CITY COUNCIL AGENDA ITEM NO. Meeting Date: June 25, 2013 Subject/Title: A Resolution approving and authorizing the City Manager or City Attorney as appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A” Prepared by: Marna Huber, Management Analyst Submitted by: Pamela Ehler, Director of Finance and Information Systems RECOMMENDATION Adopt a Resolution approving and authorizing the City Manager or City Attorney as appropriate, to execute, the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A”. PREVIOUS ACTION On June 26, 2012, by Resolution No. 2012-106, City Council adopted the 2012/13 - 2013/14 Operating Budget for the City of Brentwood. On June 26, 2012, by Resolution No. 2012-92, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts. On December 11, 2012, City Council waived the first reading of Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy. On January 8, 2013, by Resolution No. 2013-07, City Council approved a resolution amending the 2012/13 Operating Budget and approving the recommended mid-year budget adjustments. On January 8, 2013, by Resolution No. 2013-01, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute purchase orders, change orders, and/or agreements, after approval as to form by the City Attorney, with vendors for updated not-to- exceed dollar amounts. On January 8, 2013, City Council waived the second reading and adopted Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy. On June 11, 2013, by Resolution No. 2013-80, City Council approved a Resolution amending the 2012/13 and 2013/14 Operating Budgets and approving the recommended mid-term budget adjustments. Agenda Item C.7 - Page 1 of 21
21
Embed
CITY COUNCIL AGENDA ITEM NO. - brentwood.granicus.com
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
CITY COUNCIL AGENDA ITEM NO. C.7
Meeting Date: June 25, 2013 Subject/Title: A Resolution approving and authorizing the City Manager or City Attorney as
appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A”
Prepared by: Marna Huber, Management Analyst Submitted by: Pamela Ehler, Director of Finance and Information Systems RECOMMENDATION Adopt a Resolution approving and authorizing the City Manager or City Attorney as appropriate, to execute, the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A”. PREVIOUS ACTION On June 26, 2012, by Resolution No. 2012-106, City Council adopted the 2012/13 - 2013/14 Operating Budget for the City of Brentwood. On June 26, 2012, by Resolution No. 2012-92, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts. On December 11, 2012, City Council waived the first reading of Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy. On January 8, 2013, by Resolution No. 2013-07, City Council approved a resolution amending the 2012/13 Operating Budget and approving the recommended mid-year budget adjustments. On January 8, 2013, by Resolution No. 2013-01, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute purchase orders, change orders, and/or agreements, after approval as to form by the City Attorney, with vendors for updated not-to-exceed dollar amounts. On January 8, 2013, City Council waived the second reading and adopted Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy. On June 11, 2013, by Resolution No. 2013-80, City Council approved a Resolution amending the 2012/13 and 2013/14 Operating Budgets and approving the recommended mid-term budget adjustments.
Agenda Item C.7 - Page 1 of 21
BACKGROUND As part of the annual budget adoption, City staff includes budgeted amounts for ongoing services and supplies. The Purchasing Policy, Section 11.2, requires that the use of vendors for recurring services or goods amounting to over $50,000 be approved by City Council before the beginning of each fiscal year. In order to comply with the Purchasing Policy and to streamline the process for on-going purchases of goods and/or services, staff prepared a list of vendors and not-to-exceed amounts. Where applicable, staff has included bid tabulation sheets identifying solicited quotes. Attached to the staff report is Exhibit “A” which includes a detailed listing of vendors providing goods and services to the City along with the estimated not-to-exceed amount to be expended for the 2013/14 fiscal year. Some of the vendors are utilized Citywide for various needs such as office supplies, hardware/material supplies and copier leases while others are utilized by a few departments and/or a single department. Exhibit “A” also includes agreements which have been approved by Council which are based on volumes of material or an estimated consumer price index escalator and did not include dollar amounts to be spent in fiscal year 2013/14. These vendors have been included in the exhibit in order for Council to approve the estimated dollar amount to be spent in fiscal year 2013/14. Agreements, Amendments and/or Purchase Orders are not attached to this report. Prior to the City Manager or City Attorney executing the agreements and/or Purchase order, review and approval as to form by the City Attorney is required for all agreements. FISCAL IMPACT This action does not amend the budget. Amounts listed within Exhibit “A” can only be expended if they are included within the Adopted 2013/14 – 2017/18 Capital Improvement Program or the Adopted 2013/14 Operating Budget. Attachment: Resolution Exhibit “A” Bid Tabulation Sheets
Agenda Item C.7 - Page 2 of 21
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BRENTWOOD APPROVING AND AUTHORIZING THE CITY MANAGER OR CITY ATTORNEY AS APPROPRIATE, TO EXECUTE THE CITY’S PURCHASE ORDERS, CHANGE ORDERS AND/OR AGREEMENTS, AFTER APPROVAL AS TO FORM BY THE CITY ATTORNEY WITH SPECIFIED VENDORS FOR THE NOT-TO-EXCEED DOLLAR AMOUNTS DETAILED ON THE ATTACHED EXHIBIT “A”
WHEREAS, on June 26, 2012, by Resolution No. 2012-106, City Council adopted the 2012/13 - 2013/14 Operating Budget for the City of Brentwood; and WHEREAS, on June 26, 2012, by Resolution No. 2012-92, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney, with specified vendors for the not-to-exceed dollar amounts; and WHEREAS, on December 11, 2012, City Council waived the first reading of Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy; and WHEREAS, on January 8, 2013, by Resolution No. 2013-07, City Council approved a resolution amending the 2012/13 Operating Budget and approving the recommended mid-year budget adjustments; and WHEREAS, on January 8, 2013, by Resolution No. 2013-01, City Council authorized and approved the City Manager or City Attorney as appropriate; to execute purchase orders, change orders, and/or agreements, after approval as to form by the City Attorney, with vendors for updated not-to-exceed dollar amounts; and WHEREAS, on January 8, 2013, City Council waived the second reading and adopted Ordinance 910, amending City Council/Administrative Policy No. 10-7, Purchasing Policy, to include updates to portions of the Policy; and WHEREAS, on June 11, 2013, by Resolution No. 2013-80, City Council approved a Resolution amending the 2012/13 and 2013/14 Operating Budgets and approving the recommended mid-term budget adjustments; and
WHEREAS, as part of the annual budget adoption, City staff includes budgeted amounts for ongoing services and supplies; and
WHEREAS, as part of the requirements of the Purchasing Policy, staff brings forward
purchases or services over $50,000 for each fiscal year for approval by City Council; and WHEREAS, staff has attached Bid Tabulation Sheets, where applicable, to identify bids
received for goods and/or service for the coming fiscal year; and
Agenda Item C.7 - Page 3 of 21
WHEREAS, an additional requirement of the Purchasing Policy is for staff to provide prior to the beginning of the next fiscal year, a listing of vendors and not-to-exceed amounts to be expended for the coming fiscal year; and
WHEREAS, each department compiled a list of vendors as well as provided estimates of
use to be included within the 2013/14 fiscal year’s report. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Brentwood
approves and authorizes the City Manager or City Attorney as appropriate, to execute agreements, purchase orders and or change orders after approval as to form by the City Attorney, with vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A” which is incorporated herein by this reference.
PASSED, APPROVED AND ADOPTED by the City Council of the City of Brentwood at a regular meeting on the 25th day of June, 2013 by the following vote:
Agenda Item C.7 - Page 4 of 21
Exhibit "A"
Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department
Amount Not to Exceed for
2013/14Agreement and/or Bid
4LEAF, Inc. Plan review services & inspectionCommunity
Development 70,000 Agreement
Antioch Building Materials Asphalt and cutback materials Public Works Operations 56,000 Bid
Arata Parts and supplies for City commercial trucksPublic Works Operations 69,000 Sole Source
Ashland Water Technologies Bulk delivery of polymer for WWTPPublic Works Operations 65,000 Agreement/Bid
Bill Brandt FordCity vehicle maintenance, repair and parts (Police $90,000 & PW $28,000) Police 118,000 Agreement
Burke, Williams & Sorensen, LLP Litigation services Attorney 300,000 Agreement
CCC General Services Traffic signal maintenancePublic Works Engineering 200,000 Agreement
CCC Library Additional library hours Finance 187,560 Sole Source
CCC Office of Revenue Animal control services Finance 279,174 Agreement
CCC Office of the SheriffCAL-ID, forensic services, extradition & rendition services, range, training Police 270,000 Agreement/Sole Source
City of Antioch Dispatch services Police 855,932 Agreement
Concrete, Inc. dba Knife River Concrete materialsPublic Works Operations 55,000 Agreement/Bid
Consolidated Electrical Distributors (CED)Copper wire and electrical supplies (PW $76,500 & Parks $55,000)
Parks & Public Works - Operations 131,500 Bid
CSG Consultants, Inc. Plan review services & inspectionCommunity
Development 70,000 Agreement
Delta Diablo Sanitation District Off-site hazardous waste processingPublic Works Operations 109,250 Agreement
Delta FenceFence repairs and miscellaneous goods (PW $25,500 & Parks $25,000)
Parks & Public Works -
Operations 50,500 Agreement/Bid
East Bay Construction Co. Landscape maintenance Parks & Recreation 806,212 Agreement
Express Employment Professionals Temporary employee services Human Resources 170,000 Agreement
Parks & Public Works - Operations 157,064 Agreement
Golden State Flow Measurement Water meters, registers, equipment and meter testing Public Works Operations 80,750 Agreement/Sole Source
Grainger Maintenance supplies (PW $52,000 & Parks $30,000)Parks & Public
Works - Operations 82,000 Cooperative Agreement
Home Depot Hardware, material supplies & salt for well sites Finance/Citywide 90,000Bid/Purchasing
Policy 10-7
Agenda Item C.7 - Page 5 of 21
Exhibit "A"
Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department
Amount Not to Exceed for
2013/14Agreement and/or Bid
Hubb Systems LLC (dba Data 911) Enhanced software support & equipment Police 158,000 Agreement/Sole SourceJPA Landscape & Construction Weed abatement Parks & Recreation 191,646 Agreement
Keller Canyon Landfill On-site pickup and processing of solid wastePublic Works Operations 1,701,882 Agreement
Layne Christensen Well and pump station rehabilitation and repairPublic Works Operations 70,000 Agreement/Bid
Les Schwab Tire Centers Commercial tire purchase, installation and repair Public Works Operations 94,000 Agreement/Bid
Liebert Cassidy Whitmore Employment legal services Human Resources 51,000 Agreement
Lone Tree Trucking Wastewater bio-solids off-haulingPublic Works Operations 130,000 Agreement/Bid
Olin Chlor Alkali Products Delivery of sodium hypochlorite for WWTPPublic Works Operations 70,000 Agreement/Bid
Pace Supply
Parts for maintenance & repair of City water features, water distribution & collection systems, meters and irrigation supplies (PW $134,000 & Parks $5,000)
Pinnacle Public FinanceRadio lease payment (#3 of 3) EBRSCA project previously approved by Resolution No. 2011-109 Police 277,657 Agreement
Robertson-Bryan, Inc. (RBI) Environmental engineer consulting services for NPDES projectsPublic Works Operations 123,130 Agreement
Sabah International, Inc. Alarm monitoring, maintenance and repair Finance/IS 60,000 Agreement/Sole Source
Schaefer Systems International Purchase of refuse cartsPublic Works Operations 150,000 Sole Source
Sensus TechnologiesWater meters, registers, and equipment (manufacturer & warranty work)
Public Works Operations 106,000
Regional Supplier Sole Source
Software House International (SHI) Technology goods, equipment and software Finance/IS 120,000 Bid
Telstar Instruments Inc.Parts, programming & repair of Water and Wastewater instrumentation, sensors, generators
Public Works Operations 90,000 Agreement/Sole Source
Terra Care Associates Landscape maintenance Parks & Recreation 1,292,907 Agreement
Toshiba Business - MBA Copier lease and maintenance Finance/Citywide 85,000 Cooperative Agreement
Univar USA, Inc. Sodium bisulfite for WWTPPublic Works Operations 60,000 Agreement/Bid
Vasco Road Landfill Disposal facility for WWTP bio-solidsPublic Works Operations 140,000 Agreement/Bid
Agenda Item C.7 - Page 6 of 21
Exhibit "A"
Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department
Amount Not to Exceed for
2013/14Agreement and/or Bid
Wesco Electrical suppliesPublic Works Operations 63,500 Cooperative Agreement
West Coast Arborist Tree maintenance Parks & Recreation 282,831 Agreement
Xerox Corporation Copier lease and maintenance Finance/Citywide 65,000 Cooperative Agreement
Agenda Item C.7 - Page 7 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of asphalt
RECOMMEND: Antioch Building Material VENDOR Antioch Building Material County Asphalt Granite Construction
1375 California Ave. 5501 Imhoff Dr. 10500 S. Harlan REASON: Antioch Building Material was low bid per ton ADDRESS Pittsburg CA,94565 Martinez CA,94553 French Camp CA, 95231
once fuel and labor were added. QUOTE DATE 5/8/2013 5/3/2013 No Bid
All prices include tax. QUOTE NO.
PHONE 925 432-3828 925 682-2299 925 982-4750
Granite Construction did not bid. CONTACT Neil Chris Terry
County Asphalt was the only vendor to lock in DEL. PROM.
APPR: their price for 1 year. Antioch Building based VIA
their price on oil prices and could not lock in. TERMS Oil price Th ru 6/30/14
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 Ton 1/4 Asphalt, Cal Trans Specification $97.65 $85.72 No Bid
Labor- Maint II hourly/benefits= $56.09 divided by 60 min=.93 per min 18 minutes $16.74 31 minutes $28.83 42 minutes $0.00
Fuel cost of $4.29 per gallon 12.92 miles $5.54 24.17 miles $10.37 33.44 miles $0.00
Total Cost one way $119.93 $124.92 $0.00
2 1 Ton 3/8 Asphalt, Cal Trans Specification $90.06 $80.29 $0.00
Labor-Maint II hourly/benefits=$56.09 divided by 60 min=.93 per min 18 minutes $16.74 31 minutes $28.83 42 minutes $0.00
Fuel cost of $4.29 per gallon 12.92 miles $5.54 24.17 miles $10.37 33.44 miles $0.00
Total Cost one way $112.34 $119.49 $0.00
3 1 Ton 1/2 Asphalt, Cal Trans Specification $77.85 $70.53 $0.00
Labor-Maint II hourly/benefits=$56.09 divided by 60 min=.93 per min 18 minutes $16.74 31 minutes $28.83 42 minutes $0.00
Fuel cost of $4.29 per gallon 12.92 miles $5.54 24.17 miles $10.37 33.44 miles $0.00
Total cost one way $100.13 $109.73 $0.00
4 1 Ton 3/4 Asphalt, Cal Trans Specification $77.85 $69.44 $0.00
Labor-Maint II hourly/benefits=$56.09 divided by 60 min=.93 per min 18 minutes $16.74 31 minutes $28.83 42 minutes $0.00
Fuel cost of $4.29 per gallon 12.92 miles $5.54 24.17 miles $10.37 33.44 miles $0.00
TABULATION OF BIDS MATERIAL DESCRIPTION: Manufacture and Deliver Polymer to WWTP
Gulbrandsen RECOMMEND: Ashland Hercules Water Technologies VENDOR Ashland Water Technologies AIChem Chemical Company Technologies, Inc.
1313 N. Market Street 5360 Tulane Dr. SW 2 Main Street REASON: Ashland was the only vendor to provide a bid. ADDRESS Wilminton, DE 19894 Atlanta, GA 30336-2322 Clinton, NJ
QUOTE DATE 04.13.12 N/A N/A
QUOTE NO. N/A N/A N/A :
PHONE 302.594.5347 404.696.9202 908.735.5458
CONTACT Kristin Dugan Scott Anu Senthil
DEL. PROM.
APPR: VIA .
TERMS !
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 Manufacture and Deliver Polymer to WWTP including delivery and tax $1.56 $1.56 NO RESPONSE NO RESPONSE NO RESPONSE NO RESPONSE
Total $1.56 $1.56 NO RESPONSE NO RESPONSE NO RESPONSE NO RESPONSE
BidTab4Ashland-04.12.xlsx.xls
Agenda Item C.7 - Page 9 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Automotive repair parts and misc. items
RECOMMEND: Brentwood Auto Parts VENDOR Brentwood Auto Parts O'Rielley Auto Parts S.P. Automotive
7881 Brentwood Blvd. 8600 Brentwood Blvd. 6130 Brentwood Blvd REASON: Lowest responsible bid ADDRESS Brentwood, Ca. 94513 Brentwood, Ca. 94513 Brentwood, Ca. 94513
QUOTE DATE 5/16/2013 5/16/2013 5/16/2013
QUOTE NO.
PHONE 634-2298 240-8462 634-1121 !
CONTACT Rick Heather John
DEL. PROM.
APPR: VIA
TERMS
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
Auto Parts. 13.14.xlsx Agenda Item C.7 - Page 10 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Various Electrical Parts
RECOMMEND: CED VENDOR CEO Wesco All Industrial Electric
2655 Vern Roberts Circle 2500 Dean Lesher Dr. Concord 895 Mitten Road, Burlingame, CA REASON: CED is low bid for items listed ADDRESS Antioch CA, 94509 CA, 94520 94010
QUOTE DATE 5/8/2013 5/8/2013 5/8/2013
QUOTE NO.
Tax and shipping is included in price PHONE 925 778-5660 925 246-7160 650 777-0060
CONTACT Rob Lee Nick
DEL. PROM.
APPR: VIA
TERMS 6/30/2014 6/30/2014
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
14 1 Hubbel 20-A duplex outlet GFC1 $8.68 $10.76 $12.85
15 24 1" EMT strut clamps $14.32 $17.97 $21.10
16 12 1"x3/4" red washers $0.89 $1.30 $1.69
17 12 3/4"x1/2" red washers $0.85 $0.91 $1.17
Total $652.52 $677.78 $756.44
Bid Tabulation. various electrical parts 2012-2013xlsx.xlsx.xls Agenda Item C.7 - Page 11 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Various Size Wire
RECOMMEND: C.E.D VENDOR C.E.D Wesco All Industrial Electric
2655 Vern Roberts Circle, 2500 Dean Lesher Drive, 895 Mitten Road, Burlingame, CA REASON: C.E. D is low bid for various size electrical wire ADDRESS Antioch, CA 94509 Concord, CA 94520 94010
QUOTE DATE 5/8/2013 5/8/2013 5/8/2013
QUOTE NO.
Prices include tax and shipping PHONE 778-5660 246-7160 650 777-0060
CONTACT Rob Lee Nick
DEL. PROM.
APPR: VIA
TERMS 6/30/2014 6/30/2015
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 500 #12 THHN copper wire red $65.10 $64.02 $75.95
2 500 #6 THHN copper wire black $248.47 $242.50 $260.40
TABULATION OF BIDS MATERIAL DESCRIPTION: Decorative Street Lights and Fixtures
RECOMMEND: C.E.D VENDOR C.E.D Wesco Platt
2655 Vern Roberts Circle, 2500 Dean Lesher Drive, 1301 Galaxy Way, Concord CA, REASON: C.E.D is low bid for Decorative Street Light ADDRESS Antioch, CA 94509 Concord, CA 94520 94520
poles and fixture QUOTE DATE 5/8/2013 5/8/2013 5/8/2013
QUOTE NO.
Prices include tax PHONE 778-5660 246-7160 682-8150
CED price includes tax and shipping CONTACT Rob Lee Sales
Wesco price includes tax only DEL. PROM.
APPR: VIA
TERMS Cant lock price Cant lock price
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 Hadco pole and fixture $2,861.42 $3,038.00 No Bid
2 1 Lumec pole and fixture $2,861.42 $3,038.00 No Bid
3 1 Zed/Lumec pole and fixture $2,861.42 $3,038.00 No Bid
Total $8,584.26 $9,114.00 No Bid
CED and Wesco offer free shipping if 3 or more poles are
ordered at the same time. ---------
Bid Tabulation. Decorative poles and fixtures 2013xlsx.xlsx.xls Agenda Item C.7 - Page 13 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Solar Salt 99.8 % pure ( Bulk)
RECOMMEND: Home Depot VENDOR Home Depot Lowes ECOWATER
5631 Lone Tree Way 5503 Lone Tree Way 308 Carrol Ct REASON: Lowest bid for 99.8% Solar Salt ($0.08/lb.) ADDRESS Brentwood Brentwood Brentwood
compared to Brentwood Ace ($0.1 0/lb.) and QUOTE DATE 05.17.13 05.14.13 05.17.13
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL I
1 1 50 lb bag Solar Salt 99.8 % pure $4.25 $4.25 $5.99 $5.99
2 18 Pallet of Solar Salt 99.8 % pure (49 bags I 24501bslpallet) $208.25 $3,748.50 $293.51 $5,283.18
3 1 Sales Tax $318.62 $449.07
4 1 Delivery $0.00 $0.00
Total $4,067.12 $5,732.25
1 1 40 lb bag Solar Salt 99.8 % pure n/a $4.09 $4.09 n/a
2 18 Pallet of Solar Salt 99.8 % pure (63bags I 25201bslpallet) $257.67 $4,021.92
3 1 Sales Tax $331.81
4 1 Delivery $50.00
Total n/a $4,407.82 n/a
WO-HomeDepotSaltBidTab.05.17.13.xls.xls Agenda Item C.7 - Page 14 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of concrete.
RECOMMEND: Knife River Concrete VENDOR Knife River Concrete Antioch Building Material Central Concrete
P.O. Box 66001 Stockton, Ca. 1375 California Ave. Antioch Ca, 753 Stockton Ave. San Jose Ca, REASON: Knife River Concrete is low bid. ADDRESS 95206 94509 95126
QUOTE DATE 58/2013 5/8/2013 5/8/2013
QUOTE NO.
PHONE (209) 933-6980 925 432-3828 408 404-2283
CONTACT Louie Neil Steve
DEL. PROM.
APPR: VIA
TERMS 6/30/2014 10/1/2013 No Bid
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 Yard 2500 PSI CONCRETE, PER CITY SPEC $108.50 $119.35 $0.00
2 Yard SHORT LOAD FEE $81.38 $108.50 $0.00
3 Yard FIBER MESH $6.51 $10.85 $0.00
4 Yard FUEL SURCHARGE FEE $0.00 $16.28 $0.00
5 Yard ENVIRONMENTAL FEE $0.00 $54.25 $0.00
6 Yard Accelerator $5.43 $0.00 $0.00
7 Yard Retarder (Rarely used by the City) $5.43 $0.00 $0.00
8 Stand by time per minute after a lotted time $1.50 $1.50
TOTAL $208.75 $310.73 $0.00 -··---- ---
Bid Tabulation Knife River Concrete 2013.xlsx.xls Agenda Item C.7 - Page 15 of 21
TABULATION OF BIDS MATERIAL DESCRIPTION: Well rehabilitation and repair.
RECOMMEND: Layne Christensen Co. VENDOR Layne Christensen Co. Wm. P. Wilson & Sons, Inc. Kirby Pump and Mechanical, Inc.
TABULATION OF BIDS MATERIAL DESCRIPTION: Commercial tires and service for City Fleet. I I
' RECOMMEND: Les Schwab Tire VENDOR Les Schwab Tire East Bay Tire Company Tire Distribution Systems Inc. Wingfoot Commercial Tires
6361 Lone Tree Way 545 Bliss Ave. 4575 Pacheco Blvd. 4045 N. Wilcox Rd. REASON: Low bid, local vendor. ADDRESS Brentwood, Ca. 94513 Pittsburg, Ca. 94565 Martinez, Ca. Stockton, Ca. 95215 I