HIGH MAST LIGHTING PROJECTS-D4-4/15/19 Bid Invitation Nbr .

3y ago
53 Views
2 Downloads
354.58 KB
14 Pages
Last View : 15d ago
Last Download : 3m ago
Upload by : Noelle Grant
Transcription

BID INVITATIONPage 1 / 4Bid InvitationDescription:HIGH MAST LIGHTINGPROJECTS-D4-4/15/19BUYER/TELEPHONEWendy Callahan / 717-831-7227FAX:717-986-9678EMAIL : WCALLAHAN@paturnpike.comPRINT NAMEBid invitation nbr:6100005563Bid Due Date & Time (ET):04/23/2019/14:00:00Vendor Number :Vendor Contact :SIGNATURETELEPHONEFAXEMAILQUOTATIONS ARE TO BE ON F.O.B. DELIVERED BASIS.IF F.O.B. SOURCE, EXACT FREIGHT COST MUST BEINCLUDED.REQUEST FOR BID SUMMARY INFORMATION WILL BEGIVEN ONLY WHEN ACCOMPANIED BY STAMPED,SELF-ADDRESSED ENVELOPE. NO TELEPHONE OREMAIL INQUIRIES HONORED.BID DELIVERY SUBMISSION ADDRESSPENNSYLVANIA TURNPIKE COMMISSIONP.O. Box 67676Harrisburg, PA 17106-7676PTC Telephone: 717-939-9551BID DELIVERY GROUND ADDRESSSTRATEGIC SOURCING DEPARTMENTPENNSYLVANIA TURNPIKE COMMISSION700 S. Eisenhower Blvd.Middletown, PA 17057Bid ConditionsBid Opening: Time for bid opening is 2:00 PM, local time. PTC will only provide the original bid document. Pleasemake a copy for your records. All bids must be received and time-stamped in the Strategic Sourcing Departmentlocated at 700 S. Eisenhower Blvd., Middletown, PA, no later than the assigned bid opening time, or they will berefused and returned. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guaranteedelivery to the Strategic Sourcing Department of the PA Turnpike Commission by the announced bid opening time.All bidders should allow sufficient delivery time to ensure timely receipt of their bids.Bids will be opened and read aloud at the bid opening time and date specified above. All bid results reported at thebid opening are considered unofficial and are subject to evaluation. Official bid results will be made available afterevaluation and award have been finalized. Refer to the General Terms and Conditions for information on theavailability of bid results.Inquiries: All questions concerning this proposal are to be directed in writing to Wendy Callahan, ProcurementSpecialist, wcallahan@paturnpike.com. Telephone inquiries will not be answered.Bid Response: All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached“Quotation Delivery Instructions”. Failure to address envelope properly and include all essential information will bedeemed sufficient reason for rejection of quotation.A Responsive Bid must include the following:1. Complete Request for Quotation Document, including Schedule of Prices2. Executed Signature PageBonding: Bid security in the form of bond or check is required for this bid. Performance bond will be required ofsuccessful bidder(s).

Page 2 / 4Bid InvitationDescription:HIGH MAST LIGHTINGPROJECTS-D4-4/15/19Bid invitation nbr:6100005563Bid Due Date & Time (ET):04/23/2019/14:00:00Successful vendor will be asked to ship order complete. No partial shipments.NO SUBSTITUTE WILL BE ACCEPTED FOR THOSE LINES WHERE SPECIFICMANUFACTURERS PART NUMBERS ARE DESCRIBED.Bid Invitation DetailsLine #Requested qty180Product Category / Descr:/ UnitMaterial No.AU323000 / ROADWAY LIGHTINGPrice per UnitTotal PriceRequired Delivery Date: 05/15/2019Description:COOPER GAN-AF-04-LED-U-5WQ-AP-MA225W GALLEON LUMINAIRE 8 RING.TENON: 8" LENGTH & 2 3/8" DIAMETERNO SUBSTITUTESPLEASE SHIP THIS LINE COMPLETEFT. WASHINGTON IC PROJECTDelivery AddressPTCPennsylvania Turnpike CommissionDISTRICT 4 MAINT WAREHOUSE1801 Gallagher RoadPlymouth Meeting, PA 19462 USVendor Product Number :Promised Date :Vendor Comments:Line #Requested qty280Product Category / Descr:/ UnitMaterial No.AU323000 / ROADWAY LIGHTINGPrice per UnitTotal PriceRequired Delivery Date: 05/15/2019

Page 3 / 4Bid InvitationDescription:HIGH MAST LIGHTINGPROJECTS-D4-4/15/19Bid invitation nbr:6100005563Bid Due Date & Time (ET):04/23/2019/14:00:00Description:COOPER GAN-AF-04-LED-U-5WQ-AP-MA225W GALLEON LUMINAIRE 8 RING.TENON: 8" LENGTH & 2 3/8" DIAMETERNO SUBSTITUTESPLEASE SHIP THIS LINE COMPLETEDOWNINGTOWN IC PROJECTDelivery AddressPTCPennsylvania Turnpike CommissionDISTRICT 4 MAINT WAREHOUSE1801 Gallagher RoadPlymouth Meeting, PA 19462 USVendor Product Number :Promised Date :Vendor Comments:

PTC FORM #79-11B (Rev. 8/2017)PENNSYLVANIA TURNPIKE COMMISSIONSIGNATURE PAGE(Complete in INK or TYPE only – DO NOT use pencil)READ ALL Directions/Instructions in the Conditions and Instructions to Bidders Before Completing This Page.BIDDER MUST COMPLETE ALL APPLICABLE AREASVENDOR NUMBERAll vendors must register with the Commission athttps://www.paturnpike.comBIDDER NAME & ADDRESS:If SOLE PROPRIETOR is doing business as(d/b/a) another name, see Conditions andInstructions in Part II. E, attached:BIDDER CONTACT PERSON:PHONE NUMBER:FAX NUMBER:E-MAIL ADDRESS:In compliance with the within proposal, and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted, to furnishany or all items upon which prices are quoted, at the price set opposite each item, delivered at the point(s) specified. This bid will remain firm for sixty(60) days.Executed at this day ofCity, StateMonth, YearCORPORATION: One Signature of a Senior Officer and Title Designation is Required. - Chairman,President, Vice-President, Senior Vice-President, Executive Vice-President, Assistant Vice-President, Chief ExecutiveOfficer, Chief Operating Officer. Any other signature must be accompanied by a resolution authorizing the individualto contractually bind the organization.SIGNATUREDATETITLELIMITED LIABILITY COMPANY – One duly authorized Member or ManagerSIGNATUREDATETITLESOLE PROPRIETORSHIP – Owner OnlySIGNATUREDATEOWNERTITLEPARTNERSHIP – One General Partner OnlySIGNATUREDATEGENERAL PARTNERTITLE

Rev. 11-1-2018PENNSYLVANIA TURNPIKE COMMISSIONHarrisburg, PennsylvaniaGENERAL TERMS and CONDITIONSThe foregoing proposal is subject to the following general conditions and instructions, all interpretations ofwhich shall be at the sole discretion of the Pennsylvania Turnpike Commission:I.BID REQUIREMENTSA. BID OPENING PTC will only provide the original bid document. Please make a copy for your records. All bids must be receivedand time-stamped in the Strategic Sourcing Department located at 700 S. Eisenhower Blvd., Middletown, PA, no later than theassigned bid opening time, or they will be refused and returned. Please note that use of U.S. Mail, FedEx, UPS, or otherdelivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission by theannounced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.B. DELIVERY OF PROPOSAL All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached“Quotation Delivery Instructions”. Failure to address envelope properly and include all essential information will be deemedsufficient reason for rejection of quotation.C.BONDING If required by specific terms in the RFQ document, proposal, performance, and payment guaranty to beprovided under the following instructions. Refer to the BONDING section of the RFQ document to determine securityguaranty that is required for this bid.PROPOSAL GUARANTY FOR EXECUTION OF CONTRACT TO ACCOMPANY BID PROPOSAL1. No proposal will be considered unless accompanied by a bid bond in favor of and payable to the PennsylvaniaTurnpike Commission in a sum not less than ten percent (10%) of the proposal price of the material, services, orcombination thereof, conditioned that the bidder will execute, within the prescribed time limit, a contract to furnishmaterials, services, or combination thereof, according to the terms of the proposal.2. In addition, each bond shall have a surety thereon one or more surety companies legally authorized to transactbusiness in the Commonwealth, and shall be acceptable to the Commission. However, in lieu of a bond, such proposalguaranty, in the required amount, may be a bank cashier's or treasurer's check, or a depositor's check certified by thebank of deposit.3. The bid security of the three (3) low bidders will be retained until the execution of the contract.PERFORMANCE BOND WILL BE REQUIRED FROM SUCCESSFUL BIDDER(S)Security in the amount of one hundred percent (100%) of bid will be required from the successful bidder(s), and it should be inthe form of a certified check, bank cashier's check, or treasurer's check drawn to the order of the Pennsylvania TurnpikeCommission, or preferably a Performance Bond with a surety company legally authorized to transact business in theCommonwealth and acceptable to the Pennsylvania Turnpike Commission. Where the bidder does not comply with the bid,purchase order, or contract, the proceeds of the certified check, bank cashier's check, or performance bond shall be forfeitedto the Pennsylvania Turnpike Commission as liquidated damages for his failure to perform, and this sum is not to be construedin any sense as a penalty; or the Pennsylvania Turnpike Commission may, at its option, sue the bidder or his surety for thedamages it has suffered for any breach of contract, in which case any security held by the Pennsylvania Turnpike Commissionshall be applied as a credit in any such suit for damages.PAYMENT BOND WILL BE REQUIRED FROM SUCCESSFUL BIDDER(S)A Payment Bond in the amount of 100% of the bid price will be required of the successful bidder(s) for any purchase order orcontract exceeding five thousand dollars ( 5,000.00) for the construction, reconstruction, alteration, or repair of any building,or other improvement including highway work. Such bonds shall be executed by one or more surety companies legallyauthorized to transact business in the Commonwealth of Pennsylvania and acceptable to the Pennsylvania TurnpikeCommission.D. CONTRACTING OFFICER The Contracting Officer for this bid and for any Purchase Orders issued as a result of this bid is theDirector of Procurement & Logistics.II.BID RESPONSEA. QUESTIONS All questions regarding this Request for Quotation must be submitted in writing to the email address of the Buyerprovided in the bid document. Questions received within 48 hours prior to the bid due date and time will be answered at thediscretion of the Commission. All questions received will be answered in writing and/or formally issued as an addendum at thediscretion of the Buyer. The Buyer shall not be bound by any verbal information that is not either contained within the Requestfor Quotation or formally issued as an addendum. The Commission does not consider questions to be a protest of thespecifications or of the solicitation.

B. APPROVED EQUAL Wherever in these proposal forms and specifications an article or material is defined by using a trade nameor the name and catalog number of a manufacturer or vendor, the term "OR APPROVED EQUAL", if not inserted therewith,shall be implied. It is understood that any reference to a particular manufacturer's product, either by trade name or by limiteddescription, has been made solely for the purpose of more clearly indicating the minimum standard of quality desired. Theterm "OR APPROVED EQUAL" is defined as meaning any other make equal in material, workmanship, and service, and asefficient and economical in operation. An article meeting these conditions may be accepted, unless specifically notedotherwise in the bid document.C.PRICES The bid submitted by the successful Bidder will be incorporated into any resulting Purchase Order and the Bidder willbe required to provide the awarded item(s) at the prices quoted in its Bid.1. Delivery fuel surcharges are not permissible.2. Contractor will be responsible for all tolls required for delivery or performance of service.D. EXCEPTIONS1. When entering a bid for items from a manufacturer other than the referenced manufacturer shown for each item,the Bidder must show for each item the stock/part number and manufacturer of the item you propose to furnish inthe space provided. Illustrated bulletin or specification of alternate units proposed to be furnished must accompanyyour bid. Failure to do so will be deemed sufficient reason for rejection of your bid.2. The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions andspecifications of this bid. This sheet shall be labeled “EXCEPTIONS TO BID CONDITIONS AND SPECIFICATIONS” andshall be attached to the bid.E.EXECUTION OF PROPOSAL1. All blank spaces in the proposal and bid shall be filled in clearly where indicated, either typed or written in ink. Thebidder must initial and date any error made while completing the proposal. Do not alter the bid form. Altering orchanging any part of this proposal or bid will be sufficient reason for rejection.2. Bidders shall submit a separate unit price for each item, a total bid, a total lump sum bid covering all items in eachgroup, and a total lump sum bid covering all items of all groups. Award will be made on separate unit price, total bid,or a total lump sum bid covering all items in each group, or a total lump sum bid for all items of all groups, whicheveris to the best interest of the Pennsylvania Turnpike Commission. In case of a discrepancy, the unit price will beconsidered as the price bid. The extension figures are only for the information of the Commission and will not beconsidered as part of the bid.3. Completion of the Signature Page: The bidder’s signature shall be in ink. If any information is handwritten or changedin any manner, it must be referenced as shown on the Signature Page and the bidder’s authorized signatory mustinitial and date immediately following the statement.Except for signatures, please print legibly or type all required information.a. For Corporations: Only the signature of a senior officer is required. Senior officers include Chairman,President, Vice-President, Senior Vice-President, Executive Vice-President, Assistant Vice-President, ChiefExecutive Officer and Chief Operating Officer. Any other signature must be accompanied by a resolutionauthorizing the individual to contractually bind the organization.b. For Limited Liability Company (LLC): The signature of a duly authorized Member or Manager is required. Noother titles will be accepted unless the contractor provides proof that the signatory has been delegatedsignature authority.c. For Sole Proprietorships: The signature of the Owner is required. A sole proprietorship doing business as(d/b/a) or trading as (t/a) another name should indicate such. For example:1. John Brown d/b/a or t/a2. Brown’s Janitorial Serviced. For Partnerships: The signature of the General Partner is required.If signature authority has been delegated by any required principal (as cited above) to another official, (i.e., the OfficeManager, the Comptroller, the Sales Manager, etc.), a copy of the resolution (for corporations) or power of attorney (forPartnerships and Sole Proprietorships) signed by the required principal delegating that signature authority to that specificindividual must be provided prior to execution of the Contract. For a municipality or an authority, the delegation documentmust be either a resolution of the governing body or delegation provided by the organization’s by-laws.The bid may be rejected if not signed by an individual authorized to contractually bind the organization.F.MODIFICATION OR WITHDRAWAL OF BID PRIOR TO OPENING Each bidder who submits his bid specifically waives any rightto withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any bid after it has beendeposited with the Commission, provided the bidder makes his request by telephone or in writing to the Manager of StrategicSourcing and Asset Management. Withdrawal by telephone or in writing must be made not later than twenty-four (24) hours

before the time fixed for the bid opening. Requests pertaining to withdrawal by telephone must be confirmed in writing bythe bidder and must reach the Manager of Strategic Sourcing and Asset Management, Pennsylvania Turnpike Commission, notlater than one (1) hour prior to the time fixed for the opening of bids.G. FURNISHING OF SAMPLES Samples, if required, must be furnished at the expense of the bidder and will become the propertyof the Pennsylvania Turnpike Commission.H. ELECTRONIC VERSIONS OF THE REQUEST FOR QUOTATIONIf the RFQ is being made available by electronic means, and theBidder electronically accepts the RFQ, the Bidder acknowledges and accepts full responsibility to insure that no changes aremade to the RFQ. In the event of a conflict between a version of the RFQ in the Bidder’s possession and the Commission’sversion of the RFQ, the Commission’s version shall govern.I.BID RESULTS1. Official bid results will be made available after evaluation and award have been finalized.2. Request for official bid summary information for this RFQ will be given only when accompanied by stamped self-addressedenvelope. No telephone or email inquiries honored.3. Request for previous bid results or any other details of previous purchases or contracts is considered a request forpublic records under the Right-to-Know Law (RTKL), Act 3 of 2008 and shall comply with the Commission’s policies,process and procedures for requesting such records. RTKL requests may be submitted online at www.paturnpike.com.J.CAUSE FOR REMOVAL FROM BID LIST Any vendor not responding two (2) consecutive times or any vendor who does notreceive an award for a period of five (5) years shall be purged from the mailing list, unless specifically noted otherwise in thebid document. A "NO BID" is considered a reply.K.NON-WAIVER OF ADDITIONAL RIGHTS The enumeration in these Conditions and Instructions of certain rights and remediesin the Commission shall not be construed to preclude the exercise by the Commission of other and additional rights andremedies which are available generally at law or which may be implied from the foregoing.III.SELECTION CRITERIAA. ACCEPTANCE OR REJECTION OF BID; CONFORMITY TO SPECIFICATION; ELIGIBILITY FOR AWARD1. The Pennsylvania Turnpike Commission reserves the right to reject any and all bids, to waive technical defects, and toaccept or reject any part of any bid if, in its judgment, the best interests of the Pennsylvania Turnpike Commission arethereby served.2. The Commission may reject all bids not meeting specifications.3. No award will be made to any bidder who, in the opinion of the Manager of Strategic Sourcing and Asset Management ofthe Pennsylvania Turnpike Commission, is in default of any bid, purchase order, or contract with the PennsylvaniaTurnpike Commission, prior to the date of the bid under consideration.B.MANDATORY RESPONSIVENESS REQUIREMENTS To be eligible for selection, a bid must be:1. Timely received from a Bidder;2. Properly signed by the Bidder.C.EVALUATION & AWARD It is the intention of the PA Turnpike Commission to award contract(s) in a manner most beneficial tothe Commission. Unless otherwise specified by the Commission in the RFQ form the Commission reserves the right to awardby item or on a total Bid basis, whichever is deemed more advantageous to the Commission. In cases of discrepancies in prices,the unit price will be binding unless the unit price is obviously in error and the extended price is obviously correct, in whichcase the erroneous unit price will be corrected. As a condition for receipt of award of a contract/purchase order, the Biddermust be registered in the Commission Vendor Master file. In order to register, bidders must visit www.paturnpike.com andcomplete the Vendor Registration.Unless specifically noted as a bid requirement, time, terms of delivery, and cash discounts offered by any bidder shall not beconsidered in making an award. However, if cash discounts are offered by any bidder, the Pennsylvania Turnpike Commissionreserves the right to take advantage of such offer.D. TIE BIDS In the event of tie bids, time, terms of delivery and terms of payment shall be considered as factors by theCommission in making

Description: HIGH MAST LIGHTING PROJECTS-D4-4/15/19 Bid invitation nbr: 6100005563 Bid Due Date & Time (ET): 04/23/2019/ 14:00:00 Bid Invitation Page 2 / 4 Successful vendor will be asked to ship order complete. No partial shipments. NO SUBSTITUTE WILL BE ACCEPTED FOR THOSE LINES WHERE SPECIFIC MANUFACTURERS PART NUMBERS ARE DESCRIBED. Bid .

Related Documents:

OLE Number Description 035/021/024 UC Mast 152x152x23kg x 2.4m 035/021/030 UC Mast 152x152x23kg x 3.0m 035/021/036 UC Mast 152x152x23kg x 3.6m 035/021/042 UC Mast 152x152x23kg x 4.2m 035/021/048 UC Mast 152x152x23kg x 4.8m 035/021/054 UC Mast 152x152x23kg x 5.4m 035/203/060 UC Mast 157x153x30kg x 6.0m Conc Bolted Base 035/203/064 UC Mast 157x153x30kg

Dec 06, 2016 · COMMERCIAL LIGHTING 01-13 14-29 industrial lighting hazardous area lighting cleanroom lighting INDUSTRIAL LIGHTING street lighting area lighting induction lighting landscape lighting CITYSCAPE LIGHTING 30-51 ballast light sources HID lamps spares price list A

Parts Manual. RL4 Vertical Mast Part No. 1266666 March 2020 2. Part No. 1266666 RL4 Vertical Mast March 2020 3. RL4 Vertical Mast Part No. 1266666 March 2020 4. Part No. 1266666 RL4 Vertical Mast . Part No. 1266666 RL4 Vertical Mast 10 10 14 14 18 20 20 26 28 30 32 34 40 40 50 56 62 64 66 68 68 72 76 78 78 80 82 .

the high-mast lighting towers in Iowa. Of the 233 towers inspected, 17 galvanized high-mast towers similar to the collapsed tower, and 3 weathering steel high-mast towers near Clear Lake, Iowa were found to have cracks. All of the cracked towers have been taken down.

B. High Mast Lighting. For a high mast roadway lighting system with 30.5 m (100 ft) nominal mounting heights, employ area type luminaires with symmetrical (Type V) light distributions. Employ 400 W HPS luminaires for the lighting system. If "run-out" lighting is required, use HPS lamps as detailed above for conventional lighting.

LIGHTING ( DEFINED ) OPEN AREA (ANTI-PANIC) LIGHTING ( UNDEFINED ) HIGH RISK TASK LIGHTING Emergency lighting standards tree. Escape route lighting. 1.Escape Route Lighting The emergency lighting on a route forming part of the means of escape from a point in a building to final exit. 2.Open Area (Anti-panic) Lighting The part of emergency .

I figure 3 illustrates salient features of the SAA mast.The mast is used for the on-orbit deployment of the SAA blankets from the blanket boxes. addition, it provides structural support to the extended blanket pair.Three fiberglass-epoxy structural elements (longerons), that run the length of the mast, provide a high stiffness-to-mass ratio and enable the mast to be com-

Small Lighting controls 20 80/22 21 Small Lighting-only 20 80/22 18 Large Lighting controls 10 80/31 10 Large Lighting-only 10 80/31 7 2013-2014 Small Lighting controls 40 80/16 42 Small Lighting-only 20 80/22 21 Large Lighting controls 30 80/18 33 Large Lighting-only 10 80/31 10 Total 160 80/15 162