RFB2082 TP15 0204N

User Manual: RFB2082

Open the PDF directly: View PDF PDF.
Page Count: 8

DownloadRFB2082 TP15-0204N
Open PDF In BrowserView 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                          : JTONKA
EXIF Metadata provided by EXIF.tools

Navigation menu