CITY COUNCIL/SUCCESSOR AGENCY AGENDA ITEM NO. Meeting Date: June 23, 2015 Subject/Title: A Joint Resolution approving and authorizing the City Manager or City Attorney and Executive Director or General Counsel as appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney or General Counsel with specified vendors Prepared by: Marna Huber, Management Analyst Submitted by: Pamela Ehler, Director of Administrative Services RECOMMENDATION Adopt a Resolution approving and authorizing the City Manager or City Attorney and Executive Director or General Counsel as appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney or General Counsel with specified vendors. PREVIOUS ACTION 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, 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. 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 or Successor Agency to the Redevelopment Agency along with the estimated not-to-exceed amount to be expended for the 2015/16 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 2015/16. These vendors have Agenda Item C.5 Page 1 of 26
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/SUCCESSOR AGENCY AGENDA ITEM NO. C.5
Meeting Date: June 23, 2015 Subject/Title: A Joint Resolution approving and authorizing the City Manager or City Attorney
and Executive Director or General Counsel as appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney or General Counsel with specified vendors
Prepared by: Marna Huber, Management Analyst Submitted by: Pamela Ehler, Director of Administrative Services RECOMMENDATION Adopt a Resolution approving and authorizing the City Manager or City Attorney and Executive Director or General Counsel as appropriate, to execute the City’s Purchase Orders, Change Orders and/or Agreements, after approval as to form by the City Attorney or General Counsel with specified vendors. PREVIOUS ACTION 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, 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. 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 or Successor Agency to the Redevelopment Agency along with the estimated not-to-exceed amount to be expended for the 2015/16 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 2015/16. These vendors have
Agenda Item C.5 Page 1 of 26
been included in the exhibit in order for Council to approve the estimated dollar amount to be spent in fiscal year 2015/16. Agreements, Amendments and/or Purchase Orders are not attached to this report. Prior to the City Manager/Executive Director or City Attorney/General Counsel executing the agreements and/or purchase orders, review and approval as to form by the City Attorney or General Counsel is required. 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 2015/16 – 2019/20 Capital Improvement Program or the Amended 2014/15 - 2015/16 Operating Budget that is being presented to Council under a separate item this evening. Attachment: Resolution Exhibit “A” Bid Tabulation Sheets
Agenda Item C.5 Page 2 of 26
RESOLUTION NO.
A JOINT RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BRENTWOOD AND THE GOVERNING BOARD OF THE SUCCESSOR AGENCY TO THE REDEVELOPMENT AGENCY OF THE CITY OF BRENTWOOD APPROVING AND AUTHORIZING THE CITY MANAGER OR CITY ATTORNEY AND EXECUTIVE DIRECTOR OR GENERAL COUNSEL AS APPROPRIATE, TO EXECUTE THE CITY’S PURCHASE ORDERS, CHANGE ORDERS AND/OR AGREEMENTS, AFTER APPROVAL AS TO FORM BY THE CITY ATTORNEY OR GENERAL COUNSEL WITH SPECIFIED VENDORS
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, 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 January 14, 2014, the Successor Agency Board adopted Resolution No. 2014-01-SA, confirming that it would follow the same rules and procedures for Successor Agency administrative activities and operations as the City; and WHEREAS, as part of the annual budget adoption, 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 Successor Agency Board as appropriate; 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 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 2015/16 fiscal year’s report. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Brentwood
and Governing Board of the Successor Agency to the Redevelopment Agency of the City of Brentwood approves and authorizes the City Manager or City Attorney and Executive Director or General Counsel as appropriate, to execute agreements, purchase orders and or change orders after approval as to form by the City Attorney or General Counsel, with vendors for the not-to-exceed dollar amounts detailed on the attached Exhibit “A” which is incorporated herein by this reference.
Agenda Item C.5 Page 3 of 26
PASSED, APPROVED AND ADOPTED by the City Council of the City of Brentwood and Successor Agency Board to the Redevelopment Agency of the City of Brentwood at a regular meeting on the 23rd day of June, 2015 by the following vote:
Agenda Item C.5 Page 4 of 26
Exhibit "A"
Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department
Amount Not to Exceed for
2015/16Agreement and/or Bid
4LEAF Inc. Building inspection, code enforcement & plan review servicesCommunity
Development 839,000 Agreement
Arata Parts and supplies for City Solid Waste trucksPublic Works Operations 90,000 Sole Source
Bill Brandt FordCity vehicle maintenance, repair and parts (Police $90,000 and PW $28,000) Police 118,000 Agreement
Brentwood Union School District Joint Use Agreement Parks & Recreation 177,545 Agreement
Burke, Williams & Sorensen, LLP Redevelopment Litigation services (City/Successor Agency)Attorney/General
Counsel 150,000 AgreementCCC General Services Traffic signal services Engineering 200,000 AgreementCCC Library Additional library hours Admin. Services 207,702 Sole SourceCCC Office of Revenue Animal control services Admin. Services 304,360 AgreementCCC Office of the Sheriff CAL-ID, forensic services, extradition & rendition services, range, training Police 290,000 Agreement/Sole SourceCDWG Technology goods and software - 2nd Supplier Admin. Services 50,000 BidCity of Antioch Dispatch services Police 896,187 Agreement/Sole Source
CSG Consultants Inc. Building inspection & plan review servicesCommunity
Development 683,000 Agreement
CVP, Inc. Decorative street light pole and fire hydrant refurbishing projectPublic Works Operations 67,735 Agreement/Bid
DataProse Bill Mail/Drought Services/Postage Deposit Admin. Services 108,294 Agreement
Delta Diablo Sanitation District Off-site hazardous waste processingPublic Works Operations 118,000 Agreement
Works Operations 88,000 Agreement/BidEast Bay Regional Communications System Authority (EBRCSA) Operations maintenance & debt service for VHF portable radios Police 72,000 Agreement/Sole Source
East Bay Tire Commercial & light duty tires, installation and repairPublic Works Operations 94,000 Agreement/Bid
TABULATION OF BIOS MATERIAL DESCRIPTION: Street L1oht Pole & Fire Hvdrant Refurbishina Proiect
Alpha-Omega Quality Painting RECOMMEND: CVP Inc. VENDOR CVP Inc. Redwood Paintina Co., Inc. & Decoratina, Inc. Mike Asbill Paintina Inc. J. Haves Paintina Sellers Paintina Inc. Diablo Delta Paintina
P.O. Box688 9020 Brentwood Blvd 620 W 10th Street 6715 Brentwood Blvd. Suite B 757 Heather Place P.O. Box236 5830 Starboard Drive 941 Yardley Place
REASON: CVP Inc. is low bidder. ADDRESS Brentwood CA 94513 Pinsbura. CA 94565 Brentwood CA 94513 Brentwood CA 94513 Wallace CA 95254 Bvron, CA 94505 Brentwood CA 94513
Licht Pole and Fire Hvdrant Refurbishinc QUOTE DATE 05/09/2014 05/12/2014 05/07/2014 5/12//2014
CONTACT Wavne Buckman Paul Loustaunau Tracv Juenemann Mike Asbill John Haves Joe McMindes
DEL. PROM.
APPR: VIA TERMS
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
Light Pote Refurbishing
1\ FY 201412015 0-100 Decorative Hadco Licht Pole Refurbishina Proiect $190.00 $475.00 No Bid - Due to Prevailino Waoe Late Bid - Disqualified No Bid ~No Resaonse No Bid - No Resoonse No Bid - No Resoonse
11 FY 201412015 0-50 Fire Hvdrant Refurbishino Proiect $34.50 $220.00
51-100 $33.50 $220.00 101-200 $32.50 $220.00
201-283 $29.45 $220.00 S129.95 $880.00
2\ FY 201512016 0-100 Fire Hvdrant Refurbishina Proiect $33.50 $230.00
101-200 $32.50 $230.00
201-300 $29.45 $230.00 $95.45 $690.00
TOTAL 51,319.90 $4.471.00
Bid Tabulalion Form 5-7·14 Light poles and HydranLS. Final.xis.xis Agenda Item C.5 Page 9 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Contractor for Fence Repairs
RECOMMEND: Delta Fence Co., Inc. VENDOR Delta Fence Calco Fence, Inc. Chain Link Fence
6901 Brentwood Blvd. 4568 Contractors Place 241 Rickenbacker REASON: Contractor provided a bid on all items, and ADDRESS Brentwood, CA Livermore, CA Livermore, CA
provided the lowest bid overall QUOTE DATE 5/14/2015 5/14/2015 No Response
QUOTE NO.
PHONE 925 634-5990 925 449-5081 925 606-9934
CONTACT Frank Martin Kirk Pope
DEL. PROM.
APPR: VIA '
TERMS
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
6' High Black Vinyl Chain Link - 30' Long Installed. Price to include posts, brackets, rails, bands, caps, ties, nuts, bolts and anything else
1 1 to complete job. Includes tax and delivery. $45.50 $52.50 4' Walk Gate Single Opening Installed. Price to include posts, fittings, and bracing to install walk gate into an existing fence.
2 1 Includes tax and delivery. $872.00 $1,191.00 Emergency repair rate per hour (7:00am-3:30pm) price to include 2
3 1 man crew, fence truck and tools. $245.00 $213.00 Overtime repairs rate per hour - price to include 2 man crew, fence
4 1 truck and tools. $368.00 $277.00
5 1 1/4 Yard 6 sack $126.00
6 1 1/2 Yard 6 sack $132.00
7 1 3/4 Yard 6 sack $142.00
8 1 1Yard6 sack $169.00
9 1 1/2 Yard 5 sack $127.00
10 1 1 Yard 5 sack $160.00 -
11 1 1/2 Yard 4 sack $119.00
12 1 1Yard4 sack $151.00
\\OCARIDAN\Users\Parks and Rec\tclark\TinaClark\Purchase Orders Over $50K\2015-16 New Year\Delta Fence Bid Tab_ 15-16.xlsx Agenda Item C.5 Page 10 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Commercial tires and service for City Fleet.
RECOMMEND: East Bav Tire VENDOR East Bav Tire Company Goodyear Commercial Tires GCR Tires Les Schwab Tire
545 Bliss Avenue 4105 N. Wilcox Road 4575 Pacheco Blvd. 6361 Lone Tree Way REASON: Lowest responible bid. ADDRESS Pittsburg, CA 94565 Stockton, CA 95215 Martinez, CA 94553 Brentwood, CA 94513
\\OCARIDAN\Users\Parks and Rec\tclark\TinaClark\Purchase Orders Over $50K\Copy of BidTabulation.xlsx Agenda Item C.5 Page 14 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: 99.8% Pure Solar Salt NSF 60
RECOMMEND: Home Depot VENDOR Home Depot Success Water Systems Cargill Salt
5631 Lone Tree Way 308 Carrol Ct. P.O. Box 9300 REASON: Only responsive bidder ADDRESS Brentwood, CA 94513 Brentwood, CA 94513 Minneapolis, MN 55440-9300
QUOTE DATE 05.08.15
QUOTE NO. n/a
PHONE 925.513.6702 925.766.8377 855.472.5939
CONTACT Sandra Rob Kinslow Lori Tursic
DEL. PROM.
APPR: VIA
TERMS Price good thru 11.01.15
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 99.8% Pure Solar Salt NSF 60 401b. Or 50lb. Plastic bag $4.60 $4.60 NO BID NOBID
2 1 Pallet of 99.8% Pure Solar Salt NSF 60 $225.40 $225.40
(49 - 50lb. bags or 63 - 401b. Bags)
3 Shipping Included
2015-16 Salt Bid Tabulation.xlsx.xls Agenda Item C.5 Page 15 of 26
TABULATION OF _BIDS MATERIAL DESCRIPTION:
RECOMMEND: Layne Christensen Co. VENDOR Layne Christensen Co. Wm. P. Wilson & Sons, Inc. Kirby Pump and Mechanical, Inc. 1.:ro t.;ounty Koad P.O. Box 1326 P.O. Box 2203 3233 Fitzgerald Road
REASON: ADDRESS Woodland, CA 95695 Woodland, CA 95776 Rancho Cordova, CA 95742
Only responsive bidder. QUOTE DATE 05/02/2014 05/02/2014 05/02/2014
QUOTE NO.
PHONE 530.662.2825 530.662.5797 916.635.2735
CONTACT Nathan Anderson Dan Morris George Collier
DEL. PROM.
APPR: VIA
TERMS
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 Hr. 2 MEN, RIG & SERVICE TRUCK $225.00 NO RESPONSE NO RESPONSE
BidTabPace15-16.xlsx.xls Agenda Item C.5 Page 18 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Technology Equipment and Software
RECOMMEND: Southern Computer Warehouse (SCW) VENDOR Southern Computer Warehouse (SCW) CDWG Software House International (SHI)
1395 S. Marietta Parkway, Marietta, GA 230 North Milwaukee Ave., Vernon Hills, 290 Davidson Ave., Somerset. NJ REASON: Lowest Bid ADDRESS 30067 IL 60061 08873
QUOTE DATE 3/23/2015 312312015 313112015
QUOTE NO. 994440 - rev 1 of 1 GBFN358 9410303
PHONE 877-468-6729 877-325-8048 732-537-7166
CONTACT Ethan McLeod Matt Radcliff Nick Grappone
DEL. PROM.
APPR: VIA
TERMS Net30 Net30 Net30
ITEM# QTY DESCRIPTION PART# UNIT TOTAL UNIT TOTAL UNIT TOTAL
TABULATION OF BIDS MATERIAL DESCRIPTION: Street Light Repair/Replacement
RECOMMEND: Tennyson Electric VENDOR Tennyson Electric American Underground Rodda Electric
7275 National Drive A2 PO Box670 380 Carrol Court REASON: Tennyson Electric was the only bidder. ADDRESS Livermore, CA 94550 Byron, CA 94514 Brentwood, CA 94513
QUOTE DATE
QUOTE NO.
PHONE 925-606-1038 925-634-0554 925-240-6024
CONTACT Manley Gough Gabriel Luna Grant Asmann
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 See Attached Bid Sheets for Prices No Bid Declined To Bid
Total price for the three bid sheets $260,210.00
Bid Tabulation Street Light Repair 2015-16 - Final.xis Agenda Item C.5 Page 20 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION:
Olin Corporation, RECOMMEND: UNIVAR (Sodium Bisulfite) and OLIN (Sodim Hypochlorite) VENDOR Univar USA, Inc. dba Olin Chlor Alkali Products Hasa, Inc.
8201 S. 212th Street 26700 South Banta Road 23119 Drayton Street REASON: LOW BID ADDRESS Kent, WA 98032 Tracy, CA 95304 Saugus, CA 91350
QUOTE DATE 05/12/2015 05/12/2015 05/13/2015
QUOTE NO. N/A N/A N/A
PHONE 253.872.5000 209.835.7204 661.259.5848
CONTACT Jennifer Perras John M. Schabacker Mary Flynn
Shipping > 2000 Gal. Included TERMS Shipping Included Shipping <2000 Gal. + $300 Shipping Included
ITEM# QTY DESCRIPTION PER GAL. TOTAL PER GAL. TOTAL PER GAL. TOTAL
$1.01 +tax 1 115,000 gal 12.5% Sodium Hypochlorite >2000 gallons/delivery $0.483 +tax $60,266.33 $0.457 +tax $57,022.18 plus $0.021 CPA $126,002.75
$0.87 +tax 2 115,000 gal 12.5% Sodium Hypochlorite <2000 gallons/delivery $0.85 +tax $106,058.75 $0.457 +tax $57,322.18 plus $0.021 CPA $108,554.25
Bid Tabulation.xlsx.xls Agenda Item C.5 Page 21 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of Electrical Parts
RECOMMEND: Wesco VENDOR Wesco CED All Industrial
2500 Dean Lesher Dr. Suite C 2655 Verne Roberts Circle 895 Mitten Road REASON: Wesco was low bid with the total bid. ADDRESS Concord, CA 94520 Antioch, CA 94509 Burlingame, CA 94010
CED was unable to bid on the Cobra street light fixtures. QUOTE DATE 04.27.15
All Industrial declined to bid. QUOTE NO.
PHONE 925-246-7160 925-778-5660 855-425-5463
CONTACT Jeff Kramer Rob Ryan Nicholson
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
10 1 GE or Sq. D 20-A, 1 P, Breaker/Stab $4.07 $3.80
11 1 Box of 100 Liquid Tight Flex-Metallic-3/4" $117.18 $112.84
12 1 Dozen 3/4" Seal Tight Str Connectors $27.60 $22.79
13 1 Hubble 20-A Duplex Outlet $1.45 $2.17
14 1 Hubble 20-A Duplex Outlet GFC1 $10.76 $6.51
15 1 24-1" EMT Strut Clamps $17.97 $18.49
16 1 Dozen 1 x 3/4 Red Washers $1.30 $1.82
17 1 Dozen 3/4 x 1/2 Red Washers $0.91 $0.89
Sales Tax 8.5% INC INC
Total: $644.68 $587.79
Bid Tabulation Electrical Parts 2015-16 PG- 1 - Final.xis Agenda Item C.5 Page 22 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of Electrical Parts
RECOMMEND: Wesco VENDOR Wesco CED All Industrial
2500 Dean Lesher Or. Suite C 2655 Verne Roberts Circle 895 Mitten Road REASON: Wesco was low bid with total bid. ADDRESS Concord, CA 94520 Antioch, CA 94509 Burlingame, CA 94010
CED was unable to bid on the Cobra street light fixtures. QUOTE DATE 4.27.15
All Industrial declined to bid. QUOTE NO.
PHONE 925-246-7160 925-778-5660 855-425-5463
CONTACT Jeff Kramer Rob Ryan Nicholson
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 Each Lamp - 70 Watt HPS Moug Base - Sylvania, Phillips or GE $8.68 58.14 No Bid
2 Each Lamp - 100 Watt HPS Moug Base - Sylvania, Phillips or GE $8.68 $8.14
3 Each Lamp - 150 Watt HPS Moug Base - Sylvania, Phillips or GE $8.68 $8.14
4 Each Lamp - 200 Watt HPS Moug Base - Sylvania, Phillips or GE $8.95 $8.95
5 Each Lamp - 250 Watt HPS Moug Base - Sylvania, Phillips or GE $8.68 58.95
8 Each Photo Cell - Eye Type Twist On120 Volt Instant On $12.34 $9.22
T&B # DE-12415TJJ50 or Equal
9 Each Photo Cell- Eye Type 120 Volt Instant On $8.41 $9.39
10 Each Igniter Kit-Advanced# L 1551-H4-IC $22.30 557.51
11 Each Fuse Holder - Buss# HEB AA 510.58 $16.28
12 Each Cobra Street Light Pole, Arm and Fixture $2,270.18 $2,872.00
13 Each Cobra Arterial double Street Light Pole, Arm and Fixture $2,595.68 $5,423.92
Sales Tax 8.5% INC INC
Total: $5,071.66 $8,514.82
Bid Tabulation Electrical Parts 2015-16 PG- 2 - Final.xis Agenda Item C.5 Page 23 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of Electrical Parts
RECOMMEND: Wesco VENDOR Wesco CED All Industrial
2500 Dean Lesher Dr. Suite C 2655 Verne Roberts Circle 895 Mitten Road REASON: Wesco was low bid with total bid. ADDRESS Concord, CA 94520 Antioch, CA 94509 Burlingame, CA 9401 O
CED was unable to bid on the Cobra street light fixtures. QUOTE DATE 4.27.15
All Industrial decline to bid. QUOTE NO.
PHONE 925-246-7160 925-778-5660 855-425-5463
CONTACT Jeff Kramer Rob Ryan Nicholson
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 Each Fixture - 70 Watt HPS Cobra Type $142.69 No Bid No Bid
2 Each Fixture - 100 Watt HPS Cobra Type $158.97 No Bid
3 Each Fixture - 150 Watt HPS Cobra Type $178.50 No Bid
4 Each Fixture - 200 Watt HPS Cobra Type $245.51 No Bid
5 Each Fixture - 250 Watt HPS Cobra Type $247.68 No Bid
6 Each Leotek GC1-40E-MV-NW-2-GY-FDC-530-WL-HS $309.23 No Bid
7 Each Leotek GC1-40E-MV-NW-2-GY-FDC-530-WL $309.23 No Bid
8 Each Leotek GC1 -60E-MV-NW-3-GY-FDC-530-WL-HS $325.50 $276.68
9 Each Leotek GC1 -60E-MV-NW-3-GY-FDC-530-WL $325.50 $320.08
10 Each Leotek GC1 -80E-MV-NW-3-GY-FDC-530-WL-HS $347.20 $352.63
11 Each Leotek GC1 - 80E-MV-NW-3-GY-FDC-530-WL $347.20 $396.03
Sales Tax-8.5% INC INC
Total: $2,937.21 $1,345.42
Bid Tabulation Electrical Parts 2015-16 PG- 3 - Final.xis Agenda Item C.5 Page 24 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of Electrical Parts
RECOMMEND: ·wesco VENDOR Wesco CED All Industrial
2500 Dean Lesher Dr. Suite C 2655 Verne Roberts Circle 895 Mitten Road REASON: Wesco was low bid with total bid. ADDRESS Concord, CA 94520 Antioch, CA 94509 Burlingame, CA 94010
CED was unable to bid on the Cobra street light fixtures. QUOTE DATE 4.27.15
All Industrial declined to bid. QUOTE NO.
PHONE 925-246-7160 925-778-5660 855-425-5463
CONTACT Jeff Kramer Rob Ryan Nicholson
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 500' #12 THHN Copper Wire Stranded Red 555.34 $51.54 No Bid (,,/
2 500' #6 THHN Copper Wire Black $211.58 $195.30
3 1000' #8 Copper Wire $270.17 $244.13
4 1000' #6 Copper Wire $423.15 $195.30
5 1000' #4 Copper Wire $677.04 5564.20
6 1000' #2 Copper Wire 5976.50 $901.64
Sales Tax 8.5% INC INC
Total: $2,613.78 $2,152.11
Bid Tabulation Electrical Parts 2015-16 PG- 4 - Final.xis Agenda Item C.5 Page 25 of 26
TABULATION OF BIDS MATERIAL DESCRIPTION: Purchase of Electrical Parts
RECOMMEND: Wesco VENDOR Wesco CED All Industrial
2500 Dean Lesher Dr. Suite C 2655 Verne Roberts Circle 895 Mitten Road REASON: Wesco was low bid with total bid. ADDRESS Concord, CA 94520 Antioch, CA 94509 Burlingame, CA 94010
CED was unable to bid on the Cobra street light fixtures. QUOTE DATE 4.27.15
All Industrial declined to bid. QUOTE NO.
PHONE 925-246-7160 925-778-5660 855-425-5463
CONTACT Jeff Kramer Rob Ryan Nicholson
DEL. PROM.
APPR: VIA
TERMS 6.30.2016
ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL
1 1 Hadco Pole & Fixture $3,038.00 $2,631.13 No Bid
2 1 Lumec Pole & Fixture $3,038.00 $2,582.30
3 1 Zed/Lumec Pole & Fixture $3,038.00 $2,848.13
4 1 Phillips Lumilock LED Fixture $488.25 $2,602.92