Loading...
HomeMy WebLinkAboutStaff Report 174-10TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: MARCH 22, 2010 REPORT TYPE: INFORMATIONAL CMR: 174:10 SUBJECT: Contracts Awarded by the City Manager from July 2009 through December 2009 This is an information report and no Council action is required. 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, 2009 through December 31, 2009. Attachment B lists the construction and goods contracts awarded by the City Manager or Purchasing Manager from July 1, .2009 through December 31, 2009. Attachment C lists the blanket order contracts awarded by the City Manager or Purchasing Manager from July 1, 2009 through December 31, 2009. Blanket orders allow for multiple purchases of goods or services from a specific vendor for a specific length of time and dollar amount. ATTACHMENT Attachment A: Service Contracts Awarded from July through December 2009 Attachment B: Public Works and Goods Contracts Awarded from July through December 2009 Attachment C: Blanket Order Contracts Awarded from July through December 2009 Attachment D: Excerpt from the Palo Alto Municipal Code CMR:174:10 Page 1 of 2 PREPARED BY: GREG PUSTE Purchasing Manager DEPARTMENT APPROVAL: CITY MANAGER APPROVAL: Director, Administrative Services 7A S EENE Cit; anager CMR:174:10 Page 2 of 2 ATT ACHMENT A Services Contracts Awarded fr om 07/01/09 to .12/31/09 Awarded To Award Date Award Amount Bidding Exemption* or No . of Bids Sent/Received Description Prodigy Press D own town Streets, In c. Communication Academy Palo Alto Weekly PA Down town Busin ess A ssoc BSI Temporary Services Quin t & Thimmig, LLP Sherry L. Lund A ssociates Black Bear Security Services Silicon Valley Security & Patrol Hewlett Packard PaIo Alto Sen ior H ousing Project Appleone Employment Services Robert Half Techn ology Burton SchmaI & Dibenedetto Admiral Security Services, Inc. Admiral Security Services, In c. U nited Design Services R yerson, Master and Associates Can opy Trees for Palo Alto Palo Alto Historical A ssociation Prodigy Press R3 Consu lting Gro up, Inc. Sunnyv ale Forensic Services Priority Roofing Solu tions, Inc. Bay Area Geotechnical Group Baker's Chem -Dry Public Safety Research Group Matrix Consu lting Group Lu anes. Little Ex plorers 08/04/09 25,000 .00 *PAMC2.30 .360(i) 07/01/09 37,856.00 *PAMC2.30 .360(b) 07/08/09 41,000.00 *PAMC2.30 .360(i) 09/01/09 35,000,00 *P AMC2 .30.360(d) 07/21/09 29,120 ,00 *PAMC2 .30.360(b) 07/22/09 26,613.75 *P AMC2.30.360(i) 08/05/09 30,000.00 *PAMC2.30 .360(g) 08/11/09 27,250.00 *PAMC2,30.360(b) 09/16/09 30,000.00 *PAMC2.30 .360(b2) 09/22/09 30,000.00 *PAMC2.30.360(b2) 09/23/09 69,265.51 *PAMC2 .30 .360(d) 09/23/09 79,040.00 *PAMC2 .30.360(b3) 09/23/09 30,000.00 *P AMC2.30.360(b2) 09/23/09 30,000.00 *P AMC2.30 .360(b2) 09/16/09 25,000.00 *PAMC230.360(g) 11/19/09 33,219.00 *PAMC2.30.360(b) 09/17/09 30,000.00 *PAMC2.30.360(b2) 09/08/09 25,000.00 *PAMC2.30.360(i) 11/04/09 25,000.00 *PAMC2.30.360(i) 11/20/09 83,210.00 *PAMC2.30.360(b1) 11/18/09 25,000.00 *PA MC2.30.360(i) 12/01/09 85,000.00 19 5 09/11/09 84,500.00 4 6 07/13/09 30,000.00 3 2 09/10/09 63,790. 01 19 8 10/01/09 75,000.00 12 10 08/27/09 40,607.00 17 9 07/21/09 47,758.12 5 5 12/03/09 29,000.00 5 5 08/13/09 38,550. 20 4 4 Digital imagi ng services Vol unteer downtown street cleaning Public spe aki ng i nstruction services - Legal and display advertisi ng services Volu nteer maintenance at community playfields Temporary painting services Legal services Co uncil Appointed Officer e val uations Temporary security services (possible strike) Temporary security services (possible st rike) HP ser ver operating system mai ntena nce CDBG gra nt for Steve nson House Temporary on -call personnel services (possible strike) Temporary on -call personnel services (possible strike) Legal services Emergency security at CalTrain railroad crossi ng Emergency sec urity at CalTrain railroad crossing On -call engi neering drafting services CPA U professio nal services (verifier for CCAR report) Tree preservation service Maintain historical collection at main library Digital imaging services Refuse rate re view Police clinical lab ser vices Fire station roofing services Soil testing for CP AU Specialty cleaning & repair services Emergency medical services master plan U tilities audit services Preschool instruction services * See Atta chment D for a description of exemptions to competitive solicitation requirements ATTACIIME NT A Services Contracts Awarded from 07/01/09 to 12/31/09 A warded To Award Date Award Amount Bidding Exemption * or No. of Bids Sent/Rec eiv ed Descri ption Tru green Landcare LLC A dv an ced Con trol Systems, Inc . H ohbach Lewin , Inc. Cruz Brothers Locators Alliant Insuran ce Serv ices, In c. Joseph J A lbanese, In c. JLV Equipment, Inc. HT H arvey & A ssociates Opticomp Con struction U tility Finan cial Solu tion s Peninsula D igital Imaging 08/17/09 07/21/09 07/28/09 07/09/09 07/26/09 10/18/09 07/31/09 11/20/09 10/26/09 11/30/09 09/23/09 75,000.00 14 4 33,880.00 3 2 65,500.00 11 6 50,000.00 3 3 38,904.00 7 6 45,560 .00 5 5 47,250.00 3 3 40,270.00 4 2 36,665.82 3 3 82,340.00 6 6 40,000.00 4 3 Stump remo val a nd root grinding SCAD A i ntegration engineering services Public Safety building feasibility study Utility locati ng services Employee be nefit broker PaIo Alto High School driveway improvements Concrete & asphalt crushing at landfill San Francisquito Creek vegetatio n mitigation monitoring College Terrace residential parking permit program Cost of ser vice and rate design study Digital imaging of e ngi neering/architectural plan sets * See 'Attachmen t D for a description of exemption s to competitive solicitation requirements AT TACHMENT B Public Works and Goods Contracts Awarded from 07/01/09 to 12/31/09 A warded To Award Date Award Amount Biddi ng Exemptio n* Description or No. of Bids Se nt/Recei ved CSAC Excess Insuran ce Auth 07/26/09 Mun icipal Mainten ance Equip ABB A BB The Okon ite Compan y Cooper Power Systems D owntown Ford Sales The Okonite Company Emission s Retrofit Grou p 07/07/09 07/21/09 08/24/09 08/27/09 09/21/09 10/15/09 11/23/09 12/08/09 222,533.51 *P AMC2.30.360(f) 86,113.04 2 2 177,142.35 4 2 104,394.93 3 2 164,836.40 6 2 103,651.39 4 3 70,820.25 10 2 119,738.00 6 2 241,143.79 13 5 E xcess worker's compensatio n ins ura nce Compact sweeper — green machine Pad -mounted transformers Pad -mounted tra nsf ormers Cable Pad -mou nted transformers Ford Crown Victoria Police vehicles Cable Diesel emissi on retrofit devices for City trucks * See A ttachment D for a description of exemptions to competitive solicitation requirements ATTACIEVME N x C Blanket Orders for Goods and Services Awarded from 07/01/09 to 12/31/09 A warded To Award Date Award Amo unt Bidding E xemption* Descriptio n or No. of Bids Sent/Received Mun icipal Main ten an ce Equip Morbark, In c_ Ditch Witch Bay Area Sales Peterson Tracto r, Inc. Interspiro, In c. LN Curtis & Son s Oaklan d A ltec Indu stries Western Machinery Electric, Inc. V eracom Ford Milpitas Materials Company Milpitas Materials Company Granite Construction Compan y Granite Rock Company Granite Construction Company Milpitas Materials Company Skylonda Equ ipment Skylonda Equipmen t Basic Chemical Solutions, LLC B& M Collision Repair Olin ChIor A lkali Products Vista Un iversal, Inc. TMT Enterprises Toshiba Bu sin ess Solution s Rou nd Tree Medical, LLC Golden Bear Detailing 07/01/09 35,000.00 *P AMC2.30.360(b) 07/01/09 65,000 .00 *PAMC2.30.360(b) 07/01/09 50,000.00 *PAMC2.30.360(d) 07/01/09 85,000.00 *PAMC2.30.360(b) 08/18/09 25,000.00 *PAMC2.30.360(b) 08/19/09 25,000.00 *PAMC2.30.360(d) 11/24/09 35,000 .00 *PAMC2.30.360(d) 12/09/09 73,972 .69 *P AMC2.30.360(b2) 07/01/09 30,000.00 6 2 07/01/09 85,000.00 6 1 07/01/09 90,000.00 6 1 07/01/09 115,000.00 5 3 07/01/09 110,000.00 4 3 07/01/09 109,000. 00 5 3 07/01/09 75,000.00 6 1 07/01/09 80,000. 00 3 3 07/01/09 85,000.00 3 3 07/01/09 200,000. 00 3 1 07/01/09 30,000. 00 11 5 07/02/09 223,000.00 6 4 07/16/09 50,000. 00 8 6 07/20/09 98,000.00 7 3 07/27/09 175,000.00 11 4 07/27/09 85,000.00 7 4 08/17/09 33,145.00 7 2 Parts & service for street sweepers & sewer cleaners Parts & service for landfill wood grinder Ditch witch parts & service Caterpillar equipment parts & service Breathing apparatus masks & accessories for Fire Fire safety & rescue eq uipment & service Parts & service for aerial devices for PW equipment Parts & service for back-up ge nerators Ford car & light truck parts & service Concrete prod ucts for PWD Concrete products for CP AU, WGW Asphalt concrete products for CPAU, WGW Div Asphalt concrete products for PWD, Operations Div Asphalt concrete products for FWD, Operations Div Concrete products for CP AU, Electric Operatio ns Compost scree ner & operator for landfill Compost grinding services for landfill Sodium bis uIfite for treatme nt plant Vehicle collision repairs Sodium hypochlorite for treatment plant Lighting mainte na nce in parking garages Compost material for landfill Toshiba copier rentals & mai ntena nce Emergency medical supplies for Fire Mobile vehicle washi ng service * See Attachment D for a description of exemptions to competitiv e solicitation requirements ATTACHMENT D EXCERPT FROM THE PALO ALTO MUNICIPAL CODE Section 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. 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 (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 office or department head and forwarded to purchasing. (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. (f) Placement of insurance coverage and bonds. (g) Legal services contracts, including outside counsel and experts for litigation or other legal proceedings. (i) Professional services contracts where the estimated total expenditure by the city, regardless of term, does not exceed $25,000.00. Attachment D — Page 1 of 1