RFB2082 TP15 0204N
User Manual: RFB2082
Open the PDF directly: View PDF .
Page Count: 8
Download | |
Open PDF In Browser | View PDF |
CITY OF TACOMA Page 1 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Return Bids By 11:00 AM, 03/27/2015 to: Jessica Tonka J Tonka TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8332 Fax.253-502-8372 Material will ship to: Tacoma Power Power Warehouse 3628 S 35th Street Tacoma WA 98409 Item # RFQ Information Collective Bid # Bid Issue Date Vendor Number TP15-0204N 03/20/2015 109226 WEB VENDOR FOR RFQ Vendor Information (vendor to complete) Firm Name: Address: City/State/Zip Phone/Fax E-Mail Contact Name Payment Terms Tacoma Bus. Lic. # Taxpayer ID # / / / %, days (e.g. 2% 10,N30) SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BID x________________________________________DATE:____ /____ /________ NAME : _________________________________ TITLE : _________________________________ Material# Delivery Description The City of Tacoma is soliciting bids for electrical supplies. Submittals are accepted by one of the following delivery methods: e-mail, facsimile, or mail. The City accepts no responsibility for transmission errors. ***The City of Tacoma will accept e-mailed bid submittals sent to sendbid@cityoftacoma.org for this solicitation. Please include the Collective Bid Number, TP15-0204N, in the subject line of your e-mail. Bids are subject to the submittal deadline noted in the bid solicitation document. The time of e-mail receipt will be considered as the time of submittal. SUBMITTALS MAY BE MAILED TO ADDRESS ON RFQ OR FAXED TO 253-502-8372. WE ARE UNABLE TO VERIFY RECEIPT OF FAX DUE TO THE LARGE VOLUME OF FAXES RECEIVED. RESPONSES MUST BE SUBMITTED ON THE PROVIDED CITY OF TACOMA BID SOLICITATION FORM. VENDOR SIGNATURE IS Date QTY UM Net Price Total CITY OF TACOMA Page 2 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description MANDATORY. PLEASE EXTEND NET PRICE AND PROVIDE NET TOTAL VALUE. PLEASE CIRCLE OR UNDERLINE THE PART NUMBER AND MANUFACTURER QUOTED OR BID MAY BE CONSIDERED NON-RESPONSIVE. DELIVERY DATE WILL DEFAULT TO TWO WEEKS ARO IF VENDOR FAILS TO PROVIDE. FREIGHT CHARGES MUST BE INCLUDED IN COST OF GOODS. MATERIALS MUST BE NEW AND UNUSED. IF YOUR COMPANY IS NOT AN AUTHORIZED DISTRIBUTOR IN TACOMA PUBLIC UTILITIES REGION FOR A PARTICULAR APPROVED MANUFACTURER, ANY BIDS PROIVDED IN SUCH A SITUATION WILL BE CONSIDERED NONCOMPLIANT. NOTE: On the attached general terms and conditions, item # 9 does not apply to these stock items on this bid. Any equivalents submitted on this bid will be evaluated at a later date for future purchases. UNLESS SPECIFICALLY REQUESTED BY THE CITY, ACCOMPANING VENDOR QUOTES WILL NOT BE REVIEWED. BID RESULTS WILL BE POSTED AT: www.tacomapurchasing.org Note: You must register at this website as a bid holder for each solicitation of interest in order to receive notification regarding amendments or other updates to the original bid solicitation documents. TECHNICAL CONTACT: JENNI RENKEN, 253-502-8760 PURCHASING RELATED QUESTIONS: JESSICA TONKA, 253-502-8332 Date QTY UM Net Price Total CITY OF TACOMA Page 3 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description 10 35414 QTY UM Net Price Date 50 EA 12 EA 200 EA 25 EA INSULATOR,120IN,STRAIN,GUY,FBRGLS INSULATOR, GUY, STRAIN, FIBERGLASS, 120IN FIBERGLASS ROD SECTION LENGTH WITH ULTRAVIOLET PROTECTIVE COATING, 13/16" MIN. DIAMETER, GRAY COLOR, CLEVIS WITH ROLLER BOTH ENDS, END FITTINGS HOT DIP GALVANIZED MALLEABLE IRON OR ALUMINUM ALLOY AND COMPRESSED TO FIBERGLASS ROD AND SEALED TO PREVENT MOISTURE INGRESS, 30,000 LBS BREAKING STRENGTH, AC FLASHOVER VOLTAGE, DRY 900, WET 625. Material # Manf Part# Manufacturer Name 10008253 GCC30120R2 MACLEAN 10008942 FGS30-120RR ALUMA FORM 10003955 CF 695-120R2 HUGHES BROTHERS 20 46181 PLATE,3IN X 3IN,W/4 HOLES,ALUM/CPR PLATE, AL-CU TRANSITION, 3IN X 3IN, WITH FOUR 9/16IN HOLES 1.75IN APART PER FIGURE 4-2 OF NEMA STANDARD CC1, 80% ALUMINUM - 20% COPPER PLATE. Material # Manf Part# Manufacturer Name 10006282 TP-C HUBBELL 10006283 TP3 TRAVIS PATTERN & FOUNDRY 30 19222 CARTRIDGE,YELLOW,POWER BOOSTER BOOSTER, POWER, CARTRIDGE, FOR USE WITH BURNDY WEJTAP CONNECTOR INSTALLATION TOOL, YELLOW, 25 PER BOX. *** NO SUBSTITUTES *** Material # Manf Part# Manufacturer Name 19222 WPBY BURNDY 40 22167 SPLICE,477 AAC - 477 AAC,AUTO CONNECTOR, WIRE, AUTOMATIC COMPRESSION, 477 KCM TO 477 KCM AAC, SPLICE. ********************* NOT ACCEPTABLE: RELIABLE ********************* Total CITY OF TACOMA Page 4 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description Material # 10005670 10005672 50 Manf Part# GL-412 7659 QTY UM Net Price Date Manufacturer Name FARGO MACLEAN 35044 5,000 EA 3,000 EA 10 EA TIE,3/16IN TO 3-1/2IN,CABLE,LARGE TIE, CABLE, NYLON, BLACK, BUNDLING RANGE 3/16 IN TO 3-1/2IN, TENSILE STRENGTH 120 LBS, WIDTH .301, LENGTH 13.38IN, 50 PER PACK. * * * * * * * * * * * NOT ACCEPTABLE: CATAMOUNT #1-14-120-0-C Material # Manf Part# Manufacturer Name 10003026 BT4LH-L0 PANDUIT 10003027 TY-527MX THOMAS & BETTS 60 44448 STAPLES,MOLDING,HOT DIPPED GALV STAPLE, MOULDING HOT DIP GALVANIZED, MINIMUM LENGTH 1-7/8 IN., WIDTH 5/8 IN., WIRE DIAMETER .162 IN. PACKAGED 100 PER BOX. Material # Manf Part# Manufacturer Name 10006251 C205-0217 CHANCE 10006252 CO-2X5/8X.162HDG ELECTRICAL MATERIALS 10006253 SDSG2063162 REDMORE 10006250 J7487-HDG MACLEAN 70 63990 TUBING,1-1/4IN X 48IN,HEAT SHRINK,CLEAR TUBING, 1-1/4IN X 48IN, HEAT SHRINK, CLEAR, DUAL WALL POLYOLEFIN WITH ADHESIVE Material # Manf Part# Manufacturer Name 63990 47-23748-CL NTE Total CITY OF TACOMA Page 5 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description 80 34482 QTY UM Net Price Date 16 EA 360 EA 4 EA 12 EA ARM,24IN,SIDE,FIBERGLASS ARM, SIDE, FIBERGLASS, 24IN FROM POLE TO CENTER OF INSULATOR MOUNTING HOLE, FIBERGLASS ROD SHALL BE ULTRA-VIOLET PROTECTED AND COATED WITH A NEMA BLUE-GRAY COATING CONTAINING ULTRAVIOLET PROTECTIVE INHIBITOR. TO INCLUDE CAPTIVE MOUNTING HARDWARE. WORKING LOADS SHALL BE AS FOLLOWS: VERTICAL 900 LBS., LONGITUDINAL 700 LBS., AND TRANSVERSAL 10,000 LBS. SEE REFERENCE - MATERIAL DRAWING 00750 Material # Manf Part# Manufacturer Name 10001508 G1MDA124ATB MACLEAN 10001511 CF893B-24 HUGHES BROTHERS 10009862 F1CA-MV-A24-C7 ALUMA FORM 90 18987 BELL END,2-1/2IN,CONDUIT,PVC,SCH40 BELL END, FOR 2-1/2IN CONDUIT, PVC, SCH 40, GRAY. Material # Manf Part# Manufacturer Name 10008381 E997K PRIME CONDUIT 10008382 59679 HERITAGE PLASTICS INC 10008383 MEB25 KRALOY 100 20010 HOOK,5-1/2IN,ANCHOR,750 LB MAX CAP HOOK, ANCHOR, 5-1/2 INCH, 750 MAXIMUM CAPACITY. Material # Manf Part# Manufacturer Name 20010 258 KLEIN 110 34550 BOX,4IN SQ,1/2IN & 3/4IN KO,OUTLET BOX, OUTLET, 4S COMBINATION, 2-1/8IN DEEP, WITH EIGHT 1/2IN AND FOUR 3/4IN SIDE KNOCK OUTS, AND THREE 1/2IN AND TWO 3/4IN BOTTOM KNOCK OUTS Material # Manf Part# Manufacturer Name 10001683 4SD-SPL APPLETON 10001684 52171-1/2 & 3/4 STEEL CITY 10001685 232 RACO Total CITY OF TACOMA Page 6 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description 120 34650 QTY UM Net Price Date 25 EA 50 EA 1 RO 1 RO COUPLING,1IN,SET SCREW,CONDUIT,EMT COUPLING, CONDUIT, STEEL, EMT, 1 INCH SET SCREW TYPE. Material # Manf Part# Manufacturer Name 10001965 TWC100-S APPLETON 10001966 242 BRIDGEPORT 10001967 TK-123 STEEL CITY 10001968 2024 RACO 10001969 5100S O.Z. GEDNEY 10001970 462 CROUSE-HINDS 130 35013 STRAP,1/2IN,CONDUIT,EMT STRAP, CONDUIT, 1/2IN, EMT, ONE HOLE, STAMPED STEEL. Material # Manf Part# Manufacturer Name 10002945 4159 THOMAS & BETTS 10002946 2082 RACO 10002947 TWCL-50 APPLETON 10002948 TS101 STEEL CITY 10002949 920S BRIDGEPORT 10002950 8301 REGAL 10002951 OH 012 INDUSTRIAL GASKET 140 52962 TUBING,1IN X 25FT,HEAT SHRINK,CLEAR TUBING, HEAT SHRINK - THIN WALL, CLEAR, 1 INCH DIAMETER, 1 MM THICK, 25 FOOT SPOOL, 2:1 SHRINK RATIO, MINIMUM SHRINK TEMP>90 DEGREE C, MEET UL STANDARD 224 CLASS 2 & 3. Material # Manf Part# Manufacturer Name 10007374 47-11025-CL NTE 10007375 HSC100T300PF BURNDY 150 53180 TUBING,3/4IN X 25FT,HEAT SHRINK,CLEAR TUBING, HEAT SHRINK - THIN WALL, CLEAR, 3/4 INCH DIAMETER, 2 MM THICK, 25 FOOT SPOOL, 2:1 SHRINK RATIO, MINIMUM SHRINK TEMP>90 DEGREE C, MEET UL STANDARD 224 CLASS 2 & 3. Material # Manf Part# Manufacturer Name Total CITY OF TACOMA Page 7 of THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed 8 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000039701 Item # Material# Delivery Description 10007376 10007377 10007378 QTY UM Net Price Total Date HSC34T300PF BURNDY 47-10925-CL NTE HSTT75-QC PANDUIT Net Value Plus Tax at __________% $ $ Total Amount $ CITY OF TACOMA REQUEST FOR QUOTATION GENERAL TERMS AND CONDITIONS 1. Preparation/Submittal of Bids A. All information requested of the Bidder/Proposer must be entered in the appropriate space on the form. Failure to do so may disqualify your bid/proposal. B. All information must be written in ink or typewritten. Mistakes may be crossed out and corrections inserted before submission of your bid/proposal. Corrections shall be initialed in ink by the person signing the bid/proposal. C.Time of delivery must be stated as the number of calendar days following receipt of the order by the Bidder/Proposer to receipt of the goods or services by the City and may be a determining factor in the award of the contract. D.All bids/proposals must be signed by an authorized officer or employee of the Bidder/Proposer. E. The City of Tacoma will not be responsible for any explanation interpretation of the RFB/RFQ/RFP documents, except if made by written addendum. F. Bids/Proposals must be submitted by or prior to the RFB/RFQ/RFP date and time specified. The RFB/RFQ/RFP number, opening date and Buyer must be noted on the face of the envelope if submitted by mail or in person. G.Submission of a facsimile bid/proposal in lieu of a mailed bid/proposal is at the option of the Bidder/Proposer unless otherwise stated in the RFB/RFQ/RFP. The City accepts no responsibility for transmission errors if transmitted by fax. H.All bid/proposal prices must remain firm for acceptance by the City for a period of at least 60 calendar days from the RFB/RFQ/RFP opening date. 2. Bid/ Proposal Withdrawal: No bid/proposal can be withdrawn after having been formally opened by a representative from the City Purchasing Office. 3. Shipping and Delivery: F.O.B. Point/Freight: All prices quoted shall be F.O.B. destination, freight prepaid and allowed. Failure to meet this requirement may result in your bid/proposal being rejected as non-responsive. Deliveries will be accepted between 9:00 a.m. and 3:30 p.m., at the delivery address shown on the front of the RFB/RFQ/RFP, Monday through Friday (except on legal holidays of the City of Tacoma). 4. Payment Terms: Prices will be considered as net 30 if no cash discount is shown. Payment discount periods of twenty (20) calendar days or more will be considered in determining the apparent lowest responsible bid/proposal. Invoices will not be processed for payment nor will the period of the cash discount commence until receipt of a properly completed invoice and until all invoiced items are received and satisfactory performance of the contractor has been attained. If an adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence upon the final approval for payment. 5. Terms and Conditions: All terms and conditions of the City of Tacoma Purchase Order form shall apply to contracts resulting from this RFB/RFQ/RFP. 6. Taxes: A. The City of Tacoma is exempt from Federal excise tax. B. The City of Tacoma is subject to Washington State Sales Tax. C.Section 6A.30.060 of the Tacoma Municipal Code (TMC) provides that all transactions with the City of Tacoma, wherever consummated, are subject to the City's Business and Occupation Tax. It is the responsibility of the Bidder/Proposer awarded the Contract to register with the City of Tacoma's Finance, Tax and License Division, 733 Market Street, Room 21, Tacoma, WA 98402-3768, 253-591- 5252. The City's Business and Occupation Taxamount shall not be shown separately but shall be included in the unit and/or lump sum prices bid. D.Do not include Washington State Sales Tax or Federal Excise Tax in the prices quoted. Bidder/Proposer is responsible to determine the correct sales tax rate to be paid and include it in the appropriate blank on the RFB/RFQ/RFP page. 7. Increase or Decrease in Quantities/Extensions: The City reserves the right to increase or decrease the quantities of any item under this contract and pay according to the unit price in the RFB/RFQ/RFP. Unless otherwise specified in the solicitation, contracts resulting from this RFB/RFQ/RFP are subject to extension by mutual agreement at the same prices, terms and conditions. 8. Evaluation of Bids/Awards: A. The City reserves the right to: (1) award bids/proposals received based on individual items or groups of items, or on the entire list of items (2) to reject any or all bids/proposals or any part thereof, and if necessary, call for new bids/proposals (3) to waive any informality in the bids/proposals, and (4) to accept the bid/proposal that is the lowest and the best bid/proposal in the interest of the City of Tacoma. B. The City reserves the right to correct ambiguities and obvious errors in the Bidder/Proposer's proposal. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern. C.In the evaluation of bids/proposals, the Bidder's/Proposer's experience, delivery time, and responsibility in performing other contracts will be considered. In addition, the bid/proposal evaluation factors set forth in TMC Section 1.06.253 may be considered by the City as well as the tax revenue the City would receive from purchasing item(s) from a supplier or suppliers located inside or outside the boundaries of the City of Tacoma. 9. Approved Equivalents: A. Unless an item is indicated "No Substitute," special brands, when named, are intended to describe the standard of quality, performance or use desired. Equivalent items will be considered by the City, provided that the Bidder/Proposer specifies the brand and model, and provides all descriptive literature, independent test results, product samples, etc., to enable the City to evaluate the proposed "equivalent." B. The decision of the City as to what items are equivalent shall be final and conclusive. If the City elects to purchase a brand represented by the Bidder/Proposer to be an "equivalent," the City's acceptance of the item will be conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is determined not to be an equivalent, the item shall be returned at the Bidder/Proposer's expense and the contract canceled without any liability whatsoever to the City. C.When a brand name or level of quality is not stated by the Bidder/Proposer, it is understood the offer is exactly as specified. If more than one brand name is specified, Bidder/Proposer must clearly indicate the brand and model/part number being bid/proposed. 10. Warranties/Guarantee: Bidder/Proposer warrants that all materials, equipment and/or services provided as a result of the RFB/RFQ/RFP shall be fit for the purpose(s) for which intended, for merchantability, and shall conform to the requirements and specifications of the RFB/RFQ/RFP; all items comply with all applicable safety and health standards established for such products by the Washington Industrial Safety and Health Act (WISHA), RCW Chapter 49.17, the U.S. Occupational Safety and Health Act (OSHA) and/or Consumer Products Safety Act, and all other applicable federal laws or agency rules; all items are properly packaged; and all appropriate instructions or warnings are supplied including any applicable MSDS sheets. 11. Legal Disputes: The sole venue of any legal action arising out of the Contract or any bids submitted in response to this RFB/RFQ/RFP shall be in the Pierce County Superior Court for the State of Washington and the interpretation of the terms of the Contract shall be governed by the laws of the State of Washington. 12. Contract Compliance Forms: TMC requires Bidder/Proposer's to submit proof and/or documentation of compliance with the City's requirements for equal economic opportunity and solicitation of Historically Underutilized Business subcontractors. If compliance forms are included with this RFB/RFQ/RFP, they must be fully and accurately completed and submitted at time of RFB/RFQ/RFP opening. Failure to do so may result in the bid/proposal being declared non-responsive. For compliance questions contact the City's Contract Compliance Office 747 Market Street, Tacoma, WA 98402, 253-591-5825. 13. Code of Ethics: TMC, Chapter 1.46, provides standards for certain unethical conduct by others including bidders and contractors. Violation of the City's code of ethics shall constitute a breach of contract, and will be grounds for termination of this contract. 14. Prevailing Terms and Conditions: Bidder/Proposer acknowledges and agrees that the terms and conditions stated herein shall control and prevail over any other conflicting terms and conditions Bidder/Proposer may present in connection with this Contract. Revised: 03/2006
Source Exif Data:
File Type : PDF File Type Extension : pdf MIME Type : application/pdf PDF Version : 1.3 Linearized : No XMP Toolkit : Adobe XMP Core 5.4-c005 78.147326, 2012/08/23-13:03:03 Format : application/pdf Creator : JTONKA Create Date : 2015:03:20 08:24:37 Creator Tool : Form ZMM_SCR_RFQ EN Modify Date : 2015:03:20 08:32:14-07:00 Metadata Date : 2015:03:20 08:32:14-07:00 Producer : SAP NetWeaver 740 Document ID : uuid:6c93e343-b345-4d3c-9a4a-93801563f13f Instance ID : uuid:b13f192d-c5d6-4ce6-8387-531de567d276 Page Mode : UseNone Page Count : 8 Author : JTONKAEXIF Metadata provided by EXIF.tools