HomeMy WebLinkAboutA017 - Resolution awarding a contract to Irby Utilities, of Rapid City, SD, for the purchase of steel poles for Electric Services in the amount of $61,008.19ITEM #:19
DATE:12-16-25
DEPT:ELEC
SUBJECT:ELECTRIC DEPARTMENT STEEL POLE PURCHASE
COUNCIL ACTION FORM
BACKGROUND:
This contract is for the purchase of steel light pole components necessary to meet the
anticipated needs of the City's electric distribution system. These poles and materials
are kept on hand to ensure availability, enabling staff to quickly make repairs and
maintain or restore utility services.
Staff issued a Request for Quotation (RFQ) for the restocking of steel light poles. On
December 4, 2025, bids were received as follows:
RESPONDING SUPPLIER RESPONSE TOTAL
(inclusive of tax)
LOCAL CONSIDERATION
ADJUSTMENT
(inclusive of tax)
Irby Utilities of Rapid City, SD $61,008.19
Echo Electric Supply of Ames,
IA $61,648.05 $61,031.57
RESCO of Ankeny, IA $61,654.20
Fletcher Reinhardt Company of
Cedar Rapids, IA $62,287.91
WESCO Distribution of Des
Moines, IA $62,853.20
TOCA LLC of Keller, TX $79,244.20
Electric Distribution Material Bids are evaluated to purchase components at the best
price available. Staff determined the lowest responsive, responsible bid from Irby
Utilities of Rapid City, SD in the amount of $61,008.19 to be acceptable.
There is no budgeted amount for this purchase. The materials will be placed into inventory,
where it will be charged to each specific project as the material is put into service.
ALTERNATIVES:
1. Award the contract to Irby Utilities of Rapid City, SD, for the purchase of steel poles for
Electric Services in the amount of $61,008.19.
2. Direct staff to award the contract to another bidder.
3. Reject the bids.
1
CITY MANAGER'S RECOMMENDED ACTION:
These light poles and components are necessary to meet the anticipated needs of the
City's electric distribution system and are kept on hand to ensure availability, enabling
staff to quickly make repairs and maintain or restore utility services. Alternative 1
provides the necessary components at the best price. Therefore, it is the recommendation
of the City Manager that the City Council adopt Alternative No. 1, as described above.
2