Loading...
Bid Invitation (1)7310 RFP - Warehousing Services Issue Date:3/3/2020 Questions Deadline:3/26/2020 11:55 AM (CT) Response Deadline:4/2/2020 11:55 AM (CT) Contact Information Contact:Laura Hermosillo Address:Procurement and Compliance 901-B Texas Street Denton, TX 76209 Phone:(940) 349-7133 Email:laura.hermosillo@cityofdenton.com Page 1 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 Event Information Number:7310 Title:RFP - Warehousing Services Type:Request for Proposal Issue Date:3/3/2020 Question Deadline:3/26/2020 11:55 AM (CT) Response Deadline:4/2/2020 11:55 AM (CT) Notes:RFP 7310 - Warehousing Services 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 accepted by deadline via IONWAVE only (no emails/phone calls). GENERAL DESCRIPTION OF WORK The City of Denton is interested in receiving proposals to contract with a qualified firm(s) for management and daily operations of the City’s warehouse operation. 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. 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 96201-4299 Page 2 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 Bid Attachments 7310 - Scope of Service.docx View Online 7310 - Scope of Service 7310 - Exhibit 1 - Warehouse Catalog - Product Mix.xlsx View Online 7310 - Exhibit 1 - Warehouse Catalog - Product Mix 7310 - Exhibit 2 - Emergency Inventory.xlsx View Online 7310 - Exhibit 2 - Emergency Inventory 7310 - Exhibit 3 - Sample Fees.docx View Online 7310 - Exhibit 3 - Sample Fees Contracts - Services.docx View Online Sample Contract - Services Substitute_W-9_Form_10.18.18.pdf View Online Substitute W-9 Form Contractor Wage Information.docx View Online Contractor Wage Information Requested Attachments Safety Record (Attachment required) The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of Denton has adopted the written definition and criteria as shown in the Safety Record Questionnaire for accurately determining the safety record of a respondent prior to awarding City contracts. Proposal Documents (Attachment required) Bid Attributes 1 SECTION 1 General Information 2 Contract Term It is the intention of the City of Denton to award a contract for a three (3) year period. 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. 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. Page 3 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4 Price Adjustments Prices quoted for the commodities or services described in the solicitation must be firm for a period of one year from date of contract award. Any request for price adjustment must be based on the, U.S Department of Labor, Bureau of Labor Statistics, Producer Price Index (PPI). The price will be increased or decreased based upon the annual percentage change in the PPI. The maximum escalation will not exceed +/- 8% for any individual year. The escalation will be determined annually at the renewal date. Should the PPI change exceed a minimum threshold value of +/-1%, then the stated eligible bid prices shall be adjusted in accordance with the PPI change not to exceed the 8% limit per year. The supplier should provide documentation as percentage of each cost associated with the unit prices quoted for consideration. Request must be submitted in writing with supporting evidence for need of such increase to the Purchasing Manager at least 60 days prior to contract expiration of each year. Respondent must also provide supporting documentation as justification for the request. Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, and become effective upon the renewal date of the contract award or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 15 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. 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 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) Page 4 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 6 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. 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 Page 5 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 7 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: Compliance with specifications, quality, reliability, characteristics to meet stated or implied needs (FACTOR: 30%) 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: 30%) 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: 40%) 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, interviews, 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. 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. All submissions shall be opened in a manner that avoids disclosure of the contents to competing respondents and keeps the responses secret during negotiations. A public opening will not be conducted with this process. 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. 8 Section 2 Business Overview Questionnaire 9 Firm's Legal Name (Required: Maximum 1000 characters allowed) Page 6 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 1 0 Address Line 1 (Required: Maximum 1000 characters allowed) 1 1 Address Line 2 (Optional: Maximum 1000 characters allowed) 1 2 City (Required: Maximum 1000 characters allowed) 1 3 State (Required: Maximum 1000 characters allowed) 1 4 Zip Code (Required: Maximum 15 characters allowed) 1 5 Agent Authorized to sign contract The agents name and email who is authorized to sign the contract (Required: Maximum 1000 characters allowed) 1 6 Subsidiary of: (Optional: Maximum 1000 characters allowed) 1 7 Organization Class Partnership Corporation Individual Association (Required: Check only one) Page 7 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 1 8 Tax Payer ID (Required: Maximum 1000 characters allowed) 1 9 Date Established __ __ / __ __ / __ __ __ __ (Required) 2 0 Historically Underutilized Business Yes, We are a registered HUB. (Optional: Check if applicable) 2 1 Please provide a detailed listing of all products and/or services that your company provides. (Required: Maximum 4000 characters allowed) 2 2 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.) If not, type "N/A". (Required: Maximum 4000 characters allowed) 2 3 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. If not, type "N/A". (Required: Maximum 4000 characters allowed) Page 8 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2 4 Have you ever had a contract terminated by the Owner? If so, where and why? Give name and telephone number (s) of Owner (s). If not, type "N/A". (Required: Maximum 4000 characters allowed) 2 5 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 (Required: Maximum 4000 characters allowed) 2 6 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 (Required: Maximum 4000 characters allowed) 2 7 Section 3 Minimum Qualifications 2 8 Three(3) years experience providing similar products or services Yes, company has 3+ yrs of required experience No, company doesn't have 3+yrs required experience (Please Select) (Required: Check only one) Page 9 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2 9 Reference 1 - Government/Company Name Person who you have done business with in the past. (Required: Maximum 1000 characters allowed) 3 0 Reference 1 - Phone Enter phone number. (__ __ __) __ __ __ - __ __ __ __ext: (Required) 3 1 Reference 1 - Contact Person & Title (Required: Maximum 1000 characters allowed) 3 2 Reference 1 - Email Address (Required: Email address) 3 3 Reference 1 - Scope of Work (Required: Maximum 1000 characters allowed) 3 4 Reference 1 - Contract Period (Required: Maximum 1000 characters allowed) 3 5 Reference 2 - Government/Company Name Person who you have done business with in the past. (Required: Maximum 1000 characters allowed) 3 6 Reference 2 - Phone Enter phone number (__ __ __) __ __ __ - __ __ __ __ext: (Required) Page 10 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 3 7 Reference 2 - Contact Person & Title (Required: Maximum 1000 characters allowed) 3 8 Reference 2 - Email Address (Required: Email address) 3 9 Reference 2 - Scope of Work (Required: Maximum 1000 characters allowed) 4 0 Reference 2 - Contract Period (Required: Maximum 1000 characters allowed) 4 1 Reference 3 - Government/Company Name Person who you have done business with in the past (Required: Maximum 1000 characters allowed) 4 2 Refernece 3 - Phone Enter phone number (__ __ __) __ __ __ - __ __ __ __ext: (Required) 4 3 Reference 3 - Contact Person & Title (Required: Maximum 1000 characters allowed) 4 4 Reference 3 - Email Address (Required: Email address) 4 5 Reference 3 - Scope of Work (Required: Maximum 1000 characters allowed) Page 11 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4 6 Reference 3 - Contract Period (Required: Maximum 1000 characters allowed) 4 7 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. 4 8 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. 4 9 Section 4 Terms and Conditions 5 0 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 response 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 Page 12 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 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 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. Page 13 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 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. 15. CONTRACTS The successful awarded vendor(s) will be required to sign an original contract. A sample contract is provided. Respondents shall review the document and note exceptions in the proposal. Only exceptions submitted with RFP proposal documents will be considered. Additional exceptions during the award process will be automatically rejected. 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 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 Page 14 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 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 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. The awarded Contractor shall provide to the City of Denton, detailed reports of time and services provided to the City on a monthly basis. Staff available to assist the selected provider is limited; the proposals submitted should not anticipate extensive staff assistance during equipment repairs or maintenance. 23. 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. 5 1 General Provisions - Additional for Goods & Services 1. PREFERENCES A. LOCAL PREFERENCE 1. It is the intent of the City of Denton to comply with Sections 271.905 and 271.9051 of Texas Local Government Code allowing for consideration of the location of a bidder's principal place of business in award of a bid. 2. Scope-This policy applies to the purchase of real property and personal property that is not affixed to real property or services (including construction services) through a Competitive Bid. Lowest Responsible Bid - Price is the single determinant factor when awarding a bid to a responsible bidder. Best Value Bid - Price is only one of a number of determining factors that are weighted for evaluation purposes. (Texas Local Government Code 252.0 3. Criteria A. Lowest Responsible Bids A five percent (5%) price differential will apply to construction bids less than $100,000 and all other bids, including services, less than $500,000. Excludes telecommunication and information services. A three percent (3%) price differential will apply to bids, excluding construction and services, greater than $500,000. The chart below is a summary of the criteria for Lowest Responsible Bids: o Local Government Code 271.9051 o Local Government Code 271.905 o 5% price differential o 3% price differential o Construction bids less than $100,000 o All other bids, excludes construction and services, greater than $500,000 o All other bids, including services, less than $500,000 B. Best Value Bids-Price is only one of a number of determining factors that are weighted for evaluation purposes as provided in Local Government Code 252.043. As a result, an additional weighted factor will be added to all such bids for bidders meeting local preference criteria. The appropriate weight, either 5% or 3%, will be consistent with the criteria outlined in the chart above C. Local Bidder Preference Consideration Application Page 15 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 A new and complete application must be submitted with each competitive bid by the due date, including a Tax Certification from the Denton County Tax Assessor/Collector. This application serves to ensure the qualification of a bidder as a local bidder and serves as the basis for meeting the statute's requirement that the governing body find, in writing, that a bidder is a local bidder. D. Bidders seeking local preference must meet all specifications and minimum requirements contained in the bid documents. E. Exceptions-This policy does not apply to purchases obtained through a Request for Qualifications (RFQ), Request for Proposals (RFP), bids involving Federal funds, Cooperative Programs or Interlocal Agreements. F. Award of Contract-The City Council may award a competitively bid contract to the lowest responsible bidder, local bidder or reject all bids. B. 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) 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 Page 16 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 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 deliver y 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 p rice s heet, a delivery schedule for each line item as to time required for delivery after r eceipt 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 c ontract cancellation and/or removal of the contractor from the City's authorized list of suppliers. 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 or materials 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 2 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) Page 17 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 5 3 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). If no exceptions, type "N/A". (Required: Maximum 4000 characters allowed) 5 4 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) Page 18 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 5 5 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: https://www.cityofdenton.com/en-us/business/solicitations-contracting to ensure they have downloaded all addendum(s). 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) Page 19 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 5 6 Certificate of Interesentd 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 1 INVENTORY SAMPLE BASKET OF GOODS Please provide pricing based on the product details given. Unless specified, equal items may be quoted. Quantities provided are yearly quantities based on historical usage. Pricing must include shipping cost. All pricing terms in the terms and conditions of this solicitation apply. (Line excluded from response total) 2 Package Header SECTION A - Electric Utility Inventory - Sample Basket of Good (Response required) Quantity:1 Total:$ No bid Package Items 2.1 COD Item #32010052ANCHOR SHACKLE 3/4"PN 60K HUBBELL AS50BNK/MPS#ASH-66A-BC (Response required) Quantity:202 UOM:EA Unit Price:$Total:$ No bid Page 20 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.2 COD Item #28732000ARRESTER ELBOW 200 AMP ELAST 167ESA-10 /JOS 8330003 (Response required) Quantity:126 UOM:EA Unit Price:$Total:$ No bid 2.3 COD Item #28503000ARRESTER,W/CAP W/O BRACKET HUBBELL #221609-7314 (Response required) Quantity:197 UOM:EA Unit Price:$Total:$ No bid 2.4 COD Item #32020240BOLT MACHINE 5/8 X 14"CHANCE 8814 / JOSLYN J8814 (Response required) Quantity:836 UOM:EA Unit Price:$Total:$ No bid 2.5 COD Item #28775620BRACKET,STANDOFF W/16" T-SLOTALUMAFORM# 6B-CSO-16 ONLY (Response required) Quantity:199 UOM:EA Unit Price:$Total:$ No bid 2.6 COD Item #28024605CABLE, 72 FIBER OPTIC(FT) TAIHAN 180801A, 26,000'/RL (Response required) Quantity:11925 UOM:FT Unit Price:$Total:$ No bid 2.7 COD Item #28080010CABLE, PRI #2 AL,1PH 220 MIL(6,000'RL) - EPR 220 MILS 15KV (Response required) Quantity:24374 UOM:FT Unit Price:$Total:$ No bid 2.8 COD Item #28080060CABLE,AL4/0-4/0-2/0SWEETBRIAR1000'/RL (Response required) Quantity:40463 UOM:FT Unit Price:$Total:$ No bid 2.9 COD Item #67005000CEMENT PVC - QUART PVFCCEMENTQT ,GENE-55017 (Response required) Quantity:637 UOM:EA Unit Price:$Total:$ No bid Page 21 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.10 COD Item #28772040CLAMP, GROUND ROD 5/8"JOSYLN # CP58 (Response required) Quantity:300 UOM:EA Unit Price:$Total:$ No bid 2.11 COD Item #28718000CLEANER CABLE CRC#2069***ONLY*** (Response required) Quantity:155 UOM:EA Unit Price:$Total:$ No bid 2.12 COD Item #28542000COMPOUND, WIRE PULLING, 5 GALLUBADUK OR POLYWATER (18/PL) (Response required) Quantity:118 UOM:EA Unit Price:$Total:$ No bid 2.13 COD Item #28526123CONDUIT, ALUMINUM 2" x 10' PURCHASE & SOLD AS 10' JOINT (Response required) Quantity:114 UOM:JT Unit Price:$Total:$ No bid 2.14 COD Item #28519240CONDUIT, PVC SCH 40, 2"X20'CANTEX # A52CA42 / HRTG 51202 (Response required) Quantity:2208 UOM:JT Unit Price:$Total:$ No bid 2.15 COD Item #28773685CONN,1-BOLT,#1/0STR-#8SOLHPS GC8010 (Response required) Quantity:475 UOM:EA Unit Price:$Total:$ No bid 2.16 COD Item #28772540CONN,SHOOT-ON 477/556AAC-477 AMP#1-602031-3 ONLY (Response required) Quantity:178 UOM:EA Unit Price:$Total:$ No bid 2.17 COD Item #28772745CONNECTOR, ARRESTER LUG HUB#GC207LA(#6-1/0)/BVC207IT (Response required) Quantity:400 UOM:EA Unit Price:$Total:$ No bid Page 22 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.18 COD Item #28772770CONNECTOR,INSULATED MULITAP 3ILSCO - NIMBUS # PBTD3-500 (Response required) Quantity:40 UOM:EA Unit Price:$Total:$ No bid 2.19 COD Item #28519040COUPLING,COLLAR PVC 2 1/2" CNTX 6141629/HRTG 610006 (Response required) Quantity:1049 UOM:EA Unit Price:$Total:$ No bid 2.20 COD Item #28528150CUTOUT, 100 AMP NO HARDWAREHPS C710112P , ABB X1NCANAM11 (Response required) Quantity:124 UOM:EA Unit Price:$Total:$ No bid 2.21 COD Item #28773313DEADEND COMPR 959.6ACSS, SGLHUBBELL SEDA1016STWSS (Response required) Quantity:106 UOM:EA Unit Price:$Total:$ No bid 2.22 COD Item #28528300DISCONNECT, RISER 900 AMP LINE TAP SWTCH BRIDGES LER394Y (Response required) Quantity:14 UOM:EA Unit Price:$Total:$ No bid 2.23 COD Item #28519302DUCT, 2" SDR-13.5GREY PNA # P200SDR13.5-2500' (Response required) Quantity:6580 UOM:FT Unit Price:$Total:$ No bid 2.24 COD Item #28732125ELBOW LOADBREAK #2-220ML 166LRJS-B-5220/ 162LRJS-B-5220 (Response required) Quantity:284 UOM:EA Unit Price:$Total:$ No bid 2.25 COD Item #28519120ELBOW, PVC 2 1/2" X 90 X 36" HRTG 611141 W/BELLED END SCH40 (Response required) Quantity:1085 UOM:EA Unit Price:$Total:$ No bid Page 23 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.26 COD Item #28579640FANOUT KIT FIBER LC TO RIBBONGT-SM12RRN924LCUOED0-002 (Response required) Quantity:127 UOM:EA Unit Price:$Total:$ No bid 2.27 COD Item #1057030FOAM POLECRETE 3 GALBMK# BMK03PS (36/PALLET) (Response required) Quantity:218 UOM:EA Unit Price:$Total:$ No bid 2.28 COD Item #28532105FUSE HOLDER, "BUSSMAN" BUSSMAN# HEB-AA/FEB-11-11 (Response required) Quantity:116 UOM:EA Unit Price:$Total:$ No bid 2.29 COD Item #28534280FUSE LINK, 65 AMP T KEARNEY# 51065 ONLY (Response required) Quantity:139 UOM:EA Unit Price:$Total:$ No bid 2.30 COD Item #28532345FUSETRON,20AMP MAX500V BUSSMAN#FNQ-20 (Response required) Quantity:122 UOM:EA Unit Price:$Total:$ No bid 2.31 COD Item #28573050INSULATOR 4/0-795 PORCELAIN GAMMA/LAPP 6183R-70 ONLY (Response required) Quantity:382 UOM:EA Unit Price:$Total:$ No bid 2.32 COD Item #28573150INSULATOR, SPOOL, J-93 FORK LAPP 8442.70 OR EQUAL (Response required) Quantity:306 UOM:EA Unit Price:$Total:$ No bid 2.33 COD Item #28584100PAD, TRAN 48"X48" FIBERCRETEARMCST A6001658,NEW BASIS 970Z (Response required) Quantity:70 UOM:EA Unit Price:$Total:$ No bid Page 24 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.34 COD Item #28584300PEDESTAL, SEC, W/CONNECT1PHAPI # 10 X 14-WBS-CDG-DME (Response required) Quantity:147 UOM:EA Unit Price:$Total:$ No bid 2.35 COD Item #21016100POLE, DECORATIVE 20' WATERFORD SERIES - (MOQ 50 EA) (Response required) Quantity:85 UOM:EA Unit Price:$Total:$ No bid 2.36 COD Item #28540000ROD, GROUND, COPPER 5/8" X 8'ERITECH# 615883 (Response required) Quantity:180 UOM:EA Unit Price:$Total:$ No bid 2.37 COD Item #40524000SILICONE, GREASE 2 OZ. TUBECHANCE C417-0287 OR EQUAL (Response required) Quantity:103 UOM:EA Unit Price:$Total:$ No bid 2.38 COD Item #28576820ST LIGHT, LED, 69W, DECORATIVEHADCO CI891P-DWG12 (Response required) Quantity:113 UOM:EA Unit Price:$Total:$ No bid 2.39 COD Item #28576900ST LIGHT,LED,85W,COBRA,120VPHILIPS RFM-85W24LED.SEE NOTES (Response required) Quantity:103 UOM:EA Unit Price:$Total:$ No bid 2.40 COD Item #28595180SUPPORT, IN LINE PLP, OD .661 AFL-TELE-ATGN626/675 ONLY (Response required) Quantity:153 UOM:EA Unit Price:$Total:$ No bid 2.41 COD Item #28586250SWITCH, GOAB,CROSSARM VECTOR BRIDGES DE973X-31AS (Response required) Quantity:6 UOM:EA Unit Price:$Total:$ No bid Page 25 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 2.42 COD Item #28579309SWITCHGEAR,PME9,600A S & C 65152R1-E1F2K-S393 (Response required) Quantity:5 UOM:EA Unit Price:$Total:$ No bid 2.43 COD Item #83240100TAPE, ELECTRIC -BLACK 2"3M# 37 (2" X 66') (Response required) Quantity:560 UOM:EA Unit Price:$Total:$ No bid 2.44 COD Item #83223020TAPE, UG, MARKING 6"X1000' B6104R6 (Response required) Quantity:109 UOM:RL Unit Price:$Total:$ No bid 2.45 COD Item #45024510TAPE, WIRE PULLING 2500# NEPTCO WP2500P (3000'/RL) (Response required) Quantity:63 UOM:RL Unit Price:$Total:$ No bid 2.46 COD Item #28775300TERMINATION KIT #2-220 MIL 3M 5641-2 (Response required) Quantity:45 UOM:EA Unit Price:$Total:$ No bid 2.47 COD Item #28040016WIRE (SHIELD) 3/8" EHS 7STR (1000'/RL), ASTM-A363 (Response required) Quantity:3000 UOM:FT Unit Price:$Total:$ No bid 2.48 COD Item #28016160WIRE, CU #2 COPPER SD BARE7 STRAND, 25# OR 125' SPOOL (Response required) Quantity:93 UOM:SP Unit Price:$Total:$ No bid 3 Package Header SECTION B - Water and Wastewater Utility Inventory - Sample Basket of Good (Response required) Quantity:1 Total:$ No bid Page 26 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 Package Items 3.1 COD Item #67058250ADAPTER 4"SDR 35 - 4"SDR35 SHEARGUARD(ONLY)#156ON4PK (Response required) Quantity:140 UOM:EA Unit Price:$Total:$ No bid 3.2 COD Item #89045010ADAPTER, METER 3/4" X 1MCDONALD#10J34 / FORD A34 (Response required) Quantity:528 UOM:PR Unit Price:$Total:$ No bid 3.3 COD Item #67040560BEND, DUCTILE 8" MJ 90 DEGC110 FULL BODY DOMESTIC (Response required) Quantity:6 UOM:EA Unit Price:$Total:$ No bid 3.4 COD Item #67044000BEND, PVC, 45 X 4" BXS PTI# G404 OR GPK 122-0004 (Response required) Quantity:228 UOM:EA Unit Price:$Total:$ No bid 3.5 COD Item #67082172BOLT/GASKET SET-8" FLANGE PK ITEM# CBNG-08 (Response required) Quantity:28 UOM:EA Unit Price:$Total:$ No bid 3.6 COD Item #89040020BOX VALVE LIDTYLER# 6850-10T 461-S-5 1/4 (Response required) Quantity:118 UOM:EA Unit Price:$Total:$ No bid 3.7 COD Item #89040005BOX WATER METER 34-A SHORT18" WIDE X 14" DEEP (Response required) Quantity:191 UOM:EA Unit Price:$Total:$ No bid 3.8 COD Item #89040000BOX, VALVE BASETYLER 6850-15B / BASS & HAYS (Response required) Quantity:105 UOM:EA Unit Price:$Total:$ No bid Page 27 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 3.9 COD Item #89040030BOX, VALVE TOP SECTION 10" TYLER 10-T (22 LBS) -NO SIGMA (Response required) Quantity:116 UOM:EA Unit Price:$Total:$ No bid 3.10 COD Item #67044291CLEANOUT PLUG 4" PTI 1154,MULTIFITTING/GPK ONLY (Response required) Quantity:256 UOM:EA Unit Price:$Total:$ No bid 3.11 COD Item #89045040COUPLING METER 2 BOLT 2" ROCKWELL 926-250-000/ SB 926-2 (Response required) Quantity:141 UOM:EA Unit Price:$Total:$ No bid 3.12 COD Item #89050300GASKET, METER 2" X 1/8" OVALBLK RUBBER 2-BOLT, WHITE RHINO (Response required) Quantity:163 UOM:EA Unit Price:$Total:$ No bid 3.13 COD Item #89046000KEY, WATER METER BOX , BRASS BASS & HAYS BKEY52 ONLY (Response required) Quantity:31 UOM:EA Unit Price:$Total:$ No bid 3.14 COD Item #67006000LUBE, PIPE"EASE-ON" 8 LB, BK ONLY (Response required) Quantity:115 UOM:BK Unit Price:$Total:$ No bid 3.15 COD Item #67040650MEG-A-LUG GLAND KIT 6" C-900 HUGHES # 2006PEC/STARGRIP 4000 (Response required) Quantity:225 UOM:EA Unit Price:$Total:$ No bid 3.16 COD Item #89045350METER, WATER 2" DIRECT READ#ED2J11R8G2S197; M170B81 (Response required) Quantity:117 UOM:EA Unit Price:$Total:$ No bid Page 28 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 3.17 COD Item #89045200METER, WATER 5/8" X 3/4"ITEM#ED2B31R8G1S197 (Response required) Quantity:1680 UOM:EA Unit Price:$Total:$ No bid 3.18 COD Item #89045120NIPPLE METER,BRASS, 3/4X8.5" FORD C38-23-8-5-NL / J-130 (Response required) Quantity:531 UOM:EA Unit Price:$Total:$ No bid 3.19 COD Item #21035000OCTOCRETE/RS PATCH CEMENT 50LBICM SYSTEMS/RAPID SETTNG PATCH (Response required) Quantity:141 UOM:DR Unit Price:$Total:$ No bid 3.20 COD Item #67023025PIPE, COPPER TUBING, 3/4"X60'TYPE K (Response required) Quantity:3 UOM:RL Unit Price:$Total:$ No bid 3.21 COD Item #67025060PIPE, PVC, SEWER, 6"X14'PSMSDR35 ASTMD3034-HO 72 WH6 (Response required) Quantity:38 UOM:JT Unit Price:$Total:$ No bid 3.22 COD Item #67025080PIPE, PVC, SEWER, 8"X14' PSMSDR35 ASTMD3034-OO 2L WH8 (Response required) Quantity:203 UOM:JT Unit Price:$Total:$ No bid 3.23 COD Item #67025250PIPE, PVC,WATER, 6"X20' DR-14PVC D14 PC C900 305PSE (Response required) Quantity:61 UOM:JT Unit Price:$Total:$ No bid 3.24 COD Item #67025300PIPE, PVC,WATER, 8"X20' DR-14PVC D14 PC C900 305PSE (Response required) Quantity:346 UOM:JT Unit Price:$Total:$ No bid Page 29 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 3.25 COD Item #72006000PUMP UTILITY W/6' HOSE BECKSON MODEL #136PF6 (Response required) Quantity:19 UOM:EA Unit Price:$Total:$ No bid 3.26 COD Item #67037201RESETTER COPPER 3/4" MCDONALD18-207WX/FORD V42-7W (Response required) Quantity:314 UOM:EA Unit Price:$Total:$ No bid 3.27 COD Item #67069005STOP, ANGLE METER 1" P.J.W/SADDLE NUT FORD #BA43-44W-NL (Response required) Quantity:209 UOM:EA Unit Price:$Total:$ No bid 3.28 COD Item #67069100STOP, CORP. 1"PJ W/LOCKNUT JONES #3401 / FORD F1000 ONLY (Response required) Quantity:198 UOM:EA Unit Price:$Total:$ No bid 3.29 COD Item #44558500TIGER TAIL 3', W/ ROPE CLAMPAND CUFFS (Response required) Quantity:4 UOM:EA Unit Price:$Total:$ No bid 4 Package Header SECTION C - General Inventory - Sample Basket of Good (Response required) Quantity:1 Total:$ No bid Package Items 4.1 COD Item #39370020DRINK, WATER 1 CASE (24 x 16 OZ BOTTLES) (Response required) Quantity:693 UOM:CA Unit Price:$Total:$ No bid 4.2 COD Item #64075400TOWEL TERI WIPER (10 BX/CA) KIMBERLY-CLARK #34790 (Response required) Quantity:948 UOM:BX Unit Price:$Total:$ No bid Page 30 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4.3 COD Item #75070000CONCRETE PREMIXED, 80# (42/P)SACKRETE - TXI # 5002 (Response required) Quantity:1345 UOM:EA Unit Price:$Total:$ No bid 4.4 COD Item #75021000CEMENT, PORTLAND 90# (35/P)TXI PORTLANT TYPE 1, GRAY (Response required) Quantity:568 UOM:EA Unit Price:$Total:$ No bid 4.5 COD Item #20027104GLOVE, POLY PALM NYLON LARGEMEMPHIS GLOVE# 9696L (Response required) Quantity:1248 UOM:EA Unit Price:$Total:$ No bid 4.6 COD Item #40548105FUEL, PRE-MIXED, 50:1,QT(CASE)CASE(8-QT), 2-CYLCE, VP#6238 (Response required) Quantity:166 UOM:QT Unit Price:$Total:$ No bid 4.7 COD Item #39370009DRINK, POWERADE GRAPE20 OZ (Response required) Quantity:52 UOM:CA Unit Price:$Total:$ No bid 4.8 COD Item #93938231GLOVE, LATEX-FREE (XL)APEXPRO 10BX/CS, BT#1015-11204 (Response required) Quantity:628 UOM:BX Unit Price:$Total:$ No bid 4.9 COD Item #34564120GLASSES, SAFETY BLACK/SMOKE NEMISIS 25688 / 1013598 (Response required) Quantity:288 UOM:EA Unit Price:$Total:$ No bid 4.10 COD Item #34556200HARD HAT, WHITE FULL BRIMMSA # 475369 (Response required) Quantity:70 UOM:EA Unit Price:$Total:$ No bid Page 31 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4.11 COD Item #63048500PAINT SPRAY MARKING WHITE RUSTOLEUM 203030 /SPRAYON 3900 (Response required) Quantity:395 UOM:EA Unit Price:$Total:$ No bid 4.12 COD Item #34592000VEST,SAFETY, LIME MESH, XL CLASS 2, ANSI, ORANGE STRIPING (Response required) Quantity:102 UOM:EA Unit Price:$Total:$ No bid 4.13 COD Item #83224000TAPE, DUCT 2"X60 YDS, 9 MIL COLOR: SILVER(6JD46) (Response required) Quantity:124 UOM:RL Unit Price:$Total:$ No bid 4.14 COD Item #64075000TISSUE TOILET - 2 PLY80RLS/CA, KIM#04460, F#0601750 (Response required) Quantity:46 UOM:CA Unit Price:$Total:$ No bid 4.15 COD Item #55078150CONE, SAFETY, 28" - 10#4"& 6" REF. BAND, 225/PALLET (Response required) Quantity:457 UOM:EA Unit Price:$Total:$ No bid 4.16 COD Item #20027000GLOVES JERSEY MEMPHIS 7100RI/JW 4503/LIBERTY (Response required) Quantity:336 UOM:PR Unit Price:$Total:$ No bid 4.17 COD Item #40548100GREASE, CARTRIDGE-XTREME TEMPMOBIL THAW2 / 1MUC1 (10/CA) (Response required) Quantity:247 UOM:EA Unit Price:$Total:$ No bid 4.18 COD Item #55078125SAFETY NETTING (4' X 100' )ORANGE HEAVY WEIGHT (Response required) Quantity:38 UOM:EA Unit Price:$Total:$ No bid Page 32 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4.19 COD Item #40566000OIL, PENETRATING (11 OZ) SPRAYON S00103 (1D277) (Response required) Quantity:50 UOM:EA Unit Price:$Total:$ No bid 4.20 COD Item #66524150BAGS,REFUSE 55 GA CLEAR 38"X63", 2.7 MIL (50/RL) (Response required) Quantity:246 UOM:RL Unit Price:$Total:$ No bid 4.21 COD Item #55062321SIGN STREET CLOSED 36X36 ROLL UP SOLID VINYL REFLECTIVE (Response required) Quantity:20 UOM:EA Unit Price:$Total:$ No bid 4.22 COD Item #63048200PAINT, FIELD MARKING WHITE MISSOURI TURF PAINT SKU# 230 (Response required) Quantity:521 UOM:CN Unit Price:$Total:$ No bid 4.23 COD Item #3145170FILTER AIR 20X25X2 M PLEAT GLASSFLOSS ZLP20252 (Response required) Quantity:662 UOM:CA Unit Price:$Total:$ No bid 4.24 COD Item #96200000MULCH PREDYED BLS ENVIRO BLEND50# BAGS, 70/30 BLEND, 40/PLT (Response required) Quantity:131 UOM:EA Unit Price:$Total:$ No bid 4.25 COD Item #66524100BAGS ANIMAL CONTROL (50/ROLL)#RR386330B 38”x63” 3MIL BLK (Response required) Quantity:47 UOM:RL Unit Price:$Total:$ No bid 4.26 COD Item #55096245PTZ CAMERA KIT, 1080P COHU COHU 4261-1100 & ATTACHMENTS (Response required) Quantity:18 UOM:EA Unit Price:$Total:$ No bid Page 33 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4.27 COD Item #55096405VIDEO DETECTION SYS W/MODULEGRIDSMART SGL CAM/DP & GS3PFM (Response required) Quantity:9 UOM:EA Unit Price:$Total:$ No bid 4.28 COD Item #55096162LIGHT, 12" GREEN LEDJXC300-HFTG04, HI FLUX (Response required) Quantity:48 UOM:EA Unit Price:$Total:$ No bid 4.29 COD Item #55096169INSERT, PEDESTRIAL HEAD COUNTDOWN LED, JXM-400VIEIL (Response required) Quantity:32 UOM:EA Unit Price:$Total:$ No bid 4.30 COD Item #28030025CABLE CONTROL MC5E 4PR 24AWG500'/SP, BELDEN#7919A 0105000 (Response required) Quantity:4000 UOM:FT Unit Price:$Total:$ No bid 4.31 COD Item #20045265BAG, SAND 14X26ORANGE, 40LBS (Response required) Quantity:63 UOM:EA Unit Price:$Total:$ No bid 4.32 COD Item #28584376ENCLOSURE,12"x20"x18"(LxWxD)PEM-1220-18PC (GREY) (Response required) Quantity:5 UOM:EA Unit Price:$Total:$ No bid 4.33 COD Item #28550010LAMP, FLOURESCENT 48" PHILLIPS F32T8/TL 741 (Response required) Quantity:135 UOM:EA Unit Price:$Total:$ No bid 4.34 COD Item #55096210POLARA NAVIGATOR PB STATION9"X15",CTC CP16EN23C N0-XBLACK (Response required) Quantity:26 UOM:EA Unit Price:$Total:$ No bid Page 34 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 4.35 COD Item #1555801PAPER,ENG COLOR BOND 24# OCE#86-2024 36X150 2"CR(4R/CA) (Response required) Quantity:15 UOM:RL Unit Price:$Total:$ No bid Page 35 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310 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 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 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 Page 36 of 36 pages Deadline: 4/2/2020 11:55 AM (CT)7310