Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Bid Invitation (1)8283
Overhead Conductors
Issue Date:6/26/2023
Questions Deadline:7/5/2023 01:00 PM (CT)
Response Deadline:7/12/2023 01:00 PM (CT)
Denton - Purchasing
Contact Information
Contact:Christina Dormady
Address:Buyer
901-B Texas Street
Denton, TX 76209
Phone:(940) 349-7100
Email:christina.dormady@cityofdenton.com
Deadline: 7/12/2023 01:00 PM (CT)8283Page 1 of 30 pages
Event Information
Number:8283
Title:Overhead Conductors
Type:Request for Proposal
Issue Date:6/26/2023
Question Deadline:7/5/2023 01:00 PM (CT)
Response Deadline:7/12/2023 01:00 PM (CT)
Notes:
The City highly recommends that respondents do not wait until minutes before the due date and
time to submit proposal.
The submittal process may take significant time.
Submissions accepted via IONWAVE or hard copy ONLY (no emails).
Questions must be submitted by the deadline via IONWAVE only (no emails/no phone calls)
The City of Denton (the City) is requesting submissions to contract with an individual or business with
considerable experience in providing goods or services of this solicitation. The responses and the cost
solutions shall be submitted to the City of Denton in a sealed submission.
The awarded individual or business shall possess a proven track record of using innovative approaches to
providing goods and services that represent the best value to their clients. The awarded individual or
business shall have the ability to accomplish all aspects of the requested services. The selected individual
or firm should be able to provide innovative methods to deal with municipal challenges, and cost effective
solutions.
A firm may submit a solicitation response for one or more of the categories of product or services
requested in this solicitation.
It is the intent of the entity to consider interlocal cooperative agreements and state/federal contracts in
determining the best value for the entity.
Ship To Information
Address:901B Texas Street
Denton, TX 76209
Billing Information
Contact:City of Denton
Address:Accounts Payable
215 E McKinney St
Denton, TX 76201-4299
Bid Attachments
8283 OH Dist. Conductors-Tech Specs RK CJ FINAL.pdf Download
Specifications Sheet
8283 ADJUSTMENT CALCULATOR - Sample.xlsx Download
Monthly Adjustment Calculator
Deadline: 7/12/2023 01:00 PM (CT)8283Page 2 of 30 pages
Sample Commodities Contract.pdf Download
Sample Contract
Insurance Requirements Overhead Conductors - 8283.pdf Download
Insurance Requirements
SAFETY RECORD QUESTIONNAIRE.docx Download
Safety Record Questionairre
1295 Form Instructions.pdf Download
1295 Form Instructions
Conflict of Interest Questionnaire - CIQ.pdf Download
Conflict of Interest Questionaire
Substitute_W-9_Form_10.18.18.pdf Download
Substitute W-9 Form
Requested Attachments
Invoice Example
(Attachment required)
Please attach an example of your invoice based on the City requirements in Attribute 6
Insurance Certificate
(Attachment required)
Please Attach Valid Insurance Certificate
Conflict of Interest Questionnaire
(Attachment required)
The individual or business must disclose any business relationship that would have an effect, of a conflict of interest. Please attach a signed
copy of the conflict of interest questionnaire.
Secretary of State Certificate
(Attachment required)
To do business with the City of Denton you are required to be registered at the State of Texas, please attach proof of registration. If your
company is exempt, please attach your Exemption Certificate.
Bid Attributes
1 SECTION 1
General Information
2 Contract Term
It is the intention of the City of Denton to award a contract for one (1) year, effective from date of award. The City and the Supplier shall
have the option to renew this contract for an additional four (4) one-year periods.
The Contract shall commence upon the issuance of a Notice of Award/Issuance of Purchase Order by the City of Denton. At the sole
option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6) months.
Deadline: 7/12/2023 01:00 PM (CT)8283Page 3 of 30 pages
3 Pricing
Unit Pricing shall include all fees and costs to provide the goods and services to the City. Unit pricing for goods shall include delivery costs,
F.O.B. Destination
Firm Price
Pricing and discounts submitted are firm for the initial one-year period specified in the solicitation. Price decreases are allowed at any time.
Price increases shall only be considered as stipulated below in "PRICE ADJUSTMENTS".
Price Decreases/Discount Increases
Respondents are required to immediately implement any price decrease or discount increase that may become available. The City of
Denton must be notified in writing for updating the contract.
Deadline: 7/12/2023 01:00 PM (CT)8283Page 4 of 30 pages
4 Price Adjustments
Price Adjustments
The City of Denton will implement an escalation/de-escalation metals price adjustment at time of order acceptance by the manufacturer
using the prior month’s metal average. The escalation/de-escalation will be based upon the following metal bases:
Aluminum Base = LME with Midwest Adder
The metal bases shown below were taken from Date and will be used as the reference metal basis for the proposal evaluation and award:
AL base at $XXX per CWT
The price of each product will be increased or decreased based upon the following metals adjustment formulas:
AL priced per CWT:
Unit price adjustment = (%Aluminum content) x (Amount of increase or decrease of the Aluminum Metal Base / CWT)
Copper Base = LME with Midwest Adder
The metal bases shown below were taken from Date and will be used as the reference metal basis for the proposal evaluation and award:
CU base at $XXX per LB
The price of each product will be increased or decreased based upon the following metals adjustment formulas:
CU priced per LB:
Unit price adjustment = (%Copper content) x (Amount of increase or decrease of the Copper Metal Base / LB)
Should the change exceed or decrease a minimum threshold value of +/-1%, then the stated eligible prices shall be adjusted in accordance
with the unit price change adjustment derived from the above formulas. It is the Vendor’s or the City’s responsibility to request a price
adjustment at the time of each order in writing. If no request is made prior to order acceptance by the manufacturer, then it will be assumed
that the original proposed price will be in effect. The vendor must submit or make available the manufacturer’s pricing sheet used to
calculate the proposal which includes the percent of each type of metal in all products, to participate in the escalation/de-escalation clause.
Should any manufacturer utilize their own proprietary or alternate metals index, any unit price adjustments requested will be verified by the
City of Denton and if found valid then the adjustments will be pro-rated against the LME and COMEX metal bases described above.
“The City has created a Price Adjustment Calculator spreadsheet based upon pricing and metal content. This spreadsheet will
be used to determine cable pricing each month. The spreadsheet is included as Exhibit A to RFP 8283.”
The City will consider alternate third party indices if the proposer submits the alternate with the proposal. The alternate index
will be reviewed and considered in the evaluation.
The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number.
The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes.
5 Product Literature
Complete descriptive literature for each proposed item to include outline drawings, nameplate data and verification of other ratings.
Deadline: 7/12/2023 01:00 PM (CT)8283Page 5 of 30 pages
6 Invoices
A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial
shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, the purchase order or delivery order number and the master agreement number
if applicable, the Department’s Name, and the name of the point of contact for the Department. Invoices shall be itemized and
transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be
attached to the invoice. The Contractor’s name, remittance address and, if applicable, the tax identification number on the invoice must
exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the
remittance address specified on the Contractor’s invoice.
C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices
shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be
limited to hours actually worked at the work site.
D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses
at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption
certificate upon request.
A sample invoice must be submitted with this solicitation
Acknowledge
(Required: Check if applicable)
7 Cooperative Purchasing Agreement
As permitted under Interlocal Cooperation Act C Texas Government Code, Chapter 791, other governmental entities may wish to also
participate under the same terms and conditions contained in this contract. The governmental entities will have the option to use the
pricing as agreed to within the resulting contract. Governmental entities will issue their internal purchase orders directly to the
contractor(s).
Yes No (Please Select)
(Required: Check only one)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 6 of 30 pages
8 Submittal Instructions
The City of Denton will accept electronic in Ionwave or hard copy submittals until the date and time on the cover sheet of this solicitation.
Any submission received after the date and/or hour set for solicitation opening will be returned unopened. The City will not allow late
submissions due to technical difficulties. Each respondent is responsible for taking the necessary steps to ensure their submission is
received by the date and time noted herein. The City is not responsible for technical difficulties that may result in the submission arriving
after the set time.
Hard copy submissions may be hand delivered (by firm or express courier) to the address listed below:
City of Denton
Materials Management
SOLICITATION NUMBER AND NAME
901B Texas Street
Denton, TX 76209
The City of Denton reserves the right to accept or reject in part or in whole any submission, and to waive technicalities of the submission,
in the best interest of obtaining best value for the City.
Each respondent is responsible for taking the necessary steps to ensure their submission is received by the date and time noted herein.
The City is not responsible for missing, lost or late mail or any mail delays, internal or external, that may result in the submission arriving
after the set time.
HARD COPY SUBMISSION FORMAT
Respondents shall provide detailed information to allow the City to properly evaluate the submission. The City requests the following
format be used:
1. Hard copy submissions shall be bound only utilizing a staple or binder clip. Do not submit responses in a binder or file folder.
2. Submission shall be no more than 200 pages in length
3. Utilize tabs to identify exhibits and attachments
4. Hard Copy Submittals shall include one (1) original signed by an officer authorized to bind the firm
5. Submit response, before the published due date. Hard copy submittals must be in a sealed envelope with the solicitation number
and name.
6. The submission shall include the following:
a. Completed Bid Invitation
b. Pricing Sheet
c. Safety Record (if applicable form will be attached)
d. Conflict of Interest Questionnaire
e. Appendices may be used for additional documentation or clarification at the respondent's option
f. USB flash drive with all submittal documents
Deadline: 7/12/2023 01:00 PM (CT)8283Page 7 of 30 pages
9 Evaluation Procedures
Selection of a firm(s) to provide the aforementioned materials and services shall be in accordance with the City of Denton Purchasing Policies
and procedures. The City of Denton shall open all submissions and evaluate each respondent in accordance to the below criteria:
Step 1: The City of Denton will evaluate the submission in accordance with the selection criteria and will rank the firms on the basis of the
submittals. The City of Denton, reserves the right to consider information obtained in addition to the data submitted in the response. The
selection criterion is listed below:
Delivery/Project Schedule (FACTOR: 30%)
Ability to timely start and complete project. This includes the schedule to complete project and may include ability to meet required
milestones of completion. For supplies, the estimated delivery after receipt of order.
Compliance with specifications, quality, reliability, characteristics to meet stated or implied needs (FACTOR: 20%)
Compliance with the stated specification(s) coupled with the quality and reliability of the goods and services such as fitness for use that
meets or exceeds Owner's expectations and the characteristics of the product or service that bear on its ability to meet the stated/implied
needs.
Indicators of Probable Performance under contract (FACTOR: 20%)
Indicators of probable performance under the contract to include: past vendor performance, financial resources and ability to perform,
experience or demonstrated capability and responsibility, references, and the vendor's ability to provide reliable maintenance
agreements and support.
Price, Total Cost of Ownership (FACTOR: 30%)
The price of items, to include total cost of ownership, such as installation costs, life cycle costs, and warranty provisions.
The total possible score of the submissions shall be scored and weighted as indicated above. Based on the outcome of the computations
performed, each submission will be assigned a raw score. The assigned weight will then be applied to these scores to calculate an
overall score for each submission for completion of the final scoring process.
Step 2: After the final ranking of the submissions and determination of Firm(s) that provide a best value to the City and are within the
competitive range, provided the City of Denton elects to proceed without oral discussions, the City will immediately proceed to negotiate final
pricing, terms and conditions with the highest ranked Firm or Firms. The best and final pricing cannot be higher than the original proposal
submitted. The City of Denton may elect to conduct oral discussions, request clarifications, and presentations concerning the project
approach and ability to furnish the requirements, as part of the negotiation process. The City may elect to utilize a Best and Final negotiation
phase to determine the Firm that provides the overall best value to the City. Provided the City of Denton cannot successfully contract with
the highest ranked firm, the City of Denton shall formally, and in writing, end all negotiations with that firm and the City of Denton may elect to
proceed to negotiate with the next firm in the order of the selection ranking until a contract is reached or negotiations with all ranked firms
end.
Step 3: Upon selection of the submission or Best and Final Offer that represents the "best value", a written recommendation will be
presented to the appropriate approving authority for the City of Denton (the City Manager, Public Utility Board, City Council) requesting
authorization to proceed with contract execution for the proposed services.
In accordance with Texas State Law, trade secrets and confidential information in competitive sealed proposals are not open for public
inspection.
After the contract has been awarded all submissions will be open for public inspection, and the unsuccessful respondent(s) may request a
debriefing regarding their submittal. Please contact the City of Denton Materials Management staff to document the request for a
debriefing. A meeting with the City of Denton Materials Management Staff and the using Division will be scheduled within a reasonable
time.
1
0
Protests
Any interested party who is aggrieved in connection with a solicitation or award of a contract may protest per the City of Denton policy
located here on page 54 - Procurement Policy
1
1
Section 2
Business Overview Questionnaire
Deadline: 7/12/2023 01:00 PM (CT)8283Page 8 of 30 pages
1
2
Firm's Legal Name
(Required: Maximum 1000 characters allowed)
1
3
Address Line 1
(Required: Maximum 1000 characters allowed)
1
4
Address Line 2
(Optional: Maximum 1000 characters allowed)
1
5
City
(Required: Maximum 1000 characters allowed)
1
6
State
(Required: Maximum 1000 characters allowed)
1
7
Zip Code
(Required: Maximum 15 characters allowed)
1
8
Agent Authorized to sign contract
The agents name and email who is authorized to sign the contract.
(Required: Maximum 1000 characters allowed)
1
9
Subsidiary of:
(Optional: Maximum 1000 characters allowed)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 9 of 30 pages
2
0
Organization Class
Partnership Corporation Individual Association
(Required: Check only one)
2
1
Tax Payer ID
(Required: Maximum 1000 characters allowed)
2
2
Date Established
__ __ / __ __ / __ __ __ __
(Required)
2
3
Historically Underutilized Business
Yes, We are a registered HUB.
(Optional: Check if applicable)
2
4
Please provide a detailed listing of all products and/or services that your company provides.
(Required: Maximum 4000 characters allowed)
2
5
Has your company filed or been named in any litigation involving your company and the Owner on a contract within the last
five years under your current company name or any other company name?
If so provide details of the issues and resolution if available. Include lawsuits where Owner was involved. (Notice: Failure to disclose this
information during proposal submission, and later discovered, may result in contract termination at the Owner's option.)
(Optional: Maximum 4000 characters allowed)
2
6
Have you ever defaulted on or failed to complete a contract under your current company name or any other company name?
If so, where and why? Give name and telephone number of Owner.
(Optional: Maximum 4000 characters allowed)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 10 of 30 pages
2
7
Have you ever had a contract terminated by the Owner? If so, where and why? Give name and telephone number (s) of
Owner (s).
(Optional: Maximum 4000 characters allowed)
2
8
Has your company implemented an Employee Health and Safety Program compliant with 29 CFR 1910 General Industry
Standard and/or 29 CFR 1926 General Construction Standards as they apply to your Company's customary activities?
http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARDS&p_toc_level=1&p_keyvalue=1926
(Optional: Maximum 4000 characters allowed)
2
9
Resident/Non-Resident Bidder Determination
Texas Government Code Section 2252.002: Non-resident bidders. Texas law prohibits cities and other governmental units from awarding
contracts to a non-resident firm unless the amount of such a bid is lower than the lowest bid by a Texas resident by the amount the Texas
resident would be required to underbid in the non-resident bidders state. In order to make this determination, please provide the name,
address and phone number of:
a. Responding firms principle place of business:
b. Company's majority owner principal place of business
c. Ultimate Parent Company's principle place of business
(Optional: Maximum 4000 characters allowed)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 11 of 30 pages
3
0
Prohibition on Contracts with Companies Boycotting Israel
Pursuant to Section 2270.002 of the Texas Government Code, Respondent certifies that either (i) it meets an exemption criteria under
Section 2270.002; or (ii) it does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation.
Respondent shall state any facts and provide documentation that make it exempt from the boycott certification in its Response.
Exemption criteria includes the following:
1. Company is a sole proprietorship;
2. Company employs less than 10 full-time employees;
3. Value of the contract is less than $100,000
“Boycott Israel” is defined to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended
to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel
or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. “Company” is defined to mean a
for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability
partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of
those entities or business associations that exists to make a profit.
Sole proprietorship Employs less than 10 Full time employees Value of the contract is less than $100,000
Does not Boycott Israel
(Required: Check only one)
3
1
Section 3
Minimum Qualifications
3
2
Three(3) years experience providing similar products or services
Yes No (Please Select)
(Required: Check only one)
3
3
Reference 1 - Government/Company Name
Person who you have done business with in the past.
(Required: Maximum 1000 characters allowed)
3
4
Reference 1 - Phone
Enter phone number.
(__ __ __) __ __ __ - __ __ __ __ext:
(Required)
3
5
Reference 1 - Contact Person & Title
(Required: Maximum 1000 characters allowed)
3
6
Reference 1 - Email Address
(Required: Email address)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 12 of 30 pages
3
7
Reference 1 - Scope of Work
(Required: Maximum 1000 characters allowed)
3
8
Reference 1 - Contract Period
(Required: Maximum 1000 characters allowed)
3
9
Reference 2 - Government/Company Name
Person who you have done business with in the past.
(Required: Maximum 1000 characters allowed)
4
0
Reference 2 - Phone
Enter phone number.
(__ __ __) __ __ __ - __ __ __ __ext:
(Required)
4
1
Reference 2 - Contact Person & Title
(Required: Maximum 1000 characters allowed)
4
2
Reference 2 - Email Address
(Required: Email address)
4
3
Reference 2 - Scope of Work
(Required: Maximum 1000 characters allowed)
4
4
Reference 2 - Contract Period
(Required: Maximum 1000 characters allowed)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 13 of 30 pages
4
5
Reference 3 - Government/Company Name
Person who you have done business with in the past.
(Required: Maximum 1000 characters allowed)
4
6
Reference 3 - Phone
Enter phone number.
(__ __ __) __ __ __ - __ __ __ __ext:
(Required)
4
7
Reference 3 - Contact Person & Title
(Required: Maximum 1000 characters allowed)
4
8
Reference 3 - Email Address
(Required: Email address)
4
9
Reference 3 - Scope of Work
(Required: Maximum 1000 characters allowed)
5
0
Reference 3 - Contract Period
(Required: Maximum 1000 characters allowed)
5
1
Registered with the State of Texas
The responding individual or business must be registered in the State of Texas, or the County of Denton, to provide the products or
services required in the solicitation, and the individual or business must have all licensure required by the State to provide any services
required under this contact.
To learn how to obtain information about filing with the State of Texas, or obtaining copies or certificates from the Secretary of State visit
Webpage: http://www.sos.state.tx.us/corp/copies.shtml; Phone 512-463-5578; or email corpcert@sos.state.tx.us.
5
2
Authorized Manufacturer
Authorized manufacturer or distributor authorized by the manufacturer for products identified in the Technical Specifications to sell to the
City of Denton, Texas. Attach documentation such as a letter from the manufacturer or a line card.
5
3
Section 4
Terms and Conditions
Deadline: 7/12/2023 01:00 PM (CT)8283Page 14 of 30 pages
5
4
General Provisions
1. SILENCE OF SPECIFICATIONS
The apparent silence of these specifications as to any detail or the apparent omission from it of a detailed description concerning any
point, shall be regarded as a meaning that the only best commercial practices are to prevail. All interpretations of these specifications shall
be made on the basis of this statement.
____________________________________________________________________________________________________
2. RESPONDENTS COST TO DEVELOP SUBMITTAL
Respondents to this solicitation are responsible for all costs of submittal preparation, delivery and any oral presentations required as part
of the selection process. All materials submitted in response to the solicitation become property of the City of Denton and will be returned
only at the option of the City.
____________________________________________________________________________________________________
3. MINIMUM RESPONSE
Submittals that do not, at a minimum, contain the required Attachments will be subject to disqualification at the sole discretion of the City of
Denton. If any firm submitting a proposal is a corporation, it must be registered to conduct business in the State of Texas. Proof of this
registration must be included as part of the submittal.
____________________________________________________________________________________________________
4. VALIDITY PERIOD
The information included in the solicitation response(s), and any cost information obtained from a negotiation process, remain valid for
120 days from the response due date or until the contract is approved by the governing body.
____________________________________________________________________________________________________
5. REJECTION OF SUBMITTAL ANY PROPOSAL SUBMITTED AFTER THE DUE DATE AND TIME SPECIFIED WITHIN SECTION III,
SHALL BE REJECTED. THE CITY SHALL REJECT RESPONSES SUBMITTED BY FIRMS THAT DO NOT MEET MINIMUM
QUALIFICATIONS.
The City of Denton reserves the right to reject any and all submittals received in response to the solicitation and to waive any minor
technicalities or irregularities as determined to be in the best interest of the City.
____________________________________________________________________________________________________
6. PROPRIETARY INFORMATION
If a respondent does not desire proprietary information in the submission to be disclosed, the respondent shall identify all proprietary
information in the submission. This identification will be accomplished by individually marking each page or line item detail with the words
“Proprietary Information”. If the respondent fails to identify proprietary information, the respondent agrees that by submission of its
response, that those sections shall be deemed non-proprietary and made available upon public request. Respondents are advised that
the City, to the extent permitted by law, will protect the confidentiality of all submissions. Respondent shall consider the implications of the
Texas Public Information Act, particularly after the solicitation process has ceased and the contract has been awarded. While there are
provisions in the Texas Public Information Act to protect proprietary information, where the respondent can meet certain evidentiary
standards, please be advised that a determination on whether those standards have been met will not be decided by the City of Denton,
but by the Office of the Attorney General of the State of Texas. In the event a request for public information is made, the City will notify the
respondent, who may then request an opinion from the Attorney General pursuant to 552.305, Texas Government Code. The City will not
make a request of the Attorney General.
____________________________________________________________________________________________________
7. NON-ENDORSEMENT
If a submission is accepted, the successful respondent shall not issue any news releases or other statements pertaining to the award or
servicing of the agreement that state or imply the City of Denton’s endorsement of the successful respondent’s services.
__________________________________________________________________________________________
8. ASSIGNMENT
The successful contractor shall not sell, assign, transfer or convey this contract in whole, or part, without the prior written consent of the
Purchasing Manager.
____________________________________________________________________________________________________
9. UNAUTHORIZED COMMUNICATIONS
After release of this solicitation, respondent contact regarding this solicitation with members of the evaluation, interview or selection
panels, employees of the City or officials of the City other than the Purchasing Manager, or authorized City of Denton purchasing staff, or
as otherwise indicated is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or
representative of the respondent shall have any contact or discussion, verbal or written, with any members of the City Council, members of
Deadline: 7/12/2023 01:00 PM (CT)8283Page 15 of 30 pages
the evaluation, interview, or selection panels, City staff or City’s consultants, or directly or indirectly through others, seeking to influence
any City Council member, City staff, or City’s consultants regarding any matters pertaining to this solicitation, except as herein provided. If
a representative of any respondent violates the foregoing prohibition by contacting any of the above listed parties with who contact is not
authorized, such contact may result in the respondent being disqualified from the procurement process. Any oral communications are
considered unofficial and non-binding with regard to this solicitation.
____________________________________________________________________________________________________
10. DISQUALIFICATIONS
Any terms and conditions attached to a solicitation will not be considered unless specifically referred to on a solicitation and may result in
disqualification. Any submissions that do not clearly outline all qualifications may be disqualified.
____________________________________________________________________________________________________
11. INTELLECTUALLY PROPERTY INDEMNIFICATION
The contractor will indemnify, defend and hold harmless the City of Denton, and its authorized users, against any action or claim brought
against the City of Denton, or its authorized users that is based on a claim that software infringes any patent rights, copyright rights or
incorporated misappropriated trade secrets. Contractor will pay any damages attributable to such claim that are awarded against the City
of Denton or its authorized users, in a judgment or settlement. If the City of Denton or its authorized users’ utilization of the software
becomes subject to a claim, or is likely to become subject to a claim, in the sole opinion of the City of Denton, or its authorized users, the
Contractor shall, at its sole expense:
(1) procure for City of Denton or its authorized users, the right to continue using such software under the terms of this Contract; or
(2) replace or modify the software so that it is non-infringing.
____________________________________________________________________________________________________
12. RIGHTS TO DATA, DOCUMENTS, AND COMPUTER SOFTWARE (GOVERNMENTAL ENTITY OWNERSHIP)
Any software, research, reports studies, data, photographs, negatives or other documents, drawings or materials prepared by contractor
in the performance of its obligations under this contract shall be the exclusive property of the City of Denton and all such materials shall be
delivered to the City by the contractor upon completion, termination, or cancellation of this contract. Contractor may, at its own expense,
keep copies of all its writings for its personal files. Contractor shall not use, willingly allow, or cause to have such materials used for any
purpose other than the performance of contractor’s obligations under this contract without the prior written consent of the City; provided,
however, that contractor shall be allowed to use non-confidential materials for writing samples in pursuit of the work. The ownership rights
described herein shall include, but not be limited to, the right to copy, publish, display, transfer, prepare derivative works, or otherwise use
the works.
__________________________________________________________________________________________
13. PATENT RIGHTS
The contractor agrees to indemnify and hold harmless the City from any claim involving patent right infringement or copyrights on goods
supplied.
____________________________________________________________________________________________________
14. AWARD
The City reserves the right to award a contract or contracts to various respondents by line item, section(s), or by entire proposal;
whichever is most advantageous, or provides the “best value” to the City, unless denied by the respondent. The City reserves the right to
award a contract to a primary vendor, and one or multiple secondary vendors; whichever is most advantageous, or provides the "best
value" to the City, unless denied by the respondent. The City reserves the right to consider interlocal cooperative agreements and
state/federal contracts in determining the best value for the City. Additional approvals could be required if outside funding is used.
____________________________________________________________________________________________________
15. CONTRACTS
The successful awarded vendor(s) will be required to sign an original contract. A sample contract is attached.
____________________________________________________________________________________________________
16. INSURANCE
The City requires standard insurance for services performed on site. The successful awarded vendor will be required to provide a
certificate of insurance as outlined in the contract.
____________________________________________________________________________________________________
17. CHANGES DURING CONTRACT TERM
The awarded contractor shall not change specifications during the contract term without prior approval. Any deviation in the specifications
or change in the products must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to
purchasing@cityofdenton.com, with the solicitation number in the subject line, for review. Products/Services found to have changed
Deadline: 7/12/2023 01:00 PM (CT)8283Page 16 of 30 pages
specifications without notification, and acceptance, will be returned at the supplier’s expense. Products that have been installed will be
replaced at the contractor’s expense.
____________________________________________________________________________________________________
18. ADDING NEW PRODUCTS OR SERVICES TO THE CONTRACT AFTER AWARD
Following the Contract award, additional services or products of the same general category that could have been encompassed in the
award of this contract, and that are not already on the contract, may be added. A formal written request may be sent to successful
Contractor (s) to provide a proposal on the additional services and shall submit proposals to the City of Denton as instructed. All prices
are subject to negotiation with a Best and Final Offer (“BAFO”). The City of Denton may accept or reject any or all pricing proposals, and
may issue a separate solicitation for the services/products after rejecting some or all of the proposals. The commodities and services
covered under this provision shall conform to the statement of work, specifications, and requirements as outlined in the request. Contract
changes shall be made in accordance with Local Government Code 252.048
____________________________________________________________________________________________________
19. SAFETY AND ENVIRONMENTAL HAZARDS
The City does not warrant or guarantee against the possibility that safety or environmental hazards or potential hazards (including
premises and special defects) may exist at the City’s facilities. The Contractor shall be responsible for identifying any hazardous conditions
and notifying the City of these conditions in writing no later than 30 days after contract award and prior to initiation of service delivery on
the property. This will be accomplished by the Contractor conducting an environmental assessment and an occupational health, and safety
inspection of the service bay or field service areas by competent, qualified and appropriately licensed practitioners. The costs of these
inspections and any subsequent corrective action will be negotiated between the City and the Contractor.
All contractors to the City of Denton are required to ensure absolute safety standards are applied and enforced. The City of Denton will
not be responsible for individual contractor safety, and the awarded contractor shall not hold the City of Denton responsible. Known
hazards shall immediately be reported and all safety precautions shall be taken to prevent potential safety issues from occurring.
__________________________________________________________________________________________
20. CONTRACTOR STANDARDS OF PERFORMANCE
Monthly Time Standards - Contractors shall fully understand that the City relies on the product or service of the solicitation to provide vital
municipal services, and the availability and reliability of the equipment is of the essence. With this in mind, the Contractor shall meet the
following performance standards at all times. Labor disputes, strikes, and other events, except those beyond the Contractor's control such
as acts of God, shall not relieve the Contractor from meeting these standards. For service category, the Contractor must ensure the given
level of service is achieved, within the designated number of working hours.
Contractor shall deliver goods or services within specified delivery times for 95% of all orders.
____________________________________________________________________________________________________
21. ANTICIPATED PROBLEMS AND PROPOSED SOLUTIONS
Respondent shall offer written observations, based upon previous experiences in public projects of this magnitude, addressing any
anticipated problems and offer proposed solutions to those problems.
____________________________________________________________________________________________________
22. ADDITIONAL GENERAL REQUIREMENTS
A. Prior to commencement of the services, the City and selected individual or business will conduct an initial meeting to review the
overall scope, schedule, deliverables and planning process to implement a successful program.
B. The awarded Contractor shall provide to the City of Denton, detailed reports of time and services provided to the City on a
monthly basis.
C.Staff available to assist the selected provider is limited; the proposals submitted should not anticipate extensive staff assistance
during equipment repairs or maintenance.
____________________________________________________________________________________________________
23. PAYMENT AND PERFORMANCE REQUIREMENTS
a. PAYMENT AND INVOICES: Payment processing: The City review, inspection, and processing procedures for invoices ordinarily
require thirty (30) days after receipt of invoices, materials, or services. Submissions which call for payment before thirty (30) days
from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Purchasing
Manager, the review, inspection, and processing procedures can be completed as specified. It is the intention of the City of Denton
to make payment within thirty days after receipt of valid invoices for which items or services have been received unless unusual
circumstances arise. The 30 day processing period for invoices will begin on the date the invoice is received or the date the items or
Deadline: 7/12/2023 01:00 PM (CT)8283Page 17 of 30 pages
services are received, whichever is later. Direct deposit for payments: Contractors are encouraged to arrange for receiving
payments through direct deposit. Information regarding direct deposit payments is available from the City of Denton Purchasing
website: www.dentonpurchasing.com. Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215 E
McKinney St, Denton, TX, 76201-4299. A pro-forma invoice shall be sent to the contract administrator as identified in the Notice to
Proceed. It is the intention of the City of Denton to make payment on completed orders within thirty days after receipt of invoice or
items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and
equipment provided, if applicable, and must reference the City of Denton Purchase Order Number in order to be processed. No
payments shall be made on invoices not listing a Purchase Order Number.
b. PAYMENT TO PERFORMANCE MILESTONES Awarded contractor shall prepare and submit invoices after completion of specific
project milestones. The invoice shall detail the major milestones accomplished and detailed cost information for project. These
milestones shall be submitted to the City of Denton and the City’s Project Staff shall review such for completion and accuracy, prior
to payment authorization.
c. TAX EXEMPTION The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article 20.04 (F) of the Texas
Limited Sales, Excise and Use Tax Act. Any Contractor performing work under this contract for the City of Denton may purchase
materials and supplies and rent or lease equipment sales tax free. This is accomplished by issuing exemption certificates to
suppliers. Certificates must comply with State Comptroller’s ruling #95-0.07 and #95-0.09.
____________________________________________________________________________________________________
24. SUBMISSION ERRORS
Prices offered shall be used for submission analysis and for agreement pricing. In case of errors in the pricing extension or totals, the unit
pricing offered by the respondent will govern.
25. RIGHT TO PROTEST
Any interested party who is aggrieved in connection with a solicitation or award of a contract above the formal threshold may protest to the
Procurement Director. Protests based upon alleged improprieties in a solicitation that are apparent before the solicitation due date shall
be filed not less than five (5) working days before the solicitation due date. In all other cases, protests shall be filed within five (5) days of
notice of intent to award or in the absence of a notice of intent to award, prior to the award date. Filing of a protest must be in accordance
with Article 12 of the Procurement Policy Manual found on the City of Denton webpage, Materials Management department page, under
the Standard Terms, Conditions, and Policies section.
5
5
General Provisions - Additional for Goods & Services
__________________________________________________________________________________________
1. PREFERENCES
__________________________________________________________________________________________
VENDORS THAT MEET OR EXCEED AIR QUALITY STANDARDS
1. This section applies only to a contract to be performed, wholly or partly, in a non-attainment area or in an affected county,
as those terms are defined by Section 386.001, Health and Safety Code.
2. A governmental agency procuring goods or services may: give preference to goods or services of a vendor that demonstrates that the vendor
meets or exceeds any state or federal environmental standards, including voluntary standards, relating to air quality; or require that a vendor
demonstrate that the vendor meets or exceeds any state or federal environmental standards, including voluntary standards, relating to air quality.
The preference may be given only if the cost to the governmental agency for the goods or services would not exceed 105 percent of the cost of the
goods or services provided by a vendor who does not meet the standards.”
____________________________________________________________________________________________________
2. PERFORMANCE LIQUIDATED DAMAGES
____________________________________________________________________________________________________
The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined
below:
Delivery beyond contracted lead times
Performance below contracted levels (services only)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 18 of 30 pages
The Contractor shall be assessed a one (1%) percent fee each month when any one of the performance standards outlined above are not met in full. The
Contractor shall be assessed a two (2%) percent profit fee each month when any two (2) or more performance standards outlined above are not met in full. At
the end of each month, the City will review the monthly reports and determine the percentage of penalty to be assessed to the Contractor’s monthly profit
margin.
____________________________________________________________________________________________________
3. WARRANTIES
____________________________________________________________________________________________________
The contractor shall provide a warranty that is standard in the industry. Repair or Maintenance of fleet not performed to industry standards shall be accomplished
at the contractor’s expense, at the option of the City.
____________________________________________________________________________________________________
4. QUANTITIES
____________________________________________________________________________________________________
The quantities indicated on the Pricing Sheet are estimates based upon the best available information. The City reserves the right to increase or decrease the
quantities to meet its actual needs without any adjustments in the prices. Individual purchase orders will be issued on an as needed basis.
____________________________________________________________________________________________________
5. SAMPLES
____________________________________________________________________________________________________
Respondents must make samples available upon request by the City of Denton prior to award with no costs to the City.
____________________________________________________________________________________________________
6. AUTHORIZED DISTRIBUTOR
____________________________________________________________________________________________________
The respondent shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and
make available the manufacturer’s representative as needed by the City.
____________________________________________________________________________________________________
7. SUBSTITUTIONS
____________________________________________________________________________________________________
Substitutions are not permitted without the written approval of The City of Denton Purchasing Department. If specific manufacturers, brands or part numbers are
listed in the exhibits, the City will not accept substitutes. If the manufacturer part numbers provided has been updated, but do not change the material
functionality, please note the change in bid exceptions.
____________________________________________________________________________________________________
8. SHIPPING, DELIVERY, AND PACKAGING
____________________________________________________________________________________________________
Identification of Shipments: In addition to the complete destination address, each delivery must be clearly marked with the purchase order number. Each
shipment must be accompanied by a packing slip.
Packaging and Labeling: All items shipped must be properly labeled, with weather resistant labeling, showing the brand name, package quantity, lot number (if
applicable) and any other necessary identifying information.
Special Delivery Requirements: City Department representatives may have specific, internal delivery rules and policies. These will be provided on each
purchase order issued. The contractor(s) will be required to adhere to those requirements.
Hours of Delivery: Delivery shall be made during the hours of 8:00 am to 3:00 pm (CST) unless prior approval for after-hours delivery has been obtained from
the City. In the event of any approval by the City for after-hours delivery, Contractor may not invoice any additional charges for that delivery. Contractor is
encouraged to obtain City's hours of operation at time of order.
Delivery Schedule: Respondent's shall furnish, in the space indicated on the price sheet, a delivery schedule for each line item as to time required for delivery
after receipt of order (ARO) under normal conditions. Delivery Days means calendar days, unless otherwise specified. Failure to state delivery time may
disqualify Respondent. The City of Denton, at its sole option, may choose to negotiate delivery times.
Delivery Delays: If delay is foreseen, Contractor shall give written notice to the City and must keep City advised at all times of the status of order. Default in
promised delivery (without accepted reasons) or failure to meet specifications authorizes the City to purchase goods and services of this solicitation elsewhere
and charge any increased costs for the goods and services, including the cost of re-soliciting, to the Contractor. Failure to pay a damage assessment is cause
for contract cancellation and/or removal of the contractor from the City's authorized list of suppliers.
Deadline: 7/12/2023 01:00 PM (CT)8283Page 19 of 30 pages
Compliant Products: Providing products or materials which do not meet all specification requirements does not constitute delivery.Delivery does not occur until
the contractor delivers products ormaterials in full compliance with the specifications to City's F.O.B. destination, unless delivery is specifically accepted, in
whole or in part, by the Customer. City reserves the right to require new delivery or a refund in the event that materials or products not meeting specifications are
discovered after payment has been made.
Restocking Fee: The City may request that a contractor accept return of merchandise already delivered or that a contractor cancel an order prior to delivery. If the
return is required through no fault of the contractor, the contractor may request a reasonable restocking charge. The Customer may pay a restocking charge if
the City determines that the charge is justifiable. As a guideline, such charges shall not exceed 10%. There shall be no fees charged for cancellation of an order
prior to shipment by the Contractor.
5
6
Bid Acceptance
I have read and understand the Terms and Conditions, Specifications, and Insurance requirements, contained herein, and further agree to
abide and accept said Terms, Conditions and Specifications.
Yes Yes - with exceptions (Please Select)
(Required: Check only one)
5
7
Bid Acceptance Exceptions
If you answered yes - with exceptions to the above question please list the exceptions.
(Additional exceptions will not be allowed during the negotiation process)
(Optional: Maximum 4000 characters allowed)
5
8
Additional Agreement
Any additional agreement that the supplier wishes to have considered as part of the resulting contract shall be attached and submitted
with the response to this solicitation. Any agreement that is submitted after the closing date of the solicitation shall not be considered.
Please note that agreements in direct conflict with the terms and conditions of this solicitation may result in rejection of your response to
the solicitation.
Acknowledged
(Required: Check if applicable)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 20 of 30 pages
5
9
Acknowledgement
The undersigned agrees this submission becomes the property of the City of Denton after the official opening.
The undersigned affirms he has familiarized himself with the specification, drawings, exhibits and other documents; the local conditions
under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of materials and equipment;
and all other matters that will be required for the work before submitting a response.
The undersigned agrees, if this submission is accepted, to furnish any and all items/services upon which prices are offered, at the price(s)
and upon the terms and conditions contained in the specification. The period for acceptance of this submission will be 120 calendar days
unless a different period is noted.
The undersigned affirms that they are duly authorized to execute this contract, that this submission has not been prepared in collusion with
any other respondent, nor any employee of the City of Denton, and that the contents of this submission have not been communicated to
any other respondent or to any employee of the City of Denton prior to the acceptance of this submission.
Respondent hereby assigns to the City any and all claims for overcharges associated with this contract which arise under the antitrust laws
of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code,
Section 15.01, et seq.
The undersigned affirms that they have read and do understand the specifications, all exhibits and attachments contained in this
solicitation package.
The undersigned agrees that the solicitation package posted on the website are the official specifications and shall not alter the electronic
copy of the specifications and/or pricing sheet, without clearly identifying changes.
The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at: City of Denton
Solicitations
I certify that I have made no willful misrepresentations in this submission, nor have I withheld information in my statements and answers to
questions. I am aware that the information given by me in this submission will be investigated, with my full permission, and that any
misrepresentations or omissions may cause my submission to be rejected.
Acknowledge
(Required: Check if applicable)
6
0
Certificate of Interested Parties Electronic Filing
In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the
City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the
Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295
electronically with the Commission.
Contractor will be required to furnish an original Certificate of Interest Parties before the contract is awarded, in
accordance with Government Code 2252.908.
The contractor shall:
1. Log onto the State Ethics Commission Website at : https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm
2. Register utilizing the tutorial provided by the State
3. Print a copy of the completed Form 1295
4. Enter the Certificate Number on page 2 of this contract.
5. Sign the Form 1295
6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 - Form 1295)
7. The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is
acknowledged, it will be posted to the Texas Ethics Commission's website within seven business days.
Acknowledge
(Optional: Check if applicable)
Bid Lines
Deadline: 7/12/2023 01:00 PM (CT)8283Page 21 of 30 pages
1 SECTION A- OH Conductor - Below are estimated annual usages
(Line excluded from response total)
2 Wire, 795 Bare Aluminum Conductor, Class AAC, 37 Strand, Overall diameter 1.026", D.C. resistance .0217 Ohm/1000 ft. @ 20°C,
Rated breaking strength 13,900 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:170000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
3 Wire, 556.5 Bare Aluminum Conductor, Class AAC, 37 Strand, Overall diameter .858", D.C. resistance .0311 Ohm/1000 ft., Rated
breaking strength 9,940 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:200000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
4 Wire, 4/0 Bare Aluminum Conductor, Class AAC, 7 Strand, Overall diameter .522", D.C. resistance .0817 Ohm/1000 ft., Rated
breaking strength 3,830 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:30000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
5 Wire, 2/0 Bare Aluminum Conductor, Class AAC, 7 Strand, Overall diameter .414", D.C. resistance .130 ohm/m, Rated breaking
strength 2,510 lbs. 3,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:3000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 22 of 30 pages
6 Wire, 795 Bare Aluminum Conductor, Class ACSR, 26/7 Strand, Overall diameter 1.108", D.C. resistance .0214 ohm/m, Rated
breaking strength 31,500 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:10000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
7 Wire, 4/0 Bare Aluminum Conductor, Class ACSR, 6/1 Strand, Overall diameter .563, D.C. resistance .0795 ohm/m, Rated breaking
strength 8,350 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:5000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
8 Wire, #2 Bare Aluminum Conductor, Class ACSR, 7/1 Strand, Overall diameter .325", D.C. resistance .251 ohm/m, Rated breaking
strength 3,460 lbs. 5,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:30000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
9 Wire, 4/0-4/0-4/0-4/0 AL, 600V XLP, 19 Strand, (4/0 QSC) and Unshielded neutral ACSR 6/1 Steel Cord diameter .1878", Phase
Identification - ABC + Sequential footage marking at (2-ft. minimum intervals) 1,000 ft. / reel (non-returnable reel)
(Response required)
Quantity:2000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
0
Wire, 4/0-4/0-4/0 AL, 600 XLP, 19 Strand, (4/0 TSC) AND Unshielded neutral ACSR 6/1 Steel Cord diameter .1878". 1,000 ft. / reel
(Response required)
Quantity:3000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 23 of 30 pages
1
1
Wire, 2/0-2/0-2/0-2/0 AL, 600V XLP, 19 Strand, (2/0 QSC) and Unshielded neutral ACSR 6/1 Steel Cord diameter .1489", Phase
Identification - ABC + Sequential footage marking at (2-ft. minimum intervals) 1,500 ft. / reels (non-returnable reel)
(Response required)
Quantity:3000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
2
Wire, 2/0-2/0-2/0- AL, 600V XLP, 19 Strand, (2/0 TSC) and Unshielded neutral ACSR 6/1 Steel Cord diameter .1489" 1,500 ft. / reel
(Response required)
Quantity:9000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
3
Wire, #2-#-#2-#2-#2 AL, 600V XLP, 7 Strand, (#2 QSC) Unshielded neutral is ACSR 6/1 Steel Cord diameter .1052, Phase
Identification - ABC + Sequential footage marking at (2-ft. minimum intervals) 1800 ft. / coil
(Response required)
Quantity:1800 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
4
Wire, #2-#2-#2 AL, 600V XLP, 7 Strand, (#2 TSC) Unshielded neutral is ACSR 6/1 Steel Cord diameter .1052", (2-ft. minimum
intervals) The inner diameter of the 500ft @TSC coil shall be 18 inches and the outer wound diameter of the coil shall be 38 inches and
a total width across of 9 inches. 500' Spool 500 ft. / coil
(Response required)
Quantity:60 UOM:EA Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
5
Wire, #4-#4 AL, 600V XLP, 7 Strand, (#4 DSC) Unshielded neutral is ACSR 6/1 Steel Cord diameter .0834", 500' Spool, 500 ft. / coil
(Response required)
Quantity:15 UOM:EA Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 24 of 30 pages
1
6
Wire, 1758.6 Bare Aluminum Conductor, Class ACSS/TW, 37 Strand, Overall diameter 1.427", D.C. resistance 0.0095 Ohm/1000 ft.
@ 20°C, Rated breaking strength 32,800 lbs. 5,000 ft. / reel (standard returnable steel reel)
(Response required)
Quantity:5000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
7
Section B - Misc. Conductor - Below are estimate annual usage
(Line excluded from response total)
1
8
WIRE, CU #2 COPPER SD BARE, 7 Strand, 25# or 125 ft. / spool
(Response required)
Quantity:300 UOM:SPOOL Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
1
9
WIRE, AL #6 SOFT TIE, 25# / plastic spool
(Response required)
Quantity:15 UOM:SPOOL Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
0
WIRE, CU #6 SOFT TIE SOLID, Soft Drawn, Bare Copper. 25# or 315 ft. / spool
(Response required)
Quantity:20 UOM:SPOOL Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
1
WIRE, CU #6 HARD DRAWN, 25# / spool
(Response required)
Quantity:3 UOM:SPOOL Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 25 of 30 pages
2
2
WIRE, GUY 3/8" GALV EHS, ASTM-A475, 250 ft. / coil
(Response required)
Quantity:75 UOM:COIL Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
3
WIRE, GUY 3/8" GALV EHS, ASTM-A475, 5,000 ft. / reel
(Response required)
Quantity:5000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
4
WIRE, 500 CU BARE SOFT DRAWN, 500 ft. / reel
(Response required)
Quantity:3000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
5
WIRE, CU 4/0 COPPER SD BARE, 7 strand, 3,000 ft. / reel
(Response required)
Quantity:3000 UOM:FT Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
2
6
AL BID BASE/CWT
(Response required)
Quantity:1 UOM:EA Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 26 of 30 pages
2
7
CU BID BASE/CWT
(Response required)
Quantity:1 UOM:EA Price:$Total:$
Item Notes:
Pricing must include all costs to deliver goods (FOB destination). Estimated annual usage.
Supplier Notes:
Additional notes
(Attach separate sheet)
Deadline: 7/12/2023 01:00 PM (CT)8283Page 27 of 30 pages
Supplier Information
Company Name:
Contact Name:
Address:
Phone:
Fax:
Email:
Supplier Notes
The undersigned agrees this submission becomes the property of the City of Denton after the official opening. The undersigned affirms they
have familiarized themselves with the specification, drawings, exhibits and other documents; the local conditions under which the work is to be
performed; satisfied himself of the conditions of delivery, handling and storage of materials and equipment; and all other matters that will be
required for the work before submitting a response. The undersigned affirms that they are duly authorized to execute this contract, that this
submission has not been prepared in collusion with any other respondent, nor any employee of the City of Denton, and that the contents of this
submission have not been communicated to any other respondent or to any employee of the City of Denton prior to the acceptance of this
submission. The undersigned affirms that they have read and do understand the specifications, all exhibits and attachments contained in this
solicitation package. I certify that I have made no willful misrepresentations in this submission, nor have I withheld information in my statements
and answers to questions. I am aware that the information given by me in this submission will be investigated, with my full permission, and that
any misrepresentations or omissions may cause my submission to be rejected.
Print Name Signature
Deadline: 7/12/2023 01:00 PM (CT)8283Page 28 of 30 pages
Deadline: 7/12/2023 01:00 PM (CT)8283Page 29 of 30 pages
Deadline: 7/12/2023 01:00 PM (CT)8283Page 30 of 30 pages