Loading...
Purchase Orders/PaymentsCI 'Y OF CAMPBELL FACSIMILE TRANSMITTAL SHEET TO: FROM: Ric Paul Reina Antonio COMPANY: DATE: Wheel Away September 6, 2002 FAX NUMBER: TOTAL NO. OF PAGES INCEUDING COVER: 408 378-9392 2 PHONE NUMBER: SENDER'S REFERENCE NUMBER: 408 3784636 RE: YOUR REFERENCE NUMBER: BIKE RACKS [] URGENT [] FOR REVIEW [] PLEASE COMMENT [] PLEASE REPLY [] PLEASE RECYCLE NOTES/COMMENTS: Hi Ric, We discovered that there is no longer a need for the City to have the bike racks as part of the purchase order we already have with you. Therefore, we would like to return the three Yakima Loco Joe Bike Racks and purchase 13 repair kits in return. The repair kits would include a tire iron, spare tube and mini pump. Please let me know at your earliest convenience the cost difference for returning the bike racks and purchasing the repair kits. We would like to do an addendum to the already existing purchase order as soon as possible. Thank you very much for your time and consideration on this matter. If you have any questions, please feel free to call me at 866-2161. Thanks. PUBLIC WORKS DEPARTMENT, 70 NORTH FIRST STREET, CAMPBELL, CA 95008 PHONE (408) 866-2150 FAX (408) 376-0958 BID SCHEDULE ITEM ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION UNIT QUANTITY PRICE PRICE 1 Yakima Loco Joe Bike EA - 3 $59.49 -$178.47 Rack 13 repair kits (tire iron, 2 spare tube and mini EA 13 pump) Subtotal 8.25% Tax Total Base Bid (Items 1 through 2) Authorized Signature Position Date 2 Wheel Away Cycle Center Inc PO 20030117 435.0206B.7883 08/05/2002 Beg. Balance $7,500.38 08/31/2002 Inv. 9261 $7,307.19 $193.19 03/11/2003 Inv. 10214 $183.97 $9.22 TOTAL PAID $7,307.19 PAID UNDER OPEN PO AS FINANCE HAD CLOSED PO IN ERROR IN 9/02 AND RETURNED FUNDS TO PROJ. STILL CHARGED TO PROJECT 0206B. 03/18/2003 1 4:54 PM OF -CA'MP,._,ELL 70'N. FIRST STREET CAMPBELL, CALIFORNIA 95008 (408) 866-2100 IPAGE PURCHASE ORDER NUMBER PURCH. ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION CONFIRM· BLANKET FINAL PAYMENT TERMS FREIGHT UNIT OF MEASURE I COMMODITY CODE UNIT PRICE EXTENSION QUANTITY ~xxXxx,~D~xxxx~x~x xxx ORGANIZATION ACCOUNT I PROJECT PROJECT ACCOUNT AMOUNT ALL INVOICES ARE TO BE ADDRESSED TO CITY OF CAMPBELL, FINANCE DEPARTMENT 70 N. FIRST ST., CAMPBELL, CA 95008 FINAL PURCHASING AGENT TERMS AND CONDITIONS ON REVERSE SIDE CiTY OF CAMP.,ELL 70 N. FIRST STREET CAMPBELL, cAL'IFORNIA 95008 (408) 866-2100 PAGE PURCHASE ORDER NUMBER PURCH. ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION TO CONFIRM. BLANKET QUANTITY FINAL PAYMENT TERMS UNIT OF MEASURE COMMODITY CODE UNIT PRICE FREIGHT EXTENSION ORGANIZATION ACCOUNT t PROJECT PROJECT ACCOUNT AMOUNT ALL INVOICES ARE TO BE ADDRESSED TO CITY OF CAMPBELL, FINANCE DEPARTMENT 70 N. FIRST ST., CAMPBELL, CA 95008 FINAL. PURCHASING AGENT TERMS AND CONDITIONS ON REVERSE SIDE '% CHA~.O' City of Campbell Purchase Requisition Tt-HS IS NOTA PLr~~E ORDER! Date Requested Date Required '7- 3l~ZooZ- PrS~? Department/Pro,ram I Requested By wk,..,~ ^~% ~c,_. C~,,,~- Vendor O(XK)(X~ 1 IX)OOOO02 OOOOOOO3 0000000~ OOOOOOO5 OO0OOOO6 Address City/S rate/Zip Phone / FAX Budget Unit & l Account Number i Description Ship to Code: Finance RDA Pofic~ City Manager City Clerk Public Work~ - Eng. Unit Cost Total Cost Y71.gv ~ III Quotation/Bid Required: (,g~: ge,~r~ Site) X No Input by Date Input Requinition Nnmoer CITY OF CAMPBELL PUBLIC WORKS DEPARTMENT SUMMARY OF INFORMAL BIDS DESCRIPTION OF ITEMS/WORK BID: VENDORS: PRICE BID: '7, 500.3 SOURCE: (i.e., phone/written) (Attach copies if written.) 5 --c w £,'&. COMMENTS (including just, ification for sole source): SYSTEM 36 VERIFICATION ATTACHED BUDGET ADJUSTMENT ATTACHED (ifnecessary) INSUK~NCE VERIFICATION: $1 Million General Liability Auto Workers' Compensation Additional Insured CITY BUSINESS LICENSE: yes/no SUBMITTED BY MS'Tj"M~IN' ,J~/6r'' DATE: '-/ -31-Z.,-er~ Reviewed by ~,~_Za_ / Division M~/nager P.W.Director J:\F ORMS\INF ORaMB D(WORD) rev 10/94 .."~old CI'i* '* L.L./F'. WORKS T o ¢ P0~I: &"'. 005 C, :1. :I. 7,' ( '70 NF!RoT'"*' '~..':~% RECEIVED Cu,:.:;t No. '~:'RET' Ship date ASAF' Sa].esman OLS 6!t..[..:c~ r~ t: ![ {-.'..,.' I LJl'~ ![ t:: I It:em NLtmb e't"' 5 EACH 618F3. BELl .... LJKQN ~.~LI... COLOIR:E: .3'-:?' . c':~'-;-. ;, I E.,..-,~,H?"¢ ....... ; ~' ": '"'c:. ,.. '"' ':::':: ... ~' ' - r-. ~,4 " ,~ IOKAY TO PAY ' i~Y. OF CAMPBELL I DON'T FORGET 30-90 l)¢'~'~' CHECI< Sa. le Amt :1. 6 '::? , ':? '.5 Str': 1 Reg: C-'r'~,.~: 1 S a ]. e s; 'I" a x i q.. 0 E: ._ .,,J ~.-, l~.. T o F:' 0 :i:t: E: 0 0 3 ':.'.) 1 .I. 7 ?0 N F IF..'::S"F ST i-'::'a ,.3 e:, i'"4 c, , J. .... . .. ' r 'c ' ,..J~ t i t. i E x tm e n .:.=;. i o r'~ ~."'/', "~ L.J EACH PlO. # oo c: OKAY TO PAY 'W~,C~], t D [3 f'q ~ T ~ ''~ =' m - ? L~ ~-~ '~ ,_. c:,"::.' .......r" ~ '~:,E. ~ Z:()'"' 90 ....... ' CHECi':;' c:, ~ ..... I F:. ~ c;: ....... : ] ....... : S L.. S I 0: 0 6 · '7,sc-7. Iff WHEEL AWAY CYCLE CENTER 402 E. Hamilton Ave. CAMPBELL, CALIFORNIA 95008 (408) 378-4636 S PT. 03102 DATE 70 N FIRST STREET TEAMS: PURCHASE 0RDER-20030117 PLEASE DETACH, FOLD AND ENCLOSE WITH YOUR PAYMENT KEEP BOTTOM PORTION FOR YOUR RECORDS BALANCE Forward AMOUNT PAID $ 7500 38 TOTAL WHEEL AWAY CYCLE CENTER PAY LAST AMOUNT IN THIS COLUMN CITY OF CAMP,._.ELL 70 N. FIRST STREET CAMPBELL, CALIFORNIA 95008 (408) 866-2100 PAGE PURCHASE ORDER NUMBER ~URCH. ORDER DATEt ii./ ,' ~),. /. / DATE REQUIRED REQ I I ION NO. VENDOR . DESCRIPTION '"..~. / ?2:: ,5 "'~'~(',~",'~'-:' '~ ~ ~ "' ~:tMEF,: I CAN B ! F" '~' - .., Y',-..LI:-' SE;CUR I 'T'":¥ COf4F"¢~NY F'UBL :[ C 140RKS - ENG I NEERI NG ENDOR F> 0 r,'"~',:~o,,"~"z",o, ..:,,,, SHIP CITY OF C~t'dF'BELL TO 70 N F']RST STREET ;ONFIRM. BLANKET FINAL PAYMENT TERMS , ' FREIGHT N N · QUANTITY UNIT OF MEASURE I OOMMODITY OODE UNIT PRIOE EXTENSION ,4:,, O0 E ~. :t 040, !.TEM NO. OOl D!CYCLE LOCKER'S- HODEL .;,t~'~' ].C N,,'R.[""'oI:.R .... 1. O0 ES :300. 0000 Balance 1/14/03 OK to pay Invoice ~02/320 $7,679.55 0.00 and close out po. F~'E: ]: [~H ~ 600. O0 ORGANI~TtON ACCOUNT t PROJECT PROJECT ACCOUNT AMOUNT 4.3D 0206 7885 '":'""~/~:~ '~':~.' "" O,. - ' :~,~-.- ~,.. / c._,.:, 7 ~, 679, ''' 5 "r'o'r¢,l ....uR u, Hf4.: ~_ ORDER · , ,S'79 .. ?5 D ALL INVOICES ARE TO BE ADDRESSED TO CITY OF CAMPBELL, FINANCE DEPARTMENT 70 N. FIRST ST., CAMPBELL, CA 95008 PURCHASING AGENT DEPARTMENT TERMS AND CONDITIONS ON REVERSE SIDE Date Requested Date Required Department/Pro~ram Requested By Ad.ess ~3 V~T~ ) C~. q'~~ ~ Ci~te/Zip ~6 Ship to Fimace 00000007 Community Development RDA 0O0000O8 l~lilding Police 00000009 Hi~orical Mu~__,m City Manager 00000010 Public Wort~ - Service City Clerk 00000011 Community Public Work~ - Eng. Phone / FAX II l Budget Unit & Account Number Description Qty Unit Cost Total Cost ~r~16, t~/ m~ ~ I~q-o,,~ To~ , q~'7~. ~ Quotation/Bid Required: ~ (.~ Rm~r~ Side) Ym Approved By 6[ / c-Y2~ Input by Date InpUt Requisition Number CITY OF CAMPBELL PUBLIC WORKS DEPARTMENT SUMMARY OF INFORMAL BIDS DESCRIPTION ITEMS/WORK BID: VENDORS: PRICE BID: SOURCE: (i.e., phone/written) (Attach copies if written.) SYSTEM 36 VERIFICATION ATTACHED BUDGET ADJUSTMENT ATTACHED INSURANCE VERIFICATION: CITY BUSINESS LICENSE: yes/no (if necessary) $1 Million General Liability Auto Workers' Compensation Additional Insured SUBMITTED BY Reviewed by Division Ma~nager DATE: P.W.Director J:\FORMSLrNFORMBD(WORD) rev 10/94 PROPOSAL COSTS (Format of Cost Proposal) In preparing cost proposals, the vendor shall furnish and install all equipment described in the RFP, Vendor or vendor's representative shall possess the technical expertise and ability to install equipment to make bicycle lockers fully operable. Bid Item Unit Extended No. Description Quantity Unit Price Price 1 Bicycle Locker 6 EA ~/~rt9q ~2.40~ 2 Bicycle Locker Installation 1 LS Subtotal Tax (8.25%) ~1 ~' ~ - . Shipping and Handling Authorized Signature Position Date J:\reina\RFP-bike locker.doc PROPOSAL COSTS (Format of Cost Proposal) In preparing cost proposals, the vendor shall famish and instal! all equipment described in the RFP. Vendor or vendor's representative shal! possess the technical expertise and ability to install equipment to make bicycle lockers fully operable. NI~ Bicycle Locker Description 2 Bicycle Locker Installation Subtotal Tax (8.25%) Shipping and Handling TOTAL ~ Unit · Uni_~ Pric____~e Extended Price Authorized Signature Position Date J:\reina\RFP-bike locker.doc CITY OF CAMPBELL REQUEST FOR PROPOSALS TO PROVIDE BICYCLE LOCKERS FOR CITY HALL BACKGROUND The City of Campbell has obtained Transportation Development Act (TDA) grant funds to purchase bike lockers for six bicycles at City Hall. Since the lockers will be installed outdoors near City Hall entrances, the bike lockers must be ragged, able to fit the City-owned bikes, and aesthetically pleasing. DESCRIPTION OF EQUIPMENT AND SERVICES TO BE PURCHASED This Request for Proposals (RFP) is for the purchase six bicycle lockers. Vendors shall comply with the specifications and general descriptions when submitting quotations for the City to review: BICYCLE LOCKER SPECIFICATIONS: The specifications are for bike lockers (each locker shall house one bike) and shall conform to following specifications or approved equal: General Description: 1. Each locker shall be rectangular in shape and shall house one bike. 2. The locker shall have superior resistance to corrosion and weathering. Exterior finish shall be textured, graffiti-resistant, and have a high resistance to impacts, scratches, and U.V. damage. Roof of locker shall be crowned to insure water runoff, and all comers shall have a smooth radius finish. o Locker doors must be designed so that the doors do not overlap the frame. Doors and frame must butt at least one inch parallel to each other so that a prying device cannot be inserted between door and frame. Lockers shall withstand without damage a load of 300 lb./s.f, minimum on the roof and 200 lbs/s.f, on the walls and door. Bike lockers shall have an approximate inside dimension of 29" wide, 73" deep and 54" high. 8. Doors must be equipped with number plates #1 through #6. 9. Lockers shall be "ready to use" with no assembly required. 10. Lockers shall be warranted for a minimum of one year against defects in material and workmanship. Locks and lock handles shall be warranted for a minimum of two years. Construction Materials For high impact vinyl or fiberglass: compression molded panels must have a tensile strength of 18,000 psi minimum and impact strength of 22 ft. lbs. Molded panel must conform to U.L. 94 VE-2 fire-resistant rating. ° For molded bike lockers: shall be constructed with escorene HD-8700 high- density polyethylene resins fully formulated for long-term UV stability. o The door hinge must be piano type, fully concealed full length, and stainless steel or approved equal. 4. All exterior comers, joints and seams must be smooth. o Bike lockers must have a leveling system for maintaining vertical and horizontal integrity. Bike lockers shall be secured to concrete pad using stainless steel expansion anchor bolts. o Aluminum alloy materials are not permitted for mechanical or structural assemblies or in contact with the anchoring surface. Locking Device 1. Doors shall be lockable from the outside only. Locking bar must be internal and one piece, making contact with the doorframe at two or more points in locked position. The locking bar must resist an opening force of 1200 lbs. minimum without damage. 3. Locks must be flush-mounted. o Nylon bushings shall be used on locking bar to prevent metal-to-metal contact and the need for lubricants. o Lockers and handle shall be Chicago ACI II, 7-pin tumbler Pop Out "T" handle locks with three keys and removable lock cylinders. Operating keys must be Finish 1. factory restricted to prevent users from duplicating keys; and must be keyed to master key. Contractor shall provide (4) master keys. Exterior finish must be suitable for exterior uses, tough and durable, highly resistant to water wear, acids, solvents, abrasion, salt water and chemicals. 2. If painted surface, minimum paint application is a two-part acrylic urethane coating. 3. Preference will be given to finishes, which are easily cleaned of graffiti markers and spray paint. 4. Exterior color of bike locker is to be "tan". A sample color shall be submitted for approval. Installation Vendor shall install and anchor all bicycle lockers per the manufacturer's recommendation at the predetermined location at City Hall. Vendor shall coordinate the date and time of the delivery, installation and anchoring of the bicycle lockers with the City's engineer and the City's Building Maintenance Supervisor. The vendor shall provide an installation manual complete with a comprehensive description and drawings of the bicycle locker. ITEMS TO BE INCLUDED IN PROPOSAL 1. Four (4) references of customers who have installed your company's bicycle lockers. Include name, telephone number, and agency. 2. Completed cost proposal signed by an authorized person. The cost proposal shall include all equipment listed, installation, shipping and handling, and State sales tax (8.25%). A statement shall be provided that the cost proposal shall be valid for 30 days. 3. Delivery date. It is important that all equipment be delivered in a timely manner. The desired delivery time is 30 days from the time that a purchase order is issued. EVALUATION CRITERIA As indicated, the City will make its decision based not solely on purchase price, but also on the following evaluation criteria: 1. Equipment Features: The equipment shall meet the basic requirements specified in the RFP but the City will consider in its evaluation any additional features and services that can be provided cost-effectively. o Company Experience. The company shall have a proven track record in providing bicycle lockers to other public municipalities/agencies. The City will rely heavily on interviews with existing references to be provided by the vendor. Initial Purchase Price. 4. Compliance with Desired Delivery Schedule. All proposals and accompanying documentation must be received by 4:00 pm on Wednesday, November 13, 2002. All equipment information shall be submitted by mail or courier and should be marked clearly as to its contents. Such materials will not be opened until the bid deadline. Address your questions and proposals to: Mr. Matthew Jue, Traffic Engineer City of Campbell Department of Public Works 70 North First Street Campbell, CA 95008 FAX: 408-376-0958 Voice: 408-866-2154 PROPOSAL COSTS (Format of Cost Proposal) In preparing cost proposals, the vendor shall furnish and install all equipment described in the RFP. Vendor or vendor's representative shall possess the technical expertise and ability to install equipment to make bicycle lockers fully operable. Bid Item Unit Extended No. Description Quantity Unit Price Price 1 Bicycle Locker 6 EA 2 Bicycle Locker Installation 1 LS Subtotal Tax (8.25%) Shipping and Handling TOTAL Authorized Signature Position Date J:\reina\RFP-bike locker.doc AMERICAN BICYCLE SECUE,, Y CO. Div. of Turtle Storage Ltd. P.O, Box 7359 VENTURA, CA 93006 (805) 933-3688 Fax (805) 933-1865 BILL TO: SHIP TO: DATE 12/27/'02 INVOICE NO. 02/320 City of Campbell Finance Department 70 N. First St Campbell Ca 95008 RECEIVED' JAN ! 0 ~003 u.uo wo.x.1 City of Campbell Public Works 70 N. First Street Campbell, Ca Ms. Regina Antonio 408 866 2161 20030349 Net 30 TE ? 12/27/'02 CO TRU... QUANTITY PRICE EAcH AMOUNT 6 LOCI~ERS Model # 301C T Handle Lockers 1,040.00 6,240.00 FREIGHT 600.00 600.00 INSTALLS. Installation 300.00 300.00 Sales Tax 8.25'7o 539.55 RECEIVED JAN - 2003 'FINANCEDEPT, CITY O~F-CAMPBEL¢-/~ ~ ACC T # .q.~5 Thank you for your business. TOTAL $7,679.55 Turtle Storage, Ltd Divisions -~AMERICAN BICYCLE SECURITY CO. Composite Plastic Products Co. Plant: 401 S. Bo~kwith Rd. * Santa Paula * CA * 93060 Mail: P.O. Box 7359 * Ventura * CA 93006-7359 Phone #'s ABSCo. 805-933-3688 or 800-245-3723 * fax 805-933-1865 CPPCo. 805-525-1131 * fax 805-525-3378 DATE JOB # PURCHASE ORDER NUMBER 2..DD~ O.~ 4q JOB ADDRESS / CONTACr / PHONE NUMBER JOB SITE DIREClqONS OR NOTES RECEIVE D WORK DATE(S) PROJECT SUPERVISOR VIA F.O.B. QTY DESCRIFrION OF PRODUCE. AND/OR SER~ QTY QTY BIO ORDERED RETURNS MUST BE APPROVED BY MANUF. & SUBJECT TO RESTOCKING CHARGE White-Accounting canary-Customer Pink-Co. any ' CITY OF CAMPBELL Public Works Department 70 North First Street Campbell, CA 95008 Date: {,/~t~/p~.~ TO: FACSIMILE COVER SHEET V~JT~41~ ) Fax Telephone No. FROM: Number of Pages Transmitted (including this page) m~SSAOE: ~ Transmitted from Fax Phone # (408) 376-0958 If there are any problems with this transmission, please call Dept. Phone No. J :WORMSWAXFORM(WORD)