city council/successor agency agenda item no

26
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

Upload: others

Post on 13-Mar-2022

7 views

Category:

Documents


0 download

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

Delta Fence Fence repairs & supplies (Parks $55,000 & PW $33,000)Parks & Public

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

Express Employment Professionals Temporary staffing services Admin. Services 399,000 Agreement

Emergency Vehicle Outfitters (EVO) Police vehicle equipment purchases, installation, service and maintenance Police 65,000 BidFrancisco & Associates Assessment engineering services for bonded assessment districts Admin. Services 145,000 Agreement

Futures Explored

Landscape maintenance and maintenance services for Solid Waste Transfer Station and Wastewater Treatment Plant (Parks $123,960 and PW $113,968)

Parks & Recreation Public Works 237,928 Agreement

Golden State Flow Measurement Water meters, registers, equipment and meter testingPublic Works Operations 161,709 Sole Source

Grainger Maintenance supplies (Parks $30,000 & PW $56,000)Parks & Public

Works Operations 86,000Bid/Cooperative

Purchasing

Home Depot Hardware, material supplies & salt for well sitesAdmin. Services -

City Wide 76,000Bid/Purchasing

Policy 10-7

Agenda Item C.5 Page 5 of 26

Exhibit "A"

Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department

Amount Not to Exceed for

2015/16Agreement and/or Bid

Hubb Systems LLC dba Data 911 Enhanced software support, equipment including MDV systems & installation Police 216,000 Agreement

Interwest Code enforcement & plan review servicesCommunity

Development 103,000 Agreement

Jackson Lewis Employment Law - Legal CounselAdmin. Services/City

Attorney 100,000 AgreementJarvis, Fay, Doporto & Gibson Litigation services Attorney 75,000 AgreementJPA Landscape Landscape maintenance services Parks & Recreation 217,972 Agreement

Keller Canyon Landfill On-site pick up and processing of solid wastePublic Works Operations 2,000,000 Agreement

Law Offices of Judith A. Robbins General municipal services Attorney 75,000 Agreement

Layne Christensen Well and pump station rehabilitation & repairPublic Works Operations 85,000 Agreement/Bid

Liebert Cassidy Whitmore Employment law legal services - general mattersAdmin. Services/City

Attorney 100,000 Agreement

Lone Tree Trucking Hauling biosolidsPublic Works Operations 122,000 Agreement/Bid

Mail Stream Bill Mail/Drought Services $95K Admin, Serv. - Mail services $30K PWAdmin. Services &

Public Works 125,000 Agreement

Olin Corporation Delivery of sodium hypochlorite Public Works Operations 57,000 Agreement/Bid

Pace SupplyParts for maintenance & repair of City water features, water distribution and collection system PW $116K / Parks $5K

Public Works Operations 121,000 Bid

PFM Asset Management LLC Investment advisory services Admin. Services 200,000 Agreement

Republic Services, Inc. - Vasco Road Landfill Biosolids disposalPublic Works Operations 165,000 2nd year of Agreement/Bid

Robertson & Bryan, Inc. (RBI) Environmental engineer consulting services for NPDES/Mercury projectsPublic Works Operations 136,564 Agreement

Sabah International, Inc. Alarm monitoring and maintenance services Admin. Services 65,000 Agreement

Schaefer Systems International Refuse cartsPublic Works Operations 185,000 Sole Source

Sensus Technologies, Inc. Water meters, registers, and equipment (manufacturer & warranty work)Public Works Operations 100,000 Sole Source

Shape, Inc. Pump repairPublic Works Operations 60,000 2nd year of Agreement/Bid

Software House International (SHI) Microsoft software Admin. Services 60,000 Cooperative Agreement

Solenis, LLC Manufacturing and delivering polymerPublic Works Operations 60,000 Agreement/Sole Source

Southern Computer Warehouse Technology goods, equipment and software - 1st Supplier Admin. Services 120,000 Bid

Staples Office Supplies/ProductsAdmin. Services -

City Wide 125,000 Cooperative Agreement

Telstar InstrumentsParts, programming and repair of Water and Wastewater instrumentation, sensors, and generators

Public Works Operations 112,000 Agreement/Sole Source

Tennyson Electric Lightpole RepairPublic Works Operations 90,000 Bid/Agreement

Terra Care Associates Landscape maintenance services Parks & Recreation 3,100,863 Agreement

Agenda Item C.5 Page 6 of 26

Exhibit "A"

Vendor/Contractor Name Materials Purchased or Services Performed Responsible Department

Amount Not to Exceed for

2015/16Agreement and/or Bid

Toshiba Business - MBA Copier lease and maintenanceAdmin. Services -

City Wide 90,000 Cooperative Agreement

Tyler Technologies Utility billing online services/drought related customization services Admin. Services 125,000 Agreement

Univar USA, Inc. Delivery of sodium bisulfatePublic Works Operations 52,000 Bid/Agreement

Wesco Distribution Electrical supplies & copper wire (Parks $55,000 & PW $125,500)Parks & Public

Works Operations 180,500 Bid

Agenda Item C.5 Page 7 of 26

TABULATION OF BIDS MATERIAL DESCRIPTION: Technology Eauioment 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 IL60061 06673

QUOTE DATE 3/23/2015 3/2312015 3/31/2015

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

1 1 HP Laseriet 600 (M603) CE994A#BGJ $1,183.67 $1,183.67 $1,220.97 $1,220.97 $1,197.00 $1,197.00

2 3 HP Prodesk 600-G1 Core i5, 4GB ram, 500 GB HD E7P48AW#ABA $643.08 $1,929.24 $577.14 $1,731.42 No Bid No Bid

3 3 Asus VH238H VH238H $157.44 $472.32 $164.89 $494.67 $160.00 $480.00

4 3 HP Hardware Token Protective Sleeve FOK75AA $70.00 $210.00 $69.45 $208.35 No Bid No Bid

5 3 Loaitech MK270 920-004536 $24.80 $74.40 $28.12 $84.36 $20.00 $60.00

6 1 Eraotron LX Dual Arm - Dual 45-245-026 $239.30 $239.30 $273.53 $273.53 $239.00 $239.00

7 2 Eraotron LX Desk Mount Arm - Sinale 45-241-026 $123.50 $247.00 $140.64 $281.28 $123.00 $246.00

8 3 Crucial MX100 CT128MX1 OOSSD1 $67.63 $202.89 $79.53 $238.59 No Bid No Bid

9 3 CvberPower CP1000AVRLCD CP1000AVRLCD $88.50 $265.50 $116.39 $349.17 $94.00 $282.00

10 1 HP Probook 650 G1 Core i5, 500 GB HD K4LOOUT#ABA $763.79 $763.79 $816.73 $816.73 $792.00 $792.00

11 3 Snag It Multi User License (v. 12) SNAGG99-12-E $38.11 $114.33 $26.18 $78.54 $35.00 $105.00

12 3 Adobe Acrobat XI Pro Upgrade License 65195271AF01AOO $153.73 $461.19 $157.13 $471.39 $154.00 $462.00

13 Recycling Fee $4.00 $16.00 $4.00 $16.00 $4.00 $16.00

14 Shiooina $0.00 $0.00 $0.00

15 Sales Tax at 8.5% $474.99 $484.42 $280.16

TOTAL $6,654.62 $6,749.42 Incomplete

Agenda Item C.5 Page 8 of 26

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

Proiect. QUOTE NO.

PHONE 925-516-2777 925-432-4500 925-634-3442 925-516-1140 209-763-2701 925-859-5647 925-513-3244

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

101-200 $180.00 $475.00

201-283 $176.25 $475.00

$546.25 s1 425.00

2) FY 201512016 0-100 Decorative Hadco Liaht Pole Refurbishina Project $190.00 $492.00

101-200 $180.00 $492.00 201-300 $178.25 $492.00

$548.25 $1 476.00

Fire Hvdrant Refurbishina

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

QUOTE DATE 5/5/2015 5/5/2015 5/512015 No Bid

PHONE 925-825-5252 209-931-4442 925-372-9056 925-513-3432

CONTACT Sean Kinnick Rocky Zucchelli Allen Alcorn Matt Onstott

EMAIL skinnickliileastbavtire.com szucchelliliilgoodvear.com 1 alcornliilatt.net matt.b.onstottliillesschwab.com

APPR: VIA

TERMS

ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL

1 1 315/80R22.5 New Goodyear 296 20 ply $565.00 $667.72 Bridgestone $579.89

2 1 315/80R22.5 Waste Hauler Recap $199.00 $468.62 $235.29

3 1 11 R22.5 New Goodvear 751 16 Plv $485.00 $513.13 Firestone $295.49

4 1 11 R22.5 Waste Hauler Recap $172.00 $468.62 $190.82

5 1 255nOR22.5 New XZE 16 Plv $448.00 $463.88 Firestone $272.23

6 Hourly Rate (In Shop) NIC $89.00 Piece Work

7 Hourly Rate (On-Site) $85.00 $105.00 $104.00

8 Mountina Fee $15.00 $41.00 $30.00

9 Flat Repair $25.00 $47.48 $40.00

.81 per mile 10 Fuel Charae !Per Tri Pl NIC $20.00 @27 miles $21.87

11 Trip Charge NIC Mile $2.56 Hour $104.00

12 Aller Hours Charge $85.00 $139.55 $0.00

13 Tire Disposal Fee - Truck $4.00 $8.00 $12.00

14 Tire Disposal Fee - PassenQer $4.00 $10.00 $12.00

Total $2,087.00 $3,044.56 $1,897.59 $0.00

Incomplete Bid; did not bid per No Bid

specifications (lower grade tire).

Large Tires 2015.16bid Tab.xis.xis Agenda Item C.5 Page 11 of 26

TABULATION OF BIDS -(RFQ 16-001) MATERIAL DESCRIPTION: Strip Out and Outfit of Three Ford Interceptor Utilies

RECOMMEND: EVO VENDOR Red Cloud RCS EVO 4217 N Buchanan Cr#5 1771 Vineyard Dr #6 Antioch, Pacheco, CA94553 CA 94509

REASON: Lowest price ADDRESS 9862 Kent St ElkGrove, CA 95624

QUOTE DATE 5/14/2014 5/13/2014

QUOTE NO. 7788 No BID 8866

PHONE 510-428-0635 925-755-8000 916-686-7070

CONTACT Brandon Brown Roni Michal Freeman

DEL. PROM.

APPR: Ryan Decker VIA

TERMS NET30 NOBID NET30

ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL

1 3 Strip Out Ford Crown Victoria $250.00 $750.00 $0.00 $450.00 $1,350.00

2 3 Outfit Ford Police Interceptor Utility $3,080.00 $9,240.00 $0.00 $2,650.00 $7,950.00

3 3 Code3 21TR plus 47" w/linear strobe light bar (clear lens) $1,975.00 $5,925.00 $0.00 $1,161.55 $3,484.65

4 3 Code3 Z3 Siren $743.91 $2,231.73 $0.00 $875.25 $2,625.75

5 3 Go Rhino Push Bumper 5341-2L51 $307.53 $922.59 $0.00 $330.54 $991.62

6 3 Pro-Gard Safe Stop SS0002 $126.33 $378.99 $0.00 $135.50 $406.50

7 3 MN Star Wire Harness level 2 integrator TFS2-SEMBV $663.33 $1,989.99 $0.00 $725.50 $2,176.50

8 3 Custom Radio Speaker Bracket $110.00 $330.00 $0.00 $95.00 $285.00

9 3 Pro-Gard Single Cell Prisoner System P1OOOUINT13A $1,610.00 $4,830.00 $0.00 $1,512.48 $4,537.44

Subtotal $26,598.30 Subtotal $0.00 Subtotal $23,807.46

* Red Cloud - Tax adjusted from quote (outfitting s/b non-taxable) Tax* $1,411.71 Tax Tax $1,233.13

Freiaht TBD Freiaht Freiaht $475.50

Total $28,010.01 Total No Bid Total $25,516.09

Vehicle Build Bids 2015-05 Bid 1 (3 lnterceptors).xls

Agenda Item C.5 Page 12 of 26

TABULATION OF BIDS -(RFQ -16-004) MATERIAL DESCRIPTION: Strip Out and Outfit of Vehicles - K-9

RECOMMEND: EVO VENDOR Red Cloud RCS EVO 4217 N Buchanan Cr #5 1771 Vineyard Dr #6 Antioch, Pacheco, CA94553 CA 94509

REASON: Lowest price ADDRESS 9862 Kent St ElkGrove, CA 95624

QUOTE DATE 5/14/2014 5/13/2014

QUOTE NO. 7788 No BID 8866

PHONE 510-428-0635 925-755-8000 916-686-7070

CONTACT Brandon Brown Roni Michal Freeman

DEL. PROM.

APPR: Ryan Decker VIA

TERMS NET30 NOBID NET30

ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL

1 2 Strip Out Ford Crown Victoria $375.00 $750.00 $0.00 $450.00 $900.00

2 1 Outfit Ford Police Interceptor Utility $3,360.00 $3,360.00 $0.00 $2,650.00 $2,650.00

3 2 Code3 21TR plus 47" w/linear strobe light bar (clear lens) $1,975.09 $3,950.18 $0.00 $1,161.55 $2,323.10

4 2 Code3 Z3 Siren $743.91 $1,487.82 $0.00 $875.25 $1,750.50

5 2 Havis K-9 insert KK-K9-F18-K $2,239.54 $4,479.08 $0.00 $2,225.52 $4,451.04

6 2 Havis 10" Emergency exhaust fan KK-K9-HA-FKT-10 $362.17 $724.33 $0.00 $359.92 $719.84

7 2 Havis K9 air circulation fan KK-K9-FAN $153.19 $306.38 $0.00 $152.24 $304.48

8 2 Santacruz overhead gun lock SC-929-B $155.25 $310.50 $0.00 $168.74 $337.48

9 2 Troy box CPGB403212-TL $1,086.75 $2,173.50 $0.00 $1,012.50 $2,025.00

10 2 Go Rhino Push Bumper 5341-2L51 $307.54 $615.07 $0.00 $298.54 $597.08

11 2 Pro-Gard Safe Stop SS0002 $126.33 $252.65 $0.00 $135.50 $271.00

12 2 MN Star Wire Harness level 2 integrator TFS2-SEMBV $663.33 $1,326.66 $0.00 $725.50 $1,451.00

13 2 Troy Cargo tilt up mount CP-UV-CARGO-MNT $301.88 $603.75 $0.00 $375.00 $750.00

14 2 Custom Radio Speaker Bracket $110.00 $220.00 $0.00 $95.00 $190.00

15 2 Ace K9 Hot N Pop Pro $1,085.72 $2, 171.43 $0.00 $1,112.63 $2,225.26

16 2 Troy Electronics tray AC-UV-TRAY-H $172.50 $345.00 $0.00 $169.38 $338.76

Subtotal $23,076.35 Subtotal $0.00 Subtotal $21,284.54

8.50% Tax $1,612.14 Tax Tax $1,507.44

Freight TBD Freight Freight $715.50

Total $24,688.49 Total No Bid Total $23,507.48

ver rcre ljUllC ljfQS ZU1 b-Ub tsra 4 tK-~J.XIS

Agenda Item C.5 Page 13 of 26

TABULATION OF BIDS MATERIAL DESCRIPTION: Facility Maintenance Supplies

RECOMMEND: Grainger VENDOR Grainger McMaster-Ca rr MSC Industrial

REASON: Lowest Bidder and free shipping ADDRESS 2288 Pike Court, Concord, CA P.O. Box 54960, Los Angeles 2300 Eastland Drive, Fernley NV

QUOTE DATE 5/20/2015 5/20/2015 5/21/2015

QUOTE NO. 16134253

PHONE 925 686-654 562 692-5911 800 645-7270

CONTACT Richard Easterwood Sue Mary

DEL. PROM.

APPR: VIA

TERMS Free Shipping Shipping Costs Shipping Costs

ITEM# DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL

34D748 1 Grinder $219.80 $177.50 $206.00

2VEW8 1 Ballast, 2 F32T8 $11.23 $19.05 $36.78

5GVC4 1 Ballast, 4 F32T8 $15.18 $19.05 $38.66

2VDK6 1 Cordless Combination Kit, 18 Volts $417.51 $507.06 $463.64

2XU40 1 Dual Flush Valve $138.64 $148.36 $178.74

4UB40 1 Door closure $135.79 $275.82 $372.83

1NYB3 1 Adjustable Wrench $7.89 $21.30 $21.95

1NYB4 1 Adjustable Wrench $11.80 $30.70 $31.68

6C238 1 Phillips Screwdriver $2.24 $3.45 $3.71

6C241 1 Phillips Screwdriver $5.08 $6.62 $8.39

$965.16 $1,208.91 $1,362.38

\\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

2 1 Hr. 3 MEN, RIG & SERVICE TRUCK $250.00

3 1 Hr. 4 MEN, RIG & SERVICE TRUCK $260.00

4 EA WIRE BRUSH RENTAL $250.00

5 1 Hr. AIR COMPRESSOR RENTAL (450 CFM & SMALLER) $85.00

6 1Hr. 1 MAN ROTARY CRANE-10 TON & BELOW $130.00

7 1Hr. 2 MEN, 10 TON & BELLOW CRANE $180.00

8 1Hr. 3 MEN, ROTARY CRANE-30 TON & FMC $260.00

9 1Hr. 1 MAN DELIVERY TRUCK $111.00

10 1Hr. 1 MAN SERVICE TRUCK $1.14.00

11 1Hr. 2 MAN SERVICE TRUCK $154.00

12 1Hr. GENERAL SHOP LABOR $70.00

13 1 Hr. MACHINE SHOP LABOR $75.00

14 WELL VIDEO LOG $800.00

Total $2,229.00

BidTabulation wells 2014 2.xls.xls Agenda Item C.5 Page 16 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

3 55,000 gal 25% Sodium Bisulfite >2000 gallons/delivery $.875 +tax $52,215.63 NOBID NOBID

4 55,000 gal 25% Sodium Bisulfite <2000 gallons/delivery $1.60 +tax $95,480.00 NOBID NOBID

Bid Tabulation.xlsx.xls Agenda Item C.5 Page 17 of 26

TABULATION OF BIDS MATERIAL DESCRIPTION: Plumbing supplies

RECOMMEND: Pace Supply VENDOR Pace Supply Groeniger Modesto Roberts and Brune Company

4015 Newton Road 1600 Lone Palm Ave 1315 Main Street Oakley, REASON: Low bid. ADDRESS Stockton, CA 95205 Modesto, CA 95351 CA 94561

Bid list items represent parts and materials generally QUOTE DATE 05/07/2015 05/06/2015 05/07/2015

used for water distribution and wastewater collection system QUOTE NO.

repairs. PHONE 916.379.5100 916.257 .3795 925.679.8005

CONTACT Steven Wright Tim Sweeney Misty Walters

DEL. PROM.

APPR: VIA

TERMS

ITEM# QTY DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL

1 1 Ring and Lid per COB Spec SS-3 D&L Supply A-1024 BP $295.00 $320.08 $295.00 $320.07 $310.00 $336.35

2 1 8" Flange Gate Valve Iron Body Epoxy Coated with 304 SS bolts $702.00 $761.67 $690.00 $748.65 $750.00 $813.75

3 1 6" Flange Gate Valve Iron Body Epoxy Coated with 304 SS bolts $449.00 $487.17 $445.00 $482.82 $475.00 $515.37

4 1 Hymax 6" FCA 6.42-7.68 $232.00 $251.72 $175.90 $190.85 $245.00 $265.82

5 1 Hymax 8" coupling 8.54-9.84 $207.00 $224.60 $198.60 $215.48 $216.00 $234.36

6 1 8"x1" CC Bronze Double Strap Service Saddle, 8.99-9.67 $107.00 $116.10 $95.46 $103.57 $102.00 $110.67

7 1 Clow 950 Residential fire hydrant $1,344.00 $1,458.24 $1,350.00 $1,464.75 $1,350.00 $1,464.75

8 1 Clow 960 Industrial fire hydrant $1,697.00 $1,841.25 $1,799.00 $1,951.91 $1,785.00 $1,936.72

9 1 Fire Hydrant break off-check valve $993.00 $1,077.41 $1,050.00 $1, 139.25 $1,045.00 $1, 133.82

10 1 6" fire hydrant nut bolt set 304 SS $9.90 $10.74 $6.30 $6.84 $9.00 $9.76

11 1 6" flange nut bolt set 304 SS $19.50 $21.16 $13.60 $14.76 $18.00 $19.53

12 1 8" flange nut bolt set 304 SS $19.75 $21.43 $13.60 $14.76 $18.00 $19.53

13 1 1" Ball Angle Meter Valve Compression Connection for CTS 0.D. $66.00 $71.61 $79.18 $85.91 $88.00 $95.48

14 1 Pipe Clamp w/ss bolts, 6.75-7.55 x 12 $135.00 $146.48 $148.50 $161.12 $245.00 $265.82

15 20' 8" SDR35 $79.00 $85.72 $68.00 $73.78 $75.00 $81.37

$6,895.38 $6,974.52 $7,303.10

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

1 1 HP Laseriet 600 (M603) CE994A#BGJ $1,183.67 $1,183.67 $1,220.97 $1,220.97 $1,197.00 $1,197.00

2 3 HP Prodesk 600-G1 Core i5, 4GB ram, 500 GB HD E7P4BAW#ABA $643.08 $1,929.24 $577.14 $1,731.42 No Bid No Bid

3 3 AsusVH23BH VH23BH $157.44 $472.32 $164.89 $494.67 $160.00 $480.00

4 3 HP Hardware Token Protective Sleeve FOK75AA $70.00 $210.00 $69.45 $208,35 No Bid No Bid

5 3 Loaitech MK270 920-004536 $24.80 $74.40 $28.12 $84.36 $20.00 $60.00

6 1 Eraotron LX Dual Arm - Dual 45-245-026 $239.30 $239.30 $273.53 $273.53 $239.00 $239.00

7 2 Eraotron LX Desk Mount Arm - Single 45-241-026 $123.50 $247.00 $140.64 $281.28 $123.00 $246.00

B 3 Crucial MX100 CT12BMX1 OOSSD1 $67.63 $202.89 $79.53 $238.59 No Bid No Bid

9 3 CvberPower CP1000AVRLCD CP1000AVRLCD $88.50 $265.50 $116.39 $349.17 $94.00 $282.00

10 1 HP Probook 650 G1 Core i5, 500 GB HD K4LOOUT#ABA $763.79 $763.79 $816.73 $816.73 $792.00 $792.00

11 3 Snaalt Multi User License Iv. 12l SNAGG99-12-E $38.11 $114.33 $26.18 $78.54 $35.00 $105.00

12 3 Adobe Acrobat XI Pro Uograde License 65195271AF01AOO $153.73 $461.19 $157.13 $471.39 $154.00 $462.00

13 Recycling Fee $4.00 $16.00 $4.00 $16.00 $4.00 $16.00

14 Shippin~ $0.00 $0.00 $0.00

15 Sales Tax at B.5% $474.99 $484.42 $280.16

TOTAL $6,654.62 $6,749.42 Incomplete

Agenda Item C.5 Page 19 of 26

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

',

3 55,000 gal 25% Sodium Bisulfite >2000 gallons/delivery $.875 +tax $52,215.63 NOBID NOBID

4 55,000 gal 25% Sodium Bisulfite <2000 gallons/delivery $1.60 +tax $95,480.00 NOBID NOBID

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

1 1 100' 1/2" EMT $20.34 $21.69 No Bid

2 1 100' 3/4" EMT $39.06 $35.81

3 1 Box of 1 O 3M 33+ Black $40.04 $38.95

4 1 Box of 100 Ideal Wire Nuts- Red, Wingless $12.69 $6.73

5 1 1 T&B Hub 3/4" $3.58 $3.47

6 1 100' Carlon 1" PVC $33.94 $34.72

7 1 500' Roll THHN #12 Stranded Red $55.34 $51.54

8 1 500' Roll #6 Stranded Black $211.58 $195.30

9 1 Box Buss FNR-10 $46.87 $30.27

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

6 Each Ballast Kit - 100 Watt HPS Multi-Tap $54.25 540.82

7 Each Ballast Kit - 150 Watt HPS Multi-Tap $54.25 $43.36

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

5 1 llPEE Optics 49 LED'S 4000K 72 System Input Watts Fixture $488.25 $2,980.50

Sales Tax 8.5% INC INC

Total: $10,090.50 $13,644.98

Bid Tabulation Electrical Parts 2015-16 PG- 5 - Final.xis Agenda Item C.5 Page 26 of 26