Operating Supplies (Stock)

expired opportunity(Expired)
From: Tacoma(City)
TP23-0084N

Basic Details

started - 22 Mar, 2023 (13 months ago)

Start Date

22 Mar, 2023 (13 months ago)
due - 29 Mar, 2023 (12 months ago)

Due Date

29 Mar, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
TP23-0084N

Identifier

TP23-0084N
City of Tacoma

Customer / Agency

City of Tacoma
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Delivery date will default to two weeks ARO if vendor fails to provide. Please Circle or underline the part number and manufacturer quoted or bid may be considered non-responsive. If applicable, you must select from the approved manufacturer(s) listed. Substitutions will not be approved at the time of the bid awarding. If you have a material that you would like to have added, it must be submitted for review and approved by the City of Tacoma's Material Committee before the bid issue date listed on this request for quotation. For more information regarding this process, please contact: Merry Mitchell, mmitchell@cityoftacoma.org Responses MUST BE SUBMITTED on the provided City of Tacoma bid solicitation form. Vendor signature is MANDATORY. Bid results will be posted at: http://www.cityoftacoma.org/government/ci
ty_departments/finance/procurement_and_payables_division/purch asing/bid_results/ 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. City Contact: Merry Mitchell, mmitchell@cityoftacoma.org 10 34834 56 EA LUMINAIRE,400W,LED LUMINAIRE, LED, FLOODLIGHT STYLE. MULTIVOLTAGE 120V-277V. COLOR TEMPERATURE 4000K, WITH PAINTED YOKE AND FIXTURE, GRAY IN COLOR. WITH 3 OR 7 PIN ANSI C136.1 PHOTOCONTROL RECEPTACLE. 6 FOOT, 14-3 CORD. Material # Manf Part# Manufacturer Name 10002422 EFM1010DD65740AAT1GRAYLR006 GENERAL ELECTRIC 10012110 MP-FL130UW40STSRPC-C MAXLITE CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Item # Material# Delivery QTY UM Net Price Total Description Date Page 2 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 20 18944 96 EA CROSSARM,11FT HVY,FIR CROSSARM, 11 FT HEAVY, DOUGLAS FIR, 5-3/4IN X 5-3/4IN X 11FT, 4 PIN, FULLY PRESSURE TREATED WITH PENTACHLOROPHENAL AWPA STD P35 OR DCOI AWPA STD P39, MEETS AWPA STDS U1 AND T1 SAWN PRODUCTS USE CATEGORY 3B, MANUFACTURED PER ANSI STANDARD O5.3 INCLUDING 3/8 INCH CHAMFER, REFER TO TACOMA POWER CONSTRUCTION STANDARD A-OH-1300 FOR DIMENSIONS AND HOLE SPACING/DIAMETERS, ALL CROSSARMS MUST BE SHIPPED ON FLATBED TRAILERS - NO ENCLOSED TRAILERS, MSDS MUST BE PROVIDED WITH FIRST SHIPMENT CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Item # Material# Delivery QTY UM Net Price Total Description Date Page 3 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 30 53966 1 EA SWITCH W/COMBINED CONTROLLER,2-600A PW SWITCH, SUBMERSIBLE, 15KV, 600 AMP, "9" CONFIGURATION W/ 2-600A PROTECTED WAYS, REQUIRED MOUNTING FRAME INCLUDED. THE SWITCH SHALL HAVE TWO 600 AMP SWITCHED WAYS (WITH MOTOR OPERATORS) AND TWO 600 AMP PROTECTED WAYS (1000:1 CT'S) WITH VACUUM INTERRUPTERS; THEY SHALL BE COMPLETE WITH 600 AMP DEADBREAK BUSHINGS, AS REQUIRED. ALL WAYS SHALL BE EQUIPPED WITH PROVISIONS FOR THREE PHASE SWITCHING. THE TANK AND ALL ACCESSORY ENCLOSURES SHALL BE STAINLESS STEEL. THE MOUNTING FRAME SHALL BE GALVANIZED STEEL. ALL ACCESSORY ENCLOSURES SHALL BE NEMA "4X" MINIMUM. SF6 SWITCHES SHALL INCLUDE GAS DENSITY MONITORS. ALL REQUIRED CONTROL AND INDICATION CABLING SHALL BE INCLUDED. SWITCH TO INCLUDE COMBINED AUTOMATIC TRANSER AND MULTIWAY WITH SCADA CAPABILITIES CONTROLLER ATC451-5-CT. *** NO SUBSTITUTE *** NOTE: THIS PRODUCT COMBINES TPU MATERIALS 46103 (2-600 PW) & 46105 (AUTO XFER CONTROLLER) & 46104 (MULTIWAY, SCADA CAPABLE CONTROLLER) INTO A SINGLE COMPONENT. Material # Manf Part# Manufacturer Name 53966 VLPF142-376-12-9F-TP3 WITH ATC451-5-CT G & W CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Item # Material# Delivery QTY UM Net Price Total Description Date Page 4 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 40 22235 100 EA INSULATOR,30,000 LB,115KV,DEADEND,COMP INSULATOR, DEADEND, 115 KV, COMPOSITE, 30,000 LB SPECIFIED MECHANICAL LOAD MINIMUM, ROD DIAMETER TO BE 18MM MINIMUM, Y-CLEVIS TO BALL, BALL TO MEET ANSI 52-5, Y-CLEVIS AT POLE ATTACHING END WITH 3/4IN MAXIMUM DIAMETER PIN, END FITTINGS SHALL BE OF THE COMPRESSION TYPE, POLE TO CONDUCTOR LENGTH TO BE 46.0 INCH TO 49.0 INCH MINIMUM CRITICAL IMPULSE FLASHOVER POSITIVE 595 KV,NEGATIVE 630KV, MINIMUM LEAKAGE DISTANCE 105IN, MINIMUM, 60HZ DRY FLASHOVER 60 KV. MINIMUM DRY ARC DISTANCE OF 35IN Material # Manf Part# Manufacturer Name 10010930 SDGL033-A2700 ADVANCED RUBBER PRODUCTS 10010790 HCS115-135 DALIAN HIVOLT POWER SYSTEM CO LTD 10006131 302-SL280-YJ-S NGK-LOCKE INC 10011902 CS3-047-YB-105-A1 LAPP 50 18940 200 EA CROSSARM,11FT STD,FIR CROSSARM, 11 FT STANDARD, DOUGLAS FIR, 3-3/4IN X 4-3/4IN X 11FT, 4 PIN, FULLY PRESSURE TREATED WITH PENTACHLOROPHENAL AWPA STD P35 OR DCOI AWPA STD P39, MEETS AWPA STDS U1 AND T1 SAWN PRODUCTS USE CATEGORY 3B, MANUFACTURED PER ANSI STANDARD O5.3 INCLUDING 3/8 INCH CHAMFER, REFER TO TACOMA POWER CONSTRUCTION STANDARD A-OH-1300 FOR DIMENSIONS AND HOLE SPACING/DIAMETERS, ALL CROSSARMS MUST BE SHIPPED ON FLATBED TRAILERS - NO ENCLOSED TRAILERS, MSDS MUST BE PROVIDED WITH FIRST SHIPMENT CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Item # Material# Delivery QTY UM Net Price Total Description Date Page 5 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 60 18941 200 EA CROSSARM,8FT STD,FIR CROSSARM, 8 FT STANDARD, DOUGLAS FIR, 4-1/2IN X 3-1/2IN X 8FT, 4 PIN, FULLY PRESSURE TREATED WITH PENTACHLOROPHENAL AWPA STD P35 OR DCOI AWPA STD P39, MEETS AWPA STDS U1 AND T1 SAWN PRODUCTS USE CATEGORY 3B, MANUFACTURED PER ANSI STANDARD O5.3 INCLUDING 3/8 INCH CHAMFER, REFER TO TACOMA POWER CONSTRUCTION STANDARD A-OH-1300 FOR DIMENSIONS AND HOLE SPACING/DIAMETERS, ALL CROSSARMS MUST BE SHIPPED ON FLATBED TRAILERS - NO ENCLOSED TRAILERS, MSDS MUST BE PROVIDED WITH FIRST SHIPMENT 70 18945 20 EA CROSSARM,13 FT HVY,FIR CROSSARM, 13 FT HEAVY, DOUGLAS FIR, 7IN X 5IN X 13FT, 6 PIN, FULLY PRESSURE TREATED WITH PENTACHLOROPHENAL AWPA STD P35 OR DCOI AWPA STD P39, MEETS AWPA STDS U1 AND T1 SAWN PRODUCTS USE CATEGORY 3B, MANUFACTURED PER ANSI STANDARD O5.3 INCLUDING 3/8 INCH CHAMFER, REFER TO TACOMA POWER CONSTRUCTION STANDARD A-OH-1300 FOR DIMENSIONS AND HOLE SPACING/DIAMETERS, ALL CROSSARMS MUST BE SHIPPED ON FLATBED TRAILERS - NO ENCLOSED TRAILERS, MSDS MUST BE PROVIDED WITH FIRST SHIPMENT CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Item # Material# Delivery QTY UM Net Price Total Description Date Page 6 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 80 18946 10 EA CROSSARM,13FT STD,FIR CROSSARM, 13 FT STANDARD, DOUGLAS FIR, 5-3/4IN X 4-3/4IN X 13 FT, 6 PIN, FULLY PRESSURE TREATED WITH PENTACHLOROPHENAL AWPA STD P35 OR DCOI AWPA STD P39, MEETS AWPA STDS U1 AND T1 SAWN PRODUCTS USE CATEGORY 3B, MANUFACTURED PER ANSI STANDARD O5.3 INCLUDING 3/8 INCH CHAMFER, REFER TO TACOMA POWER CONSTRUCTION STANDARD A-OH-1300 FOR DIMENSIONS AND HOLE SPACING/DIAMETERS, ALL CROSSARMS MUST BE SHIPPED ON FLATBED TRAILERS - NO ENCLOSED TRAILERS, MSDS MUST BE PROVIDED WITH FIRST SHIPMENT CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Net Value $ Plus Tax at __________% $ Total Amount $ Item # Material# Delivery QTY UM Net Price Total Description Date Page 7 of 7 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000052256 Standard Terms & Conditions, Form No. SPEC-190A Page 1 of 19 Rev.: 07/21/2022 CITY OF TACOMA STANDARD TERMS AND CONDITIONS GOVERNS BOTH GOODS AND SERVICES AS APPLICABLE In the event of an award by the City, these Terms and Conditions stated herein, Additional Contract Documents if issued, Solicitation if issued, Purchase Orders if issued by City, and Supplier's Submittal, if provided, shall constitute the Contract between City and Supplier for the acquisition of goods, including materials, supplies, and equipment or for the provision of services and deliverables. Said documents represent the entire Contract between the parties and supersede any prior oral statements, discussions, or understandings between the parties, and/or subsequent Supplier invoices. No modification of the Contract shall be effective unless mutually agreed in writing. The specific terms and conditions of any Solicitation (Specification, Request for Bids, Request for Proposals, Requests for Qualifications, Requests for Quotations, Request for Information, bid documents, request to enter into negotiations, or other form of solicitation issued by City including any general, special, or technical provisions associated with such Solicitations) are incorporated herein by reference and supersede these Terms and Conditions where there is conflict or inconsistency. In the event Additional Contract Documents are negotiated and agreed to in writing between Supplier and City, the specific terms of such Additional Contract Documents are incorporated herein by reference and supersede all other terms and conditions where there is conflict or inconsistency. These Terms and Conditions, Additional Contract Documents if issued, Solicitation if issued, City purchase order if issued, are controlling over Supplier’s Submittal if a Submittal is provided. Submittals if provided are incorporated herein by reference. 1.01 SUPPLIER / CONTRACTOR As used herein, “Supplier” or "Contractor" shall be the Supplier(s) entering a Contract with City, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise. 1.02 SUBMITTAL Submittal means Bids, Proposals, Quotes, Qualifications or other information, content, records or documents submitted in response to a City Solicitation. 1.03 FORMS OF SUBMITTAL Unless stated otherwise, all submittals must be in SAP Ariba and submitted exactly as specified or directed, and all required forms must be used. 1.04 COSTS TO PREPARE SUBMITTAL The City is not liable for any costs incurred by Supplier for the preparation of materials or a Submittal provided in response to a solicitation, conducting presentations to the City, or any other activities related to responding to the City’s Solicitation. 1.05 LICENSES/PERMITS A. Suppliers, if applicable, must have a Washington state business license at the time of Submittal and throughout the term of the Contract. Failure to include a Washington state business license may be grounds for rejection of the Submittal or cancellation of contract award. Information regarding Washington state business licenses may be obtained at http://bls.dor.wa.gov. B. Upon award, it is the responsibility of the Supplier to register with the City of Tacoma's Tax and License Division, 733 South Market Street, Room 21, Tacoma, WA 98402-3768, 253-591-5252, https://www.cityoftacoma.org/government/city_departments/finance/tax_and_license/. Supplier shall obtain a business license as is required by Tacoma Municipal Code Subtitle 6C.20. C. During the term of the Contract, Supplier, at its expense, shall obtain and keep in force any and all necessary licenses and permits. http://bls.dor.wa.gov/ https://www.cityoftacoma.org/government/city_departments/finance/tax_and_license/ Standard Terms & Conditions, Form No. SPEC-190A Page 2 of 19 Rev.: 07/21/2022 1.06 PUBLIC DISCLOSURE: PROPRIETARY OR CONFIDENTIAL INFORMATION A. Supplier Submittals, all documents and records comprising the Contract, and all other documents and records provided to the City by Supplier are deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, City may be required, upon request, to disclose the Contract and documents or records related to it unless an exemption under the Public Records Act or other laws applies. In the event CITY receives a request for such disclosure, determines in its legal judgment that no applicable exemption to disclosure applies, and Supplier has complied with the requirements to mark records considered confidential or proprietary as such requirements are stated below, City agrees to provide Supplier 10 days written notice of impending release. Should legal action thereafter be initiated by Supplier to enjoin or otherwise prevent such release, all expense of any such litigation shall be borne by Supplier, including any damages, attorneys’ fees or costs awarded by reason of having opposed disclosure. City shall not be liable for any release where notice was provided and Supplier took no action to oppose the release of information. B. If Supplier provides City with records or information that Supplier considers confidential or proprietary, Supplier must mark all applicable pages or sections of said record(s) as “Confidential” or “Proprietary.” Further, in the case of records or information submitted in response to a Request for Proposals, an index must be provided indicating the affected pages or sections and locations of all such material identified Confidential or Proprietary. Information not included in the required index will not be reviewed for confidentiality or as proprietary before release. If Supplier fails to so mark or index Submittals and related records, then the City, upon request, may release said record(s) without the need to satisfy the requirements of subsection A above; and Supplier expressly waives its right to allege any kind of civil action or claim against the City pertaining to the release of said record(s). C. Submission of materials in response to City’s Solicitation shall constitute assent by Supplier to the foregoing procedure and Supplier shall have no claim against the City on account of actions taken pursuant to such procedure. 1.07 SUSTAINABILITY A. The City has interest in measures used by its contractors to ensure sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals. B. The City encourages the use of environmentally preferable products or services that help to minimize the environmental and human health impacts of City operations. Suppliers are encouraged to incorporate environmentally preferable products or services into Submittals wherever possible. "Environmentally preferable" means products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. C. Environmental Standards. The City seeks to ensure that all purchases comply with current environmental standards and product specifications. Where appropriate, third party independent certifiers such as Green Seal and USEPA Standards shall be a minimum specification for products to the City, unless specified otherwise herein. D. The City encourages the use of sustainability practices and desires any awarded Suppliers to assist in efforts to address such factors when feasible for: 1. Pollutant releases 2. Toxicity of materials used 3. Waste generation 4. Greenhouse gas emissions, including transportation of materials and services 5. Recycle content 6. Energy consumption 7. Depletion of natural resources 8. Potential impact on human health and the environment Standard Terms & Conditions, Form No. SPEC-190A Page 3 of 19 Rev.: 07/21/2022 1.08 ALTERATIONS NOT ALLOWED Except as otherwise specifically provided in a Solicitation, Submittals that are incomplete or conditioned in any way, contain erasures, alternatives or items not called for, or not in conformity with law, may be rejected as being non-responsive. Any attempt to condition a Submittal by inserting exceptions to the Solicitation or any conditions, qualifications or additions that vary its terms may result in rejection of the Submittal. The City may reject any submittal containing a material deviation from the Solicitation. 1.09 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS A. The City reserves the right to correct obvious errors in Supplier's Submittal. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern. B. Supplier shall notify the City of Tacoma Procurement and Payables Division in writing of any ambiguity, conflict, discrepancy, omission or other error in a Solicitation no later than five business days prior to the submittal deadline. 1. For solicitations conducted in SAP Ariba, Supplier shall notify the City of Tacoma Procurement and Payables Division on the message board of the event. 2. For all other solicitations, Supplier shall notify the contract person listed in the Solicitation. C. The City will make necessary modifications by addendum. D. Supplier is responsible for identifying ambiguities, conflicts, discrepancies, omissions or other errors in the Solicitation prior to providing its Submittal or the ambiguity, conflict, discrepancy, omission, or other error is waived. Any Submittal that includes assumed clarifications and/or corrections without the required authentication of the same is subject to rejection. 1.10 WARRANTIES/GUARANTEE A. Suppliers warrant that all items, including services, as applicable: 1. Are merchantable. 2. Comply with the City's latest drawings and specifications. 3. Are fit for the City's intended use. 4. Will be performed according to the skill and care required by customarily accepted good practices and procedures followed by service providers rendering the same or similar type of service. 5. Are new and unused unless otherwise stated. 6. Comply with all applicable safety and health standards established for such products by the Occupational Safety and Health Administration (OSHA), Washington Industrial Safety and Health Act (WISHA) and/or Consumer Products Safety Act (CPSA), and all other applicable state and federal laws or agency regulations. 7. Are properly packaged and contain appropriate instructions or warnings, including applicable MSDS sheets. 1.11 PATENTS, TRADEMARKS AND COPYRIGHTS Suppliers warrant that equipment and/or materials furnished, including software, do not infringe on any patent, trademark or copyright, and agree to indemnify, defend and hold harmless, the City in the event of any infringement or claim thereof. 1.12 DELIVERY OF SUBMITTALS TO THE CITY’S PROCUREMENT AND PAYABLES DIVISION A. Submittal packages must be received by the City’s Procurement and Payables Division in SAP Ariba (unless another form of delivery is stated), prior to the scheduled time and date stated in the Solicitation. B. Supplier is solely responsible for timely delivery of its Submittal. C. Submittals received after the time stated in the solicitation will not be accepted. D. For purposes of determining whether a Submittal has been timely received in SAP Ariba, the City's Procurement and Payables Division will rely on the submittal clock in SAP Ariba.

747 Market Street Tacoma, Washington 98402Location

Address: 747 Market Street Tacoma, Washington 98402

Country : United StatesState : Washington

You may also like

Operating Supplies, Industrial Supplies and Related Products 1091289--

Due: 14 Feb, 2025 (in 10 months)Agency: Department of General Services

Industrial/Janitorial Supplies (MRO) - Veritiv Operating Company

Due: 30 Jun, 2024 (in 2 months)Agency: Fort Hays State University

MAINTENANCE, REPAIR, OPERATING SUPPLIES(MRO)

Due: 30 Jun, 2024 (in 2 months)Agency: Department of General Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.