintenance support that was agreed to by the City and Northrop Grumman when the Fire Department's application servers for CADS were replaced in 2010. That equipment is still under warranty. The CADS is a proprietary custom computer application. Northrop Grumman has licensed the use of the software to the City of Tacoma. Northrop Grumman is the sole source manufacturer and software maintenance provider. COMPETITIVE BIDDING: Waiver of competitive bidding requested due to sole source. To ensure that any maintenance and repair work performed to the application works correctly and appropriately with the existing software code and to ensure that any work done will work with any future product upgrades or improvements, the work must be performed by Northrop Grumman. To avoid any confusion over responsibility for support of the application, the Fire Department also has assigned responsibility for hardware maintenance and repair to Northrop Grumman through this agreement, CONTRACT HISTORY: By Resolution No. 37450, the City Council approved the original contract with Northrop Grumman for a four-year period, April 15, 2008. In 2010, the parties agreed to delete major hardware maintenance from the agreement after the application servers were replaced, reducing the cost of the maintenance agreement by $32,613. In addition, the Fire Department was reimbursed $10,126.65 for hardware maintenance fees it already paid. The proposed amendment formalizes both the reduction in hardware maintenance and the three-year contract extension. Fire staff calculates that the net contract increase needed totals $196,41 1, plus tax, bringing the total revised contract amount to $448,543.00, plus tax. The contractor's pricing is proposed to increase an average of five percent each year, primarily due to the increased age of the application. Northrop Grumman has capably performed maintenance and repair services for the computer hardware and software for this application during the initial term of the agreement. FUNDING: Funds for this are available in the 2011-2012 Fire Special Revenue Fund 1090 budget, Cost Center 668500, Cost Element 531 01 00. HUBILEAP COMPLIANCE: Not applicable. PROJECT ENGINEERICOORDINATOR: Michael Fitzgerald, 253-591-5157. Fire Chief RWS:MF:mw cc: Richele Krienke, Finance/Purchasing 79 Revised 03/2006 901 FawcetL Ave I Tacoma WA 98402 1 (253) 591 04@11FAX (253) 591-5746 C&Awaivendot -VJ)MRM0CM2012 Correspondence and MewsNmised ngkNortbrop Zlyrumman Mafirtenmce -Repair Agreemw _17-.doex 0. EXHIBIT "A" USOLUTION NO.: 3 8 4 7 ITEM NO.: 2 City of Tacoma MEETING DATE: APRIL 17,2012 kom Public Works Department DATE: April 2, 2012 TO: Board of Contracts and Awards SUBJECT: Wastewater Reroute, Sound Transit Rail Right-of-Way South 66t@' Street to South 72 nd Street Budgeted from PW Wastewater Fund 4300 Request for Bids PW1 1-0083F / Contract No. 4600007495 RECOMMENDATION: The Public Works, Environmental Services, Science and Engineering Division requests approval to increase Contract No. 4600007495, with Wm. Dickson Co., Tacoma, WA by $66,685.77, excluding sales tax, for additional work that was necessary to complete the project. This increase will bring the contract to a cumulative amount of $582,181.25, excluding sales tax. EXPLANATION: The original contract provided for the relocation of an existing 8-inch diameter wastewater pipe that was parallel to the existing Sound Transit Rail Line between South 66 th and 72 nd Streets. Sound Transit's Sounder Commuter Rail project will include improvements immediately adjacent to the previous location of the wastewater pipe. These upcoming rail improvements include installation of a second track which is currently scheduled for 2012 construction. The previous location of the wastewater pipe would have interfered with the location of the new second track and therefore had to be relocated prior to the start of track construction. The original contract scope relocated the existing wastewater pipe to the east edge of Sound Transit's property. This now allows for the second track installation and the new pipe location will not impede any future Sound Transit development. The requested contract increase is necessary due to unanticipated field conditions that were discovered after the start of construction as well as additional items of work that were necessary but not included in the original contract scope. The unanticipated field condition was related to the removal of 200 linear feet of abandoned fiber optic cable at a cost of $9,107.48. The additional items of work included the reconnection of a private side sewer which involved rerouting plumbing inside a private business at a cost of $22,667.83 and site grading required by Sound Transit to modify 1,200 linear feet of drainage ditch that was affected by the City's construction activities, at a cost of $34,910.46. COMPETITIVE BIDDING: This contract was originally awarded to Wm. Dickson Co., as a result of Request for Bids Specification No. PW1 1-0083F on August 23, 201 1. The contractor has agreed to increase the contract at the same prices, terms, and conditions as the original contract. CONTRACT HISTORY: The original contract for $515,495.48, excluding sales tax, was approved by City Council Resolution No. 38313 on August 23, 201 1. This is the first amendment to the contract. 747 Market Street, Room 408 1 Tacoma, Washington 98402-3769 1 (253) 591-5525 1 Fax: (253) 591-5097 www.c1tyoftacoma.org 8n Board of Contracts and Awards April 2, 2012 Page 2 FUNDING: Funds are available in the PW Wastewater Fund 4300. Funding beyond the current biennium is subject to future availability of funds. PROJECT ENGINEERICOORDINATOR: John O'Loughlin, P.E., Division Manager, Science & Engineering Division, 253-502-2175. Richard E. McKinley Public Works Director cc: Jim Wilkerson, Senior Buyer Samantha Kaauamo, HUB Coordinator Peter Guzman, LEAP Coordinator Terry Forslund, P.E., Science & Engineering Eric C. Johnson, P.E., Science & Engineering 81 4 7' Tacom City of Tacoma Memorandum TO: T.C. Broadnax City Manager FROM: Richard E. McKinley, Director Public Works Department SUBJECT: Council Action Memo - Purchase Resolution - April 17, 2012 Wastewater Reroute, Sound Transit Rail Right-of-Way South 66 th Street to South 72 nd Street DATE: April 9, 2012 The City Council is being requested to approve an increase to Contract No. 4600007495, with Wm. Dickson Co., of Tacoma, WA, by $66,685.77, excluding sales tax, for additional work that was necessary to complete the project. This increase will bring the contract to a cumulative total of $582,181.25, excluding sales tax. Back-ground The original contract amount for $515,495.48, excluding sales tax, was approved by City Council Resolution 38313 on August 23, 201 1. The City of Tacoma has an easement from Sound Transit that allows for operation and maintenance of a wastewater pipe on Sound Transit property. This easement required us to move the pipe for the rail expansion, as shown on the attached map. Funding Funds for this are budgeted in the PW Wastewater Fund 4300. Funding beyond the current biennium is subject to future availability of funds. Reason for Contract Increase The requested contract increase is necessary due to unanticipated field conditions that were discovered after the start of construction as well as additional items of work that were necessary but not included in the original contract scope. The unanticipated field condition was related to the removal of 200 linear feet of abandoned fiber optic cable at a cost of $9,107.48. The additional items of work included the reconnection of a private side sewer which involved rerouting plumbing inside a private business at a cost $22,667.83 and site grading required by Sound Transit to modify 1,200 linear feet of drainage ditch that was affected by the City's construction activities, at a cost of $34,910.46. Public Process Information related to this project is provided under the Public Works, Active Projects section on the City of Tacoma website. Since the project began in September 201 1, there has been ongoing coordination with property owners adjacent to the site. 8 2 JSSOO- @ Md # 03dS U0118001ON 00 19,94S PuZL qjnoS ol j99jjS qjqq qjnoS W04 AeM-jo-jq6i@:j jp@j j!suej 1 punos edid J alemalseM posodOJd 3inMAMA @:OM3S @:l3iVM3iSVM 0 Law -u *1 :":e st, test,, I,j F`7777 also JAW 3 8 472 Resolution No. Adopted: APR 1 7 7012 Maker of Motion: Seconded: Voice Vote: MEMBERS AYES NAYS ABSTAIN ABSENT Mr. Boe 6Z Mr. CaMppell. Mr. Fey Mr. Ibsen Mr. Lonergan Mr. Mello Ms. Walker Ms. Woodards Mayor Strickland Roll Call Vote: MEMBERS AYES NAYS ABSTAIN ABSENT Mr. Boe Mr. Campbell Mr. Fey Mr. Ibsen Mr. Lonergan Mr. Mello Ms. Walker Ms. Woodards Mayor Strickland 6ccagenda\agenda procedures and forms\resolutionvotingrecord-doc